City of Warsaw Airport Road Bids

June 8, 2022 at 12:08 p.m.

By -

ADVERTISEMENT FOR BIDDERS

    Sealed Bids for the Airport Rd. Lift Station and Force Main, for the City of Warsaw (herein called the "OWNER") will be received by the Owner at 102 South Buffalo Street, Warsaw, Indiana until July 11, 2022 at 10:00 a.m. (local time).  Any Bids received later than the above time will be returned unopened.  All Bids will be publicly opened and read aloud at that time.

The work shall include:

    A new submersible lift station, approximately 2,600 LFT of 4-inch HDPE force main; 1 new air release valve and structure; lift station piping and valves; coatings; electrical; controls; mechanical; and site work; the installation of approximately 600 LFT of new 10-inch PVC sanitary sewer pipe; the installation of approximately 20 LFT of new 8-inch PVC sanitary sewer pipe; the installation of 4 new sanitary sewer manholes, and all related dewatering, pavement repair and restoration. Includes one railroad crossing. The work shall also include an Alternate 1 of: the installation of approximately 1,990 LFT of new 8-inch PVC sanitary sewer pipe; the installation of approximately 25 LFT of new 6-inch PVC sanitary sewer pipe; the installation of 8 new sanitary sewer manholes, and all related dewatering, pavement repair and restoration.

Work shall be constructed under a Unit Price Contract.

    Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013).  Each Bid shall be accompanied by the Contractor's Bid Attachment (included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance with the Contract Specifications.

    The Contract will be awarded in accordance with the provisions of IC 5-16-13 for Public Works projects awarded after June 30, 2015.  Pursuant to IC 5-16-13-7, the provisions of the law are incorporated by reference.

    For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor must be qualified under either IC 4-13.6-4 or IC 8-23-10 (Indiana Department of Administration or Indiana Department of Transportation) before doing any work on a public works project.  

    In accordance with IC 22-5-1.7-11.1, Contractors entering into a contract with the Owner, and contractors of any tier as defined in IC 5-16-13-4, will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program (effective July 1, 2011), and comply with the reporting requirements of IC 5-16-13-11.

    In accordance with IC 5-22-16.5, Contractors entering into a contract with the Owner will be required to provide an Indiana Iran Investment Certification.  

    In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with their Bid and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirements set forth in IC 4-13-18.  Contractors shall complete a Drug Testing Plan Certification to be submitted with their Bid.

    The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.

    Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the ContractualLegal Requirements and Technical Sections of the specifications in the Project Manual.

    The Contractor to whom the work is awarded will be required to furnish an acceptable Performance and Payment Bond each in the amount of 100% of the contract price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion.

    The Contractor to whom the work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis".

    Copies of the Drawings and Specifications for the work are on file (for viewing purposes only) at City of Warsaw, 102 South Buffalo Street, Warsaw, Indiana 46580; and the Engineer's office, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 7884551 and 6409 Constitution Drive, Fort Wayne, Indiana 46804, Telephone (260) 422-8279; All copies are distributed to Contractors and other interested parties  by Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee.  A complete digital set of bidding documents is available for $100.  A complete hard copy set of bidding documents is available for $150.  

    An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.

    A Pre-Bid Conference will be held at 11:00 a.m. (local time) on June 27, 2022 at 102 South Buffalo Street in Warsaw, Indiana.   Bidders are encouraged to attend the Pre-Bid Conference.

CITY OF WARSAW, INDIANA

/S/ Honorable Dr. Joe Thallemer, Mayor

Attest:  /S/ Lynne Christiansen, ClerkTreasurer

6-10,24 hspaxlp

    



ADVERTISEMENT FOR BIDDERS

    Sealed Bids for the Airport Rd. Lift Station and Force Main, for the City of Warsaw (herein called the "OWNER") will be received by the Owner at 102 South Buffalo Street, Warsaw, Indiana until July 11, 2022 at 10:00 a.m. (local time).  Any Bids received later than the above time will be returned unopened.  All Bids will be publicly opened and read aloud at that time.

The work shall include:

    A new submersible lift station, approximately 2,600 LFT of 4-inch HDPE force main; 1 new air release valve and structure; lift station piping and valves; coatings; electrical; controls; mechanical; and site work; the installation of approximately 600 LFT of new 10-inch PVC sanitary sewer pipe; the installation of approximately 20 LFT of new 8-inch PVC sanitary sewer pipe; the installation of 4 new sanitary sewer manholes, and all related dewatering, pavement repair and restoration. Includes one railroad crossing. The work shall also include an Alternate 1 of: the installation of approximately 1,990 LFT of new 8-inch PVC sanitary sewer pipe; the installation of approximately 25 LFT of new 6-inch PVC sanitary sewer pipe; the installation of 8 new sanitary sewer manholes, and all related dewatering, pavement repair and restoration.

Work shall be constructed under a Unit Price Contract.

    Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013).  Each Bid shall be accompanied by the Contractor's Bid Attachment (included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance with the Contract Specifications.

    The Contract will be awarded in accordance with the provisions of IC 5-16-13 for Public Works projects awarded after June 30, 2015.  Pursuant to IC 5-16-13-7, the provisions of the law are incorporated by reference.

    For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor must be qualified under either IC 4-13.6-4 or IC 8-23-10 (Indiana Department of Administration or Indiana Department of Transportation) before doing any work on a public works project.  

    In accordance with IC 22-5-1.7-11.1, Contractors entering into a contract with the Owner, and contractors of any tier as defined in IC 5-16-13-4, will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program (effective July 1, 2011), and comply with the reporting requirements of IC 5-16-13-11.

    In accordance with IC 5-22-16.5, Contractors entering into a contract with the Owner will be required to provide an Indiana Iran Investment Certification.  

    In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with their Bid and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirements set forth in IC 4-13-18.  Contractors shall complete a Drug Testing Plan Certification to be submitted with their Bid.

    The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.

    Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the ContractualLegal Requirements and Technical Sections of the specifications in the Project Manual.

    The Contractor to whom the work is awarded will be required to furnish an acceptable Performance and Payment Bond each in the amount of 100% of the contract price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion.

    The Contractor to whom the work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis".

    Copies of the Drawings and Specifications for the work are on file (for viewing purposes only) at City of Warsaw, 102 South Buffalo Street, Warsaw, Indiana 46580; and the Engineer's office, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 7884551 and 6409 Constitution Drive, Fort Wayne, Indiana 46804, Telephone (260) 422-8279; All copies are distributed to Contractors and other interested parties  by Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee.  A complete digital set of bidding documents is available for $100.  A complete hard copy set of bidding documents is available for $150.  

    An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.

    A Pre-Bid Conference will be held at 11:00 a.m. (local time) on June 27, 2022 at 102 South Buffalo Street in Warsaw, Indiana.   Bidders are encouraged to attend the Pre-Bid Conference.

CITY OF WARSAW, INDIANA

/S/ Honorable Dr. Joe Thallemer, Mayor

Attest:  /S/ Lynne Christiansen, ClerkTreasurer

6-10,24 hspaxlp

    



Have a news tip? Email [email protected] or Call/Text 360-922-3092

e-Edition


e-edition

Sign up


for our email newsletters

Weekly Top Stories

Sign up to get our top stories delivered to your inbox every Sunday

Daily Updates & Breaking News Alerts

Sign up to get our daily updates and breaking news alerts delivered to your inbox daily

Latest Stories


2 From Illinois Injured In Crash On U.S. 30 At 325E
Two people were injured Friday morning in a two vehicle crash at the intersection of East U.S. 30 East and South CR 325E, Warsaw.

Warsaw Board of Zoning
Bomy

Notice Of Administration
EU-000142 Wolf

Notice Of Administration
ES-137 Chupp

Tax Deed
Porter