TOWN OF MONTEREY MONTEREY, INDIANA WASTEWATER SYSTEMS IMPROVEMENTS ADVERTISEMENT FOR RE-BIDS

TOWN OF MONTEREY

MONTEREY, INDIANA

WASTEWATER SYSTEMS IMPROVEMENTS

ADVERTISEMENT FOR RE-BIDS

Sealed Bids for the construction of the Wastewater Systems Improvements will be received by the Town of Monterey, at the office of the Clerk-Treasurer, 7033 North Walnut Street, Monterey, Indiana 46960, until 11:00 a.m. local time on August 4, 2016 at which time the Bids received will be publicly opened and read. The Project consists of constructing the following:

The project includes but is not limited to general improvements to the Town of Monterey’s wastewater treatment and vacuum sewer collection systems, both contained in one (1) single contract division. The treatment plant work includes modifications to the existing manually cleaned bar screen, new equalization pumps and controls, new aeration blowers and associated variable frequency drives, modifications to the existing final clarifier scum removal system, new sludge pumps, a new submersible pumps removal system, allowance for new laboratory equipment, and all other work required for a completed wastewater treatment plant project. The collection system work will involve the rebuild of worn out vacuum valve and controller stations and all other work required for a completed collection system project.

Bids will be received for a single prime Contract. Bids shall be on a lump sum basis as indicated in the Bid Form. The low, responsive, responsible bidder will be determined based upon the total lump sum base bid.

The Issuing Office for the Bidding Documents is: Commonwealth Engineers, Inc., 7256 Company Drive, Indianapolis, IN 46237. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 a.m. to 5:00 p.m. local time, and may obtain copies of the Bidding Documents from the Issuing Office as described below.

Bidding Documents also may be examined at the Town of Monterey, Clerk-Treasurer’s Office, on Mondays through Fridays by appointment only. Please contact the Clerk-Treasurer, Ms. Linda McCune, at 574-542-2455 to set an appointment. 

The Contract Documents, Specifications and Drawings will be provided via the web-based service of Commonwealth Engineers, Inc. at www.commonwealth-engineers.com. The plan holder will receive an email link to the PDF downloadable documents upon payment of a non-refundable fee of One Hundred and 00/100 Dollars ($100.00) plus 7% sales tax. 

One set of printed Contract Documents, Specifications and Drawings may be obtained upon payment of an additional non-refundable fee of One Hundred Fifty and 00/100 Dollars ($150.00) plus 7% sales tax, via the web-based service of Commonwealth Engineers, Inc. at www.commonwealth-engineers.com. Requests for Contract Documents and Specifications and Drawings must also include a return street address; post office box numbers are not acceptable. 

Contract Documents will not be sold separate from the web-based service (i.e. All plan holders will be required to purchase through the web-based service). Partial sets of Contract Documents, Specifications and Drawings are not available. Questions pertaining to this project may be directed to Commonwealth Engineers, Inc. at (317) 888-1177 or FAX at (317) 887-8641 or email to tboehmer@contactcei.com. Additional questions concerning access to the website may be directed Commonwealth Engineers, Inc. at (317) 888-1177 or email to jchipman@contactcei.com.

All addenda, which may be issued for this Project, will only be issued to each plan holder via email. For those whom also purchase printed Contract Documents, printed addenda will be provided as well. All plan holders shall note, the printed documents are provided as a courtesy and do not preclude the plan holder from relying upon the web/email based materials (i.e. delays in mail delivery will not be considered relevant due to all contract document holders access to materials via web/email). 

No refunds will be issued for this project.

The OWNER reserves the right to reject any bid, or all bids, or to accept any bid or bids, or to make such combination of bids as may seem desirable, and to waive any and all informalities in bidding. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. NO bid may be withdrawn after the scheduled closing time for receipt of bids for at least sixty (60) days. 

A pre-bid conference will be held at 10:30 a.m. local time on July 21, 2016 at the Town of Monterey, Monterey Town Hall, 7033 North Walnut Street, Monterey, Indiana 46960. Attendance at the pre-bid conference is highly encouraged but is not mandatory.

Bid security shall be furnished in accordance with the Instructions to Bidders.

Each bid shall be accompanied by a certified check or acceptable bidder’s bond made payable to the Owner, in a sum of not less than five percent (5%) of the total amount of the highest aggregate bid, which check or bond will be held by the Owner as evidence that the bidder will, if awarded the contract, enter into the same with the Owner upon notification from him to do so within ten (10) days of said notification.

Approved performance and payment bonds guaranteeing faithful and proper performance of the work and materials, to be executed by an acceptable surety company, will be required of the Contractor at the time of contract execution. The bonds will be 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.

A conditional or qualified Bid will not be accepted.

Award will be made to the low, responsive, responsible bidder. The low, responsive, responsible bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the project throughout.

Bids shall be properly and completely executed on bid forms included in the Specifications. Bids shall include all information requested by Indiana Form 96 (Revised 2010) included with the Specifications. Under Section III of Form 96, the Bidder shall submit a financial statement. A copy of the proposed Financial Statement to be submitted with the bid is included in the bid documents section to these specifications. The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein.

Each Bidder is responsible for inspecting the Project site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation with respect to its Bid.

Wage rates on the project shall not be less than the federal wage scale published by the U.S. Department of Labor.

Bidders on this work shall be required to comply with the provisions of the President’s Executive Order No. 11246, as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60 - 4 entitled Construction Contractors - Affirmative Action Requirements. A copy of 41 CFR Part 60 - 4 may be found in the Supplemental General Conditions of the Contract Documents and Specifications.

The Bidders attention is also called to the “Minority/Women Business Participation” requirements contained in the Project Specifications. The Indiana Office of Community and Rural Affairs has adopted a State goal of 10% participation for minority and women owned businesses for construction related or purchase related contracts for the work.

The Contractor must meet guidelines and practices established by the Indiana Office of Community and Rural Affairs and appropriate federal regulations including: 1) Executive Order 11246, 2) Section 3 of the Housing and Community Development Act of 1968, as amended, 3) Certification of Non-Segregated Facilities, 4) OMB Circular A-102, 5) Title VI of the Civil Rights Act of 1964, 6) Section 504, Rehabilitation Act of 1973, 7) Age Discrimination Act of 1975, 8) Executive Order 12138, 9) Conflict of Interest Clause, 10) Retention and Custodial Requirements for Records Clause, 11) Contractors and Subcontractors Certifications, and others that may be appropriate or necessary.

Contract procurement is subject to the federal regulations contained in the OMB Circular A-102, Sections B and O and the State of Indiana requirements contained in IC-36-1-9 and IC-36-1-12.

Any contract(s) awarded under this Advertisement for Bids are expected to be funded in part by a grant from the Department of Housing and Urban Development, as administered by the Indiana Office of Community and Rural Affairs. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Advertisement for Bids or any resulting contract.

Owner: Town of Monterey

By: Emily Bailey

Title: Town Council President 

Date: July 14, 2016

129-16 G 07/13, 07/20

Pulaski County Journal

114 W. Main Street
Winamac, IN 46996

(574) 946-6628
 

Comment Here