Advertisement

Ad promo image large
  • Published Date

    January 2, 2023
    This ad was originally published on this date and may contain an offer that is no longer valid. To learn more about this business and its most recent offers, click here.

Ad Text

ADVERTISEMENT FOR BIDDERS Sealed Bids for Water System Improvements, for the Town of Bourbon, Indiana (herein called the "Owner") will be received by the Owner at Bourbon Town Hall, 104 East Park Avenue, Bourbon, Indiana, 46504 until February 7, 2023 at 2:00 pm (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: Base Bid Lump Sum Work New Water Treatment Plant: Construction of a new iron removal water treatment plant including a 1,600 sf masonry building with split face block veneer; 300 gpm stainless steel package treatment unit; two 300 gpm high service pumps; process and yard piping; valves; gas chlorination system; chlorine gas scrubber system; phosphate feed system; heating, ventilation and air conditioning system; laboratory cabinets and casework; motor control center, electrical equipment, and emergency standby generator; SCADA system; and site work including backwash gravity sewer, storm sewer improvements; crushed stone parking and drive, fencing, grading, and restoration. Groundwater Wells: Renovation of two existing well houses including replace ment of Well No. 2 pump/motor; replacement of electrical equipment, controls equipment, and lighting: new doors; new HVAC; process piping coatings; new VFDs; valve replacement and piping modifications; masonry infills; and site res- toration. Existing Elevated Storage Tank: SCADA upgrades; installation of pressure trans- mitter; modifications to existing manhole; site work; grading; and restoration. Add Alternate Bid No. 01 Lump Sum Work New Groundwater Well (Well No. 3): Construction of a new 500 gpm vertical tur- bine groundwater well and well house complete; site and process piping; valves; site work; grading; and restoration. Work shall be constructed under a Lump Sum 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. The construction of the project is expected to be funded in part by a State Re- volving Fund (SRF) as administered by the Indiana Finance Authority. The Con- tractor to whom the Work is awarded shall comply with all requirements of said agency. In accordance with the Davis-Bacon requirements, all contractor and subcon- tractors are required to pay not less than the Federal prevailing wage rates pub- lished by the U.S. Department of Labor for each classification of Work performed on this project. Bidders are notified that there is a 7% MBE and 5% WBE participation goal on this project. A conditional or qualified bid will not be accepted. Award will be made to the low, responsive, responsible bidder and must be approved by the State Revolving Fund Loan as administered by the Indiana Finance Authority. 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 (In- diana 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 re- quirements of IC 5-16-13-11. 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 90 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 ac- ceptance 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 104 East Park Avenue, Bourbon, IN 46504; the Engineer's Corporate Headquarters (6219 South East Street, Indianapolis, Indiana 46227 - 317-788-4551); and the Engineer's Satellite Office (6409 Constitution Drive, Fort Wayne, IN 46804-260-422-8279). 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 doc- uments is available for $150. A complete hard copy set of bidding documents is available for $250. An up-to-date Planholders List may be viewed at http://wesslerengineering.com/ planroom/. A Pre-Bid Conference will be held at 10:00 am (local time) on January 17, 2023 at the Bourbon Town Hall, 104 East Park Avenue, in Bourbon, Indiana. Bidders are encouraged to attend the Pre-Bid Conference. TOWN OF BOURBON BOURBON, INDIANA /S/ Ward Byers, President Attest: /S/ Kimberly Berger, Clerk Treasurer January 3, 10, 2023 PN342091 hspaxip ADVERTISEMENT FOR BIDDERS Sealed Bids for Water System Improvements , for the Town of Bourbon , Indiana ( herein called the " Owner " ) will be received by the Owner at Bourbon Town Hall , 104 East Park Avenue , Bourbon , Indiana , 46504 until February 7 , 2023 at 2:00 pm ( 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 : Base Bid Lump Sum Work New Water Treatment Plant : Construction of a new iron removal water treatment plant including a 1,600 sf masonry building with split face block veneer ; 300 gpm stainless steel package treatment unit ; two 300 gpm high service pumps ; process and yard piping ; valves ; gas chlorination system ; chlorine gas scrubber system ; phosphate feed system ; heating , ventilation and air conditioning system ; laboratory cabinets and casework ; motor control center , electrical equipment , and emergency standby generator ; SCADA system ; and site work including backwash gravity sewer , storm sewer improvements ; crushed stone parking and drive , fencing , grading , and restoration . Groundwater Wells : Renovation of two existing well houses including replace ment of Well No. 2 pump / motor ; replacement of electrical equipment , controls equipment , and lighting : new doors ; new HVAC ; process piping coatings ; new VFDs ; valve replacement and piping modifications ; masonry infills ; and site res toration . Existing Elevated Storage Tank : SCADA upgrades ; installation of pressure trans mitter ; modifications to existing manhole ; site work ; grading ; and restoration . Add Alternate Bid No. 01 Lump Sum Work New Groundwater Well ( Well No. 3 ) : Construction of a new 500 gpm vertical tur bine groundwater well and well house complete ; site and process piping ; valves ; site work ; grading ; and restoration . Work shall be constructed under a Lump Sum 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 . The construction of the project is expected to be funded in part by a State Re volving Fund ( SRF ) as administered by the Indiana Finance Authority . The Con tractor to whom the Work is awarded shall comply with all requirements of said agency . In accordance with the Davis - Bacon requirements , all contractor and subcon tractors are required to pay not less than the Federal prevailing wage rates pub lished by the U.S. Department of Labor for each classification of Work performed on this project . Bidders are notified that there is a 7 % MBE and 5 % WBE participation goal on this project . A conditional or qualified bid will not be accepted . Award will be made to the low , responsive , responsible bidder and must be approved by the State Revolving Fund Loan as administered by the Indiana Finance Authority . 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 ( In diana 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 re quirements of IC 5-16-13-11 . 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 90 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 ac ceptance 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 104 East Park Avenue , Bourbon , IN 46504 ; the Engineer's Corporate Headquarters ( 6219 South East Street , Indianapolis , Indiana 46227 - 317-788-4551 ) ; and the Engineer's Satellite Office ( 6409 Constitution Drive , Fort Wayne , IN 46804-260-422-8279 ) . 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 doc uments is available for $ 150 . A complete hard copy set of bidding documents is available for $ 250 . An up - to - date Planholders List may be viewed at http://wesslerengineering.com/ planroom / . A Pre - Bid Conference will be held at 10:00 am ( local time ) on January 17 , 2023 at the Bourbon Town Hall , 104 East Park Avenue , in Bourbon , Indiana . Bidders are encouraged to attend the Pre - Bid Conference . TOWN OF BOURBON BOURBON , INDIANA / S / Ward Byers , President Attest : / S / Kimberly Berger , Clerk Treasurer January 3 , 10 , 2023 PN342091 hspaxip

OTHER PRINT ADS