Bids sought by Town of Nashville for water project improvements contract

0

TOWN OF NASHVILLE, INDIANA

WATER CAPITAL IMPROVEMENTS PROJECT

ADVERTISEMENT FOR BIDS

Sealed Bids for the construction of the Water Capital Improvements Project, Division “A” – Schooner Valley Booster Station Improvements, Kirt’s Garage Booster and Tank Demolition, Freeman Ridge Road Water Main Replacement and Installation of New Radio Read Metering System will be received, by Town of Nashville, at the office of the Town Hall, 200 Commercial Street, Nashville, IN 47448, until 6:30 p.m. local time on November 16, 2017, at which time the Bids received will be publicly opened and read.  All interested citizens are invited to attend and should any citizens require special provisions, such as handicapped modifications or non-English translation personnel, the Town will provide such provisions as long as the request is made by November 13, 2017. The Project consists of constructing a new booster station, demolition of two (2) existing booster stations, demolition of an existing water storage tank, construction of approximately 4,500 linear feet of new 8-inch water main with appurtenances and installation of a new radio read metering system

Bids will be received for a single prime Contract.  Bids shall be on a lump sum and unit price basis as shown on the bid form.

The Issuing Office for the Bidding Documents is: Beam, Longest & Neff, LLC., 8126 Castleton Road, Indianapolis, IN 46250. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Thursdays between the hours of 8:00 a.m. to 4:00 p.m. and Fridays between the hours of 8:00 a.m. to 12:00 p.m., and may obtain copies of the Bidding Documents from the Issuing Office as described below.

Bidding Documents also may be examined at Eastern Engineering Supply, 9901 Allisonville Road, Fishers, IN 46038; online at www.b-l-n.com accessed by clicking the plan room tab; the office of the Town of Nashville, 200 Commercial Street, Nashville, IN 47448, on Mondays through Fridays between the hours of 8:00 a.m. to 4:00 p.m.; and the office of the Engineer, Beam, Longest & Neff, LLC., 8126 Castleton Road, Indianapolis, IN 46250, on Mondays through Fridays between the hours of 8:00 a.m. to 4:00 p.m..

Bidding Documents may be viewed and ordered online by registering with the Issuing Office at www.b-l-n.com.  Following registration, complete sets of Bidding Documents may be downloaded from the Issuing Office’s website as “zipped” portable document format (PDF) files. The cost of printed Bidding Documents from the Issuing Office will depend on the number and size of the Drawings and Project Manual, applicable taxes, and shipping method selected by the prospective Bidder. Cost of Bidding Documents and shipping is non-refundable.  Upon Issuing Office’s receipt of payment, printed Bidding Documents will be sent via the prospective Bidder’s delivery method of choice; the shipping charge will depend on the shipping method chosen.  The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents.  Partial sets of the Bidding Documents will not be available from the Issuing Office.

A pre-bid conference will be held at 11:00 a.m. local time on November 2, 2017 at the Nashville Town Hall, 200 Commercial Street, Nashville, IN 47448.  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 fifteen (15) days of said notification.

The work to be performed and the bid to be submitted shall include sufficient and proper sums for all general construction, mechanical installation, labor, materials, permits, licenses, insurance, and so forth incidental to and required for the construction of the facilities.

Each bid must be enclosed in a sealed envelope bearing the title of the Project and the name and address of Bidder.  All bids must be submitted on the bid forms as identified in the Contract Documents and Specifications.

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.

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 ninety (90) days.

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 2013) 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 and a loan, as administered by USDA Rural Development.  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 Nashville

By: Charles King   Title: Council President   Date: October 18, 2017

31999651 10/18, 25, 2017 hspaxlp 17-195

No posts to display