INVITATION TO BID Notice is hereby given, that the Town of Rosedale, Parke County, Indiana, by and through its Town Council, herein referred to as the Owner, will receive sealed proposals for the construction of the Town of Rosedale, Indiana - Wastewater Treatment Facility Improvements project. Sealed proposals are invited and may be delivered or forwarded by mail or other courier services addressed to the Town of Rosedale, Indiana, Attention: John McMullen, Town Council President, 52 Middle Street, Rosedale, IN 47874 by February 25, 2016 at 2:00 PM. All bids shall be opened and publicly read at that time. Bids received after such hour will be returned unopened. 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 February 18, 2016. A pre-bid meeting will be held Tuesday, February 16, 2016 at 2:00 PM at the Town Hall (52 Middle Street, Rosedale, IN 47874). All prime contractors, subcontractors, small, minority or women owned enterprises and other interested parties are invited to attend. The contract will consist of the following: Base Bid: The base bid project includes the construction of new 150,000 gallon earthen flow equalization basin (HDPE liner), new FEB drain lift station, new influent structure with channel macerator and overflow weir to the FEB, rehabilitation of the WWTF drain lift station and valve vault, demolition of the existing lab/chemical building, new pre-engineered chemical building, new emergency generator, installation of VFD's on the existing main lift station and all related grading, piping, electrical, controls and site restoration. The Base bid also includes the removal and disposal of the exposed insulation inside the treatment facility building, the application of a coating system to the inside of the building and the complete cleaning and painting of the existing package plant steel tank. Mandatory Alternate #1: Mandatory Alternate #1 consists of replacing the existing steel entrance doors (3) and the overhead doors (2) at the existing WWTF building. Mandatory Alternate #2: Mandatory Alternate #2 consists of replacing the three (3) blowers inside the existing building. Work shall include removing the existing blowers and installing new blowers and new check valves. Plans and Specifications for the Projects are on file and may be examined at the following locations: Town of Rosedale 52 Middle Street Rosedale, IN 47874 HWC ENGINEERING 601 S 3rd Street Terre Haute, IN 47807 812-234-2551 www.hwcplanroom.com Complete sets of bidding documents may be viewed at www.hwcplanroom.com. Electronic copies of the bidding documents are available for download at www.hwcplanroom.com for a non-refundable fee of $20.00. A completed printed set of bidding documents may be ordered at www.hwcplanroom.com at printing cost to the bidder plus shipping fees. The work to be performed and the proposal 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 proposal must be enclosed in a sealed envelope bearing the title of the Project, the name and address of Bidder and the Division of work. All proposals must be submitted on the proposal forms as identified in the Contract Documents and Specifications. Each proposal 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 proposal, 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 he executes his contract. The bond 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 proposal, or all proposals, or to accept any proposal or proposals, or to make such combination of proposals as may seem desirable, and to waive any and all informalities in bidding. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals or authorized postponement thereof. Any proposal received after the time and date specified shall not be considered. No proposal 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 be approved by the Indiana Office of Community&Rural Affairs and the Indiana Department of Environmental Management. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the projects shall apply to the Projects throughout. Proposals shall be properly and completely executed on proposal forms included in the Specifications. Proposals 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 proposal 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. By the submission of its bid, each bidder acknowledges that he understands and agrees to be bound by the Equal Opportunity Requirements of EPA regulations (40 CRF Part 8, particularly Section 8.4 (b), which shall be applicable throughout the performance of work under any contract awarded pursuant to his solicitation. Each bidder agrees that is awarded a contract, it will similarly bind contractually each subcontractor. In implementation of the foregoing policies, each bidder further understands and agrees that if awarded a contract, it must engage in affirmative action directed at promoting and ensuring Equal Employment Opportunity in the work force used under the contract (and that it must require contractually the same effort of all subcontractors whose subcontracts exceed $100,000). The Equal Employment Opportunity requirements shall be equal to all other requirements of the bid documents, and failure to satisfy same shall be cause for forfeiture to the OWNER of the amount of money represented by the certified check or bidder's bond. The bidder's attention is called to the "Notice of Requirement for Affirmative Action to Insure Equal Employment Opportunity (Executive Order 11246)", contained in the bid documents, which sets forth, in part, goals and timetables for the employment of women and minorities and handicapped persons in the project area. Bidders are directed to read and follow all Disadvantaged Business Enterprise information contained in the State Revolving Loan Program Requirements. The Bidders attention is also called to the "Minority/Women Business Participation" requirements contained in the Project Specifications. The State of Indiana, Department of Commerce, has adopted a State goal of 10% participation for minority and female owned businesses for construction related or purchase related contracts for the work. In addition, the Contractor must meet guidelines and practices established by the Indiana Office of Community&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. In addition, the Contract Division 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&Rural Affairs. Neither the United States nor any of its departments, agencies or employees is or will be a party to this Advertisement or Bids or any resulting contract. John McMullen Town Council President Town of Rosedale 151926 TS 1/27, 2/3/16 hspaxlp
↧