Skip to content

Advertisement for Bidders: Town of Marshall

ADVERTISEMENT FOR BIDDERS

 

Sealed Bids for the 2019 Community Crossings Improvements for the Town of Marshall, Indiana (herein called the “OWNER”) will be received by the Owner until March 12, 2019 at 4:00 p.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 14 South Main Street, Marshall, Indiana at that time.

 

The Base Bid Work includes:

 

  1. Main Street: 2-inch milling and resurfacing, sidewalks along both sides with ADA ramps, and tree clearing.

 

Pothole repairs on Parke Street and Meridian Street.

 

All necessary clearing, removal, disposal, construction engineering, traffic control, erosion control, site restoration, cleanup and incidental work to complete the project.

 

Mandatory Add Alternate Bid No. 01 Work includes:

 

Center Street: 4-inch milling and resurfacing, sidewalks on the east side.

 

All necessary clearing, removal, disposal, construction engineering, traffic control, erosion control, site restoration, cleanup and incidental work to complete the project.

 

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.

 

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 Contractual‑Legal Requirements and Technical Sections of the specifications in the Project Manual.

 

A pre-bid meeting will not be held.

 

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 the Town of Marshall, 45 South Main Street, Marshall, Indiana; and the Engineer’s office, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 788‑4551.  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 $25.  A complete hard copy set of bidding documents is available for $50.

 

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

 

TOWN OF MARSHALL, INDIANA

 

/S/Kevin Stewart, President

 

Attest:  /S/Kathy Wirth, Clerk‑Treasurer

Leave a Comment