Skip to content

Invitation to Bid

INVITATION TO BID

Notice is hereby given, that the Town of Montezuma, Parke County, Indiana, by and through its Town Council, herein referred to as the Owner, will receive sealed bids for the construction of the Town of Montezuma – Wastewater Treatment Facility Improvements – Phosphorous Removal project.

Sealed bids must be received by the Town of Montezuma no later than 6:00 P.M. (Local Time) on Thursday, October 17, 2019. Bids received after such hour will be returned unopened. Bids received prior to this time shall be opened and publicly read at the public meeting scheduled to take place on Thursday, October 17, 2019 at 6:00 PM (Local Time) at the Town of Montezuma’s Community Center, 800 N. Jackson Street, Montezuma, Indiana 47862. If sealed Bids are to be mailed or sent via Commercial Carrier, they shall be sent to the Town of Montezuma – Water Office and Office of the Clerk Treasurer, Attention: Jay Norris, Town Council President, 1243 N. Jackson Street, Montezuma, IN 47862 Thursday, October 17, 2019 at 6:00 PM. 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 Wednesday, October 16, 2019.

A pre-bid meeting will be held at 10:00 AM (Local Time) on Monday, October 7, 2019 at the Town of Montezuma’s Community Center located at 800 N. Jackson Street, Montezuma, Indiana 47862. 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:

The Base Bid project generally consists of construction of a new phosphorus settling tank, new effluent pump station, new pre-fabricated chemical feed building, new chemical feed piping, new sludge force main, new manholes and valves, and the complete removal and replacement of two existing recirculating sand filters. Work also includes the installation of a wireless monitoring system for the existing Airvac vacuum valve pits. All site restoration, electrical, controls, fencing, etc. shall also be included as shown on the plans and specifications.

The Mandatory Alternate #1 work generally includes construction of a framed chemical building with metal roofing and metal siding in lieu of the pre-fabricated chemical building included in the Base Bid.

Plans and Specifications for the Projects are on file and may be examined at the following locations:

Town of Montezuma

1243 N. Jackson Street

Montezuma, IN 47862

765-245-2759

Rapid Reproductions

129 S 11th Street

Terre Haute, IN 47807

812-238-1681

www.rapidreproductions.net

HWC Engineering

601 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 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, the name and address of Bidder and the Division of work. All bids must be submitted on the bid forms as identified in the Contract Documents and Specifications. 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 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 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.

Compliance with the Certificate of Qualification for General Contractors and Subcontractors for State of Indiana Public Works Projects as outlined in Indiana Code 4-13.6-4 is not required for this project. Procurement will follow Federal Guidelines found in CFR 200.

A conditional or qualified Bid will not be accepted. Award will be made to the low, responsive, responsible bidder.

Award will be made to the lowest, responsive, responsible bidder. The lowest, 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 and must be approved by the Indiana Office of Community & Rural Affairs.

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.

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.

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.

Each Bidder must have a drug testing program in accordance with IC 36-1-12-24.

Town Council

Town of Montezuma

Leave a Comment