Notice to Bidders- Rockville
NOTICE TO BIDDERS
Notice is hereby given that the Town of Rockville will receive sealed bids for the Sanitary Sewer Rehabilitation Project/Work at the Clerk-Treasurer’s Office, 103 W High Street, Rockville, Indiana until 12:00 noon, prevailing local time on Friday, February 21, 2020. Bids will be publicly opened at the Town Council meeting which starts at 12:01 p.m. on Friday, February 21, 2020. No late bids will be accepted. All interested citizens are invited to attend the bid opening and should any citizen require special provisions, such as handicapped modifications or non-English translation personnel, please call 765-569-6253 by February 14, 2020 to arrange.
Each bid shall be accompanied by a certified check or acceptable bidder’s bond made payable to the Town of Rockville, 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 Town of Rockville as evidence that the bidder will, if awarded the contract, enter into the same with the Town of Rockville upon notification 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 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 Project/Work consists of, but not necessarily limited to the following:
Sanitary sewer rehabilitation using the CIPP method for approximately 650 feet of 15-inch sewer; 1,836 feet of 12-inch sewer; 855 feet of 10-inch sewer; and 6,733 feet of 8-inch sewer. Work will also include the complete replacement of deteriorated sections of the sewer lines, to include thirty-five (35) feet of 15-inch pipe, fifty-nine (59) feet of 12-inch pipe, nine (9) feet of 10-inch pipe, and thirty-five (35) feet of 8-inch pipe. Lateral repairs and reconnections should be completed in pipe segments that are being replaced.
In addition, the Contractor shall provide the following services:
- Remove all dispose of existing drum screen at the influent point of the wastewater treatment plant.
- Replace the existing screen with a Duperon Adaptive Technology Screen, or equivalent.
- Install a NEMA 4X electric box in the same building with the new Duperon Adaptive Technology Screen (or equivalent).
- Remove and dispose of the existing diffusers from two aeration tanks at the wastewater treatment plant.
- Install 649 Sanitaire, or equivalent, 9” Membrane Diffusers with retaining rings, and base plates
- Remove and dispose of two 60” Aluminum weir gates
- Furnish and install two new stainless-steel gates. Anchor new gates in the same location as existing gates, with new hardware
- Install a manually operated 90-degree gearbox on top of the gates
Contract documents for the Project/Work have been assembled into one bound Project Manual that may be examined at the Clerk/Treasurer’s Office at 103 W High St, Rockville, Indiana 47872. An electronic copy of the documents is also available for pick up the Clerk/Treasurer’s office. Electronic contract documents are available at no charge. Hard copies of the Contract Documents and Project Manual will be available for purchase and pick-up at the Clerk/Treasurer’s Office for a non-refundable fee of $150.00. Payment may be made by check or cash. NO DEPOSITS ACCEPTED. Make checks payable to Deckard Engineering/Surveying, PC. All payments and costs of Contract Documentation and related supplemental materials are non-refundable.
Bidders shall assure that they have obtained complete sets of Contract Documents and shall assume the risk of any errors or omissions in Bids prepared in reliance on incomplete Contract Documents.
A pre-bid conference for discussion of the Work, the bidding requirements, and other important matters will be held on February 7, 2020 at 5:00 p.m. local time at the Clerk/Treasurer’s Offices located at 103 W. High St, Rockville, Indiana 47872. All prime contractors, subcontractors, small, minority or women owned enterprises and other interested parties are invited to attend to learn about the project.
Each bid must be enclosed in a sealed envelope bearing the title of the Project and the name and address of the Bidder. All bids must be submitted on the bid forms as identified in the Contract Documents and Specifications.
The Town of Rockville reserves the right to reject any or all bids or to waive any informalities and to accept the bid which it deems most favorable to the interests of the Town after bids have been examined and canvassed. 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 bidder. The low, responsive 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 the bid forms included in the Specifications. Bids shall include all information requested by Indiana Form 96, Revised 2013 included with Specifications. Under Section III of Form 96, the Bidder shall submit a financial statement. The Town of Rockville may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish the Town of Rockville all such information and data for this purpose as the Town of Rockville may request. The Town of Rockville reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Town of Rockville 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 for reading and being thoroughly familiar with the Contract Documents and Specifications, including provided sewer camera videos and sewer inspection report sheets. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from the 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. Refer to the Federal Construction Contract Provisions in 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 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 Certification, 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 the Notice to Bidders may be funded in part by a Federal and/or State grant from the Indiana Office of Community and Rural Affairs. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Notice to Bidders or any resulting contract.