Skip to content

Legal Notice -Parke County, Town of Rockville, Bids

NOTICE TO BIDDERS

 

Notice is hereby given that the Town of Rockville, by and through the Town Council; hereinafter referred to as the OWNER, will receive sealed bids for the following project:

 

Rockville Project # 2200375

Asphalt Milling & Resurfacing on Various Streets

Rockville, Parke County, Indiana

 

Proposals may be forwarded individually by registered mail to PO Box 143, or delivered in person, to the Clerk-Treasurer’s Office, 103 W. High Street, Rockville, Indiana, 47872 prior to 8:00 am, prevailing local time on Thursday, June 2, 2022 Bids received after the 8:00 am deadline will not be considered but will be returned to the bidder unopened.

 

All proposals will be considered by the OWNER at a public meeting held in the Clerk-Treasurer’s Office, 103 W. High Street, Rockville, Indiana, and opened and read aloud at the bid opening scheduled meeting at 8:01am local time, on Thursday, June 2, 2022.

 

The work to be performed and the proposals to be submitted shall include a bid for all general construction, labor, material, tools, equipment, taxes, permits, licenses, insurance, service costs, etc. incidental to and required for this project.

 

Contract Documents for the Project/Work may be examined at the Town Liaison’s Office at 416 S. Jefferson Street, Rockville, Indiana 47872. An electronic copy of the documents is also available for pick up at the Liaison’s Office. Electronic contract documents are available for free. 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.

 

Each proposal must be enclosed in a sealed envelope, bearing the title of the project, bid opening date and the name and address of the bidder firmly affixed. The Bid documents to be thus submitted by each bidder shall consist of all of the documents listed in section 5.3 of the Instruction to Bidders. The bidder shall affix identifying tabs to the following sheets of each proposal:

 

  • Bidder’s Itemized Proposal and Declarations
  • Bid Bond
  • Standard Questionnaire and Financial Statement

 

Each individual proposal shall be accompanied by a certified check or acceptable Bidder’s Bond, made payable to the Rockville Clerk-Treasurer, in a sum of not less than five percent of the total amount of the proposal, which check or bond will be held by the said Clerk-Treasurer’s Office as evidence that the bidder will, if awarded a contract, enter into the same with the OWNER upon notification from them to do so within ten days of said notification. Failure to execute the contract and to furnish performance bond to the Town of Rockville Clerk-Treasurer’s Office, will be cause for forfeiture of the amount of money represented by the certified check, or bidder’s bond, as and for liquidated damages. The Town of Rockville at its discretion reserves the right to waive any and all informalities in the bidding. All bids submitted shall be valid for 90 days from the opening of the bids.

 

The Town of Rockville Street/Highway Department reserves the right to ask for clarification for any bid submitted. The specification herein states the minimum requirements of the Town of Rockville. It shall be the Bidder’s responsibility to carefully examine each item of the specification. Any bid not in substantial compliance with these specifications will be rejected. It will be the responsibility of the Bidder to conform to the requirements unless deviations have been specifically cited by the Bidder and acceptance made on the basis of the exception.

 

The Town of Rockville acknowledges its responsibility to comply with the American Disabilities Act of 1990. In order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternate audio/visual devices, and amanuenses) for participation in or access to sponsored public programs, services and or meetings, the town requests that individuals make request for these services forty-eight (48) hours ahead of the scheduled program, services and/or meeting. To make arrangements, please call (765) 569-6253.

 

Bids Due: June 2, 2022 8:00 am

Bid Opening: June 2, 2022 8:01 am

Engineer’s Review: June 2-6, 2022

Bid Selection: June 6, 2022 5:00 pm