Legal Notice – Town of Rockville, Beadle Street Stormwater Project
TOWN OF ROCKVILLE
BEADLE STREET STORMWATER PROJECT
INVITATION FOR BIDS
Notice is hereby given, that the Town of Rockville, IN by and through its Town Council herein referred to as the Owner, will receive sealed bids for the construction of a stormwater sewer network from Howard Avenue to W Stark Street, along the east side of Beadle Street.
Sealed bids are invited and may be delivered or forwarded by mail or other courier services addressed to the Town of Rockville, Clerk-Treasurer’s Office, 103 W. High Street, Room 107, Rockville, Indiana, until 4:00 pm, prevailing local time on October 10th. Bids may also be hand delivered to the Owner. All bids will be opened and publicly read. 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 October 2, 2023.
A pre-bid meeting will be held on September 20, 2023 @ 8 am local time in the Conference Room located at 103 W. High Street, Rockville, Indiana 47872. 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:
In general, the work to be completed for the Town of Rockville Beadle Street stormwater project includes the installation of a stormwater main from a stub-out at Howard Avenue, heading north along the east side of Beadle Street, and terminating at a stormwater culvert under Stark Street. The project involves the installation of the new stormwater pipe and associated structures; repairs to sidewalks, roadways, and driveways as necessary; maintenance of traffic; erosion control; and all other ancillary work required to complete the project as generally designed.
Plans and Specifications for the Projects are on file and may be examined at the following locations beginning September 11, 2023:
TOWN OF ROCKVILLE
103 W. High Street
Rockville, Indiana 47872
(765) 569-6253
DES ENGINEERING, LLC
214 E. Main Street
Crawfordsville, IN 47933
765-267-2223
Complete sets of bidding documents may be viewed at DES ENGINEERING LLC offices. Electronic copies of the bidding documents are available for download by request from DES ENGINEERING LLC for a non-refundable fee of $25.00. A completed printed set of bidding documents may be ordered 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.
All Contractors or Sub-Contractors awarded work in excess of $300,000 must be on the IN Department of Administration pre-qualified list, as noted in New Paragraph 3.05 of the Instructions to Bidders. A copy of the list can be viewed at http://www.in.gov/idoa/2486.htm.
Each bid must be enclosed in a sealed envelope bearing the title of the Project, the name and address of Bidder. 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.
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 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 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 IN 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.
The bidder is required to submit with bid a written plan for an employee drug testing program that complies with IC 4-13-18-5 and IC 4-13-18-6.
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 Bidder 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.
Bidders attention is also called to the “Minority/Women Business Participation” requirements contained in the Project Specifications. The IN 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 or purchase related contracts for the work.
Pursuant to Chapter 5, 5-4 of the Labor Standards Administration and Basic Enforcement Handbook 1344.1 Rev 2; “No contract may be awarded to any contractor that is debarred, suspended or otherwise ineligible to participate in Federal or Federally assisted contracts or programs. Any contract awarded to a prime contractor or subcontractor that is found to be ineligible for award must be terminated immediately.” Prior to contract award prime contractors are to be actively registered or seeking registration with SAM.gov to determine eligibility/debarment status.
Rockville Town Council