Projects for Bid

Town of Selma – Stormwater Utility Improvements (D22001)

$150.00$400.00

Description

ADVERTISEMENT FOR BIDS

TOWN OF SELMA

SELMA, INDIANA

STORMWATER UILITY IMPROVEMENTS

General Notice

Town of Selma (Owner) is requesting Bids for the construction of the following Project:

Stormwater Utility Improvements

Project #D22001

Notice is hereby given, that the Town of Selma, Indiana, by and through its Town Council, hereinafter referred to as the Owner, will receive sealed bid packets for the construction of the Stormwater Utility Improvements Project #D22001.

Bids for the construction of the Project will be received at the Town Hall located at 316 S. Albany St., Selma, IN 47383, until Monday, August 26, 2024 at 5:00 P.M. local time. At that time the Bids received will be publicly opened and read.

All interested citizens are invited to attend and should any citizens require special provisions, such as accessible-modifications or non-English translation personnel, the Town will provide such provisions as long as the request is made by August 19, 2024.

The Project includes the following Work:

The project includes but is not limited to construction of improvements to storm sewer and detention. The work includes, but is not limited to, adding new storm sewers, adding additional storm inlets, and adding a detention pond.

Bids are requested for the following Contract: Stormwater Utility ImprovementsBids will be received for a single prime Contract.  Bids shall be as shown in the Bid Form.

Obtaining the Bidding Documents

The Issuing Office for the Bidding Documents is: Commonwealth Engineers, Inc., 7256 Company Drive, Indianapolis, IN 46237.  Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 a.m. to 5:00 p.m., and may obtain copies of the Bidding Documents from the Issuing Office as described below.  Prospective Bidders may also examine the drawings via the Web-based service of Commonwealth Engineers, Inc. at www.commonwealthengineers.com.

The Contract Documents, Specifications and Drawings will be provided via the web-based service of Commonwealth Engineers, Inc. at www.commonwealthengineers.com.  The plan holder will receive an email link to the PDF downloadable documents upon payment of a non-refundable fee of One Hundred Fifty and 00/100 Dollars ($150.00) plus 7% sales tax, per project division desired

One set of printed Contract Documents, Specifications and Drawings may be obtained upon payment of an additional non-refundable fee of Two Hundred and Fifty Dollars ($250.00) plus 7% sales tax, per project division desired, via the web-based service of Commonwealth Engineers, Inc. at www.commonwealthengineers.com.  Requests for Contract Documents and Specifications and Drawings must also include a return street address; post office box numbers are not acceptable. 

Contract Documents will not be sold separate from the web-based service (i.e. All plan holders will be required to purchase through the web-based service).  Partial sets of Contract Documents, Specifications and Drawings are not available.  Questions pertaining to this project shall be submitted directly to Dale A. Gick, P.E. at Commonwealth Engineers, Inc. via https://login.procore.com.  Additional questions concerning access to the website may be directed to Commonwealth Engineers, Inc. at (317) 888-1177.

All addenda, which may be issued for this Project, will be issued to each plan holder via email.  For those whom also purchase printed Contract Documents, printed addenda will be provided as well.  All plan holders shall note, the printed documents are provided as a courtesy and do not preclude the plan holder from relying upon the web/email based materials (i.e. delays in mail delivery will not be considered relevant due to all contract document holders access to materials via web/email).

No refunds will be issued for this project.

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. 

Pre-bid Conference

A pre-bid conference for the Project will be held on  Tuesday, August 13, 2024 at 11:00 A.M. at Selma Town Hall, 316 S. Albany Street, Selma, IN 47388. Attendance at the pre-bid conference is encouraged but not required.

Instructions to Bidders

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 and 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 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.

Bid security shall be furnished in accordance with the Instructions to Bidders.

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 project shall apply to the project 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. 

Bidders shall be aware of the requirements set by the Bipartisan Infrastructure Law of 2021, which mandate that all iron and steel, manufactured products, and construction materials used in a federal project must be produced in the United States. Pursuant to HUD’s Notice, “Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance” (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver.

The Bidders attention is also called to the “Minority/Women Owned Business Participation” and “Indiana Veteran Owned Small Business Program” requirements contained in the Project Specifications. The State of Indiana has set a goal of 10% participation for minority and women owned businesses and 3% participation of veteran owned businesses for construction or purchase related contracts for the work.

The Contractor must meet guidelines and practices established 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 NonSegregated 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, 12) Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58, 13) OMB’s Memorandum M-24-02; Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, 14) U.S. Housing and Urban Development CPD Notice 23-12; CPD Implementation Guidance for the Build America, Buy America Act’s domestic content procurement preference as part of the Infrastructure Investment and Jobs Act 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 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 and Rural Affairs.  Neither the United States nor any of its departments, agencies or employees is or will be a party to this Advertisement for Bids or any resulting contract.

Pursuant to Chapter 5, 5-5 of the Labor Standards Administration and Basic Enforcement Handbook 1344.1 Rev 3; “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.

For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.

 

This Advertisement is issued by:

Owner:  Town of Selma

By:          Jensen Glaze

Title:      Town President

Date:     August 1, 2024

END OF ADVERTISEMENT FOR BIDS

Town of Selma

Stormwater Utility Improvements

Bid Date: August 26, 2024 @ 5:00pm

Pre-Bid Date: August 13, 2024 @ 11:00 am

 

 

Indiana Earthworks, LLC
9922 W 900 S
Losantville, IN 47354
765-853-7067
zane@inewllc.com

 

Watson Excavating Inc.
109 W High St
P O BOX 45
Redkey, IN 47373
765-369-2728
beth.watsonexc@gmail.com

 

Yarberry Companies
9940 S 1000 W
ANDERSON, IN 46017
765-378-5783
admin@yarberryco.com

 

Construct Connect
3825 Edwards Road
Suite 800
Cincinnati, OH 45209
800-364-2059
content@constructconnect.com

 

GFL Environmental Inc
3204  Lower Huntington Rd
Fort Wayne, IN 46809
260-747-5037
breanne.henry@gflenv.com

 

Culy Contracting
5 Industrial Park Drive
Winchester, IN 47394
765-584-8509
leyton.peavler@culycontracting.com

 

Brackney, Inc.
2145 State Road 1
Brookville, IN 47012
765-647-6551
estimating@brackneyinc.com

 

Dirt Works & Asphalt Paving, Inc.
877 N. 1100 West
Parker City, IN 47368
765-748-6774
Dirtworks5@gmail.com

 

VTF EXCAVATION, LLC
8398 Celina Mendon Road
Celina, OH 45822
419-305-4871
aaronbath@vtfexcavation.com

 

Howard Companies
2916 Kentucky Ave
Indianapolis, IN 46221
317-363-5250
jdillon@howardcompanies.com

 

3D Company Inc
7240 North State Road 3
Muncie, IN 47303
765-288-3326
ebrooks@3dcompanyinc.com

 

SLB Pipe Solutions LLC
2900 Mitchell Rd.
Bedford, IN 47421
812-583-5196
andrew.mckerrow@slbpipesolutions.com

 

MadCo Excavating
2868 W 250 N
Anderson, IN 46011
765-623-6085
Info@madcoexcavatinf.com

 

Cobalt Civil
610 N 100 E
Winchester, IN 47394
765-546-8613
drakemoody@cobaltcivil.com

 

Utilities Unlimited, LLC
38 W. Grant St. Ste. A
Knightstown, IN 46148
317-714-2215
brenthofer@msn.com

 

Additional information

Downloadable Set