ADVERTISEMENT FOR BIDDERS
Sealed Bids for 2025 Sewer Rehabilitation, for the City of Lafayette, Indiana (herein called the "OWNER") will be received by the Owner at the office of the City Clerk, City Hall, 20 North Sixth Street, Lafayette, Indiana 47901, until January 6th, 2026 at 9:00 am (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at that time.
The Work shall include:
The installation of approximately 17,546 linear feet (LF) of 8-inch Cured-In-Place Pipe (CIPP), 780 LF of 10-inch CIPP, and 73 LF of 15-inch CIPP in sanitary, storm, and combined sewers, and one (1) known point repair of approximately 10 LF of 10-inch sanitary sewer. The work shall include sewer cleaning, pre- and post- CCTV inspections of the sewers, lateral reinstatements, and removal of protruding laterals as required.
Work shall be constructed under a Unit Price Contract.
Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013). Each Bid shall be accompanied by the Contractor's Bid Attachment (included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance with the Contract Specifications.
The Contract will be awarded in accordance with the provisions of IC 5-16-13 for Public Works projects awarded after June 30, 2015. Pursuant to IC 5-16-13-7, the provisions of the law are incorporated by reference.
For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor must be qualified under either IC 4-13.6-4 or IC 8-23-10 (Indiana Department of Administration or Indiana Department of Transportation) before doing any Work on a Public Works project.
In accordance with IC 22-5-1.7-11.1, Contractors entering into a contract with the Owner, and contractors of any tier as defined in IC 5-16-13-4, will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program (effective July 1, 2011), and comply with the reporting requirements of IC 5-16-13-11.
In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with their Bid and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirements set forth in IC 4-13-18. Contractors shall complete a Drug Testing Plan Certification to be submitted with their Bid.
The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.
Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual Legal Requirements and Technical Sections of the specifications in the Project Manual.
The Contractor to whom the Work is awarded will be required to furnish an acceptable Performance and Payment Bond each 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 Contractor to whom the Work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis".
Videos of sewer segments for the sewer requiring a point repair (SAN-28E60 to SAN-28E59), for the 15” storm sewer (ST-26L63 to ST-26L64), and the combined sewer on 14th Street (SAN-25F225 to COMB-25F224) are available for review at Wessler Engineering, 1130 AAA Way, Carmel, Indiana, 46032. Videos are also available digitally upon request from Wessler Engineering, (317) 788-4551. Videos have been recorded on digital media and it is the responsibility of the Bidder to provide the necessary equipment to view these segments. Digital videos may be viewed using multiple software programs, including the most current version of Microsoft Windows Media Player.
Copies of the Drawings and Specifications for the Work are on file (for viewing purposes only) at City of Lafayette, Clerk’s Office, 20 N. 6th Street, Lafayette, IN 47901; and the Engineer's office, Wessler Engineering, 1130 AAA Way, Carmel, Indiana, 46032, Telephone (317) 788 4551. All copies are distributed to Contractors and other interested parties by Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee. A complete digital set of bidding documents is available for $75. A complete hard copy set of bidding documents is available for $100.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.
A Pre-Bid Conference will be held at 10:00 a.m. (local time) on December 17th, 2025 at the Lafayette Renew Facility, 1700 Wabash Avenue in Lafayette, Indiana. Bidders are encouraged to have a representative attend the Pre-Bid Conference.
Approved by the Board of Public Works and Safety on the day of 2025.
Gary Henriott, President
Amy Moulton, member
Cindy Murray, member
Eric Rody, member
Ronald Shriner, member
ATTEST:
Mindy Miller Riehle , 1st Deputy Clerk
Date:
LAF-11/21, 12/05/2025-11837029 hspaxlp