ADVERTISEMENT FOR BIDS
The Town of Brownsburg, Indiana (the "Town") will receive bids for the W. Northfield Dr. & N CR625 E Intersection Improvement Project (the "Project"), all in accordance with the Project Manual, which shall include but not be limited to the Contract Documents, any and all Bidding Documents, the Proposal, this Advertisement for Bids, Construction Schedule, and Specifications, pursuant to the applicable provisions of Indiana Code, including, but not limited to, Indiana Code § 36-1-12 et seq. and Indiana Code § 5-16-13 et seq. Sealed bids will be received until 2:00 PM, prevailing time, on November 17, 2025. Bid opening may be attended in person at Town Hall, 61 N. Green St. Brownsburg, Indiana 46112. Topic: Town of Brownsburg Bid Opening Time: November 17, 2025 2:00 PM Indiana (East).
The Town Manager hereby designates the location to receive bids to be at the Brownsburg Town Hall Development Services Office, 61 N. Green Street, Brownsburg, Indiana, 46112. If the doors are locked someone will be at the door to collect your bid. If someone is not at the door a phone number will be posted on the door. The phone number is (317) 852- 1128. Please call this number and someone will come collect your bid. All bids will be publicly opened and read aloud. The outside of the sealed envelope or other method of transmission in which the Bid is enclosed, shall be clearly marked "BID – W. Northfield Dr. & N CR625 Intersection Improvement Project", and as otherwise set forth in the Project Manual. For special accommodations needed by individuals planning to attend the public bid opening meeting, please call or notify the Development Services Office at (317) 852-1128 at least forty-eight (48) hours prior thereto. Bids received after the designated time will be returned to the Bidder unopened.
The work shall include the placement of new intersection improvements 2,450 feet North of SR 136 along W Northfield Dr at the intersection with N CR 625 E. All work is specified in the Construction Schedule and Specifications for said project.
The Project Manual will be on file no later than October 10, 2025, and may be examined at the following locations:
Town of Brownsburg
61 N. Green St.
Brownsburg, Indiana 46112
317.852.1113
317.858.2018 (fax)
Attn: Shawn Pabst
CrossRoad Engineers, PC
115 N. 17th Ave.
Beech Grove, Indiana 46107
317.780.1555
317.780.6525 (fax)
Contract Documents may be purchased from CrossRoad Engineers, P.C., 115 N. 17th Ave., Beech Grove, IN 46107. A $100.00 non-refundable charge will be required.
The Town will hold a non-mandatory pre-bid meeting for the referenced Project on November 3, 2025, at 10:00 am in person at Town Hall.
All bidders and interested persons agree to follow the Town's website regarding updates and instructions relating to the meeting. Bidders are responsible for obtaining complete sets of the Project Manual and assume the risk of any errors or omission in the Project Manual. Bids must be submitted on the forms in the Project Manual, and must contain the names of every person or company interested therein.
The Proposal must be made on the forms provided in the Project Manual. Each bid shall be accompanied by a cashier's or certified check, drawn on an acceptable bank, or an acceptable bidder's bond, in an amount not less than five percent (5%) of the total amount of the bid, payable to the Town.
The bidder to whom a contract for work is awarded will be required to furnish a Performance, Maintenance, and Payment Bond executed on the specified forms and acceptable to the Town. Bids shall be accompanied by a Performance Bond with surety, acceptable to the Town, in an amount equal to one hundred percent (100%) of the Contract Price. The surety of the Performance Bond may not be released until one (1) year after the Town's final settlement with the Contractor. The Contractor will be required to execute a Payment Bond, approved by the Town, in an amount equal to one hundred percent (100%) of the Contract Price. The Payment Bond is binding on the successful Bidder, the subcontractors of any tier, and their successors and assigns for the payment of all indebtedness to a person for labor and services performed, material furnished, or services rendered. The Payment Bond must state that it is for the benefit of the subcontractors, laborers, material suppliers, and those performing services for the project. The surety of the Payment Bond may not be released until one (1) year after the Town's final settlement with the successful Bidder. If a bid is accepted and the bidder shall refuse or neglect to enter into a contract with the Town within ten (10) days after notification for execution of the contract has been issued by the Town to the bidder, the said check or bid bond shall be forfeited to the Town as liquidated damages for the failure of the bidder to comply.
The Bidder (proposer) must supply all the information required by the bid proposal form. All bids shall include a lump sum amount which shall include the specific items show in the Proposal, including the Bid Tabulation Sheet in the Proposal section of the bid documents contained in the Project Manual. Bids must be submitted on the forms in the Project Manual and shall be accompanied by: (i) properly executed Indiana Form 96 (revised 2013) prescribed by the Indiana State Board of Accounts, including a financial statement, a statement of experience, a proposed plan or plans for performing the Project and the equipment the Bidder has available for the performance of the Project; (ii) NonCollusion Affidavit; (iii) Certificate of General Liability Insurance and Worker's Compensation Insurance Coverage in accordance with the Project Manual; and (iv) qualifications, a list of related project experience with pertinent project information and references provided by clients.
Liquidated damages for delay will be as provided in the Project Manual.
Work hours will be as provided in the Technical Specifications.
Partial payment will be made monthly based on an approved payment requisition.
The Contractor and all subcontractors will be required to comply with required Federal and State labor regulations including Equal Employment Opportunity, Non-segregated Facilities, and Affirmative Action requirements.
All out-of-state corporations must have a certificate of authority to do business in the State of Indiana. Bidders must comply with all applicable legal requirements including, but not limited to, the antidiscrimination provisions, EVerify provisions and the Iran disqualification provisions under Indiana law. The Project Manual does provide for a liquidated damages clause to insure timely completion of the Project.
In addition to all other references in the Project Manual to laws and regulations applicable to the Project, Indiana Code § 5-16-13 et seq. applies to the project in addition to the provisions of the public works statute found in Indiana Code § 36-1-12 et seq. To the extent the two (2) foregoing statutes are inconsistent, the provisions of Indiana Code § 5-16-13 et seq., shall govern and the substance of its provisions shall be stated or incorporated by reference in the contract awarded for the Project.
Bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549.
The Town reserves the right to accept any Bid, to reject any or all Bids, to reject Bids that do not meet the qualifications outlined in the Project Manual and/or to waive any formalities or irregularities in the bidding process or Bids received where such acceptance, rejection or waiver is considered to be in the best interest of the Town as determined by it in its sole discretion. The Town further reserves the right to reject any Bid where evidence or information submitted by the Bidder does not satisfy the Town that the Bidder is qualified to carry out the details of the Project Manual. The Town further reserves the right to reject all Bids should the Town determine in its opinion, based on Bids received, that the contemplated construction costs is not economically feasible and/or that the proposed bond issuance for the Project cannot be completed on terms and conditions and with an interest rate that are acceptable to the Town. Bids may be held by the Town for a period of not to exceed sixty (60) days from the date of the opening of the bids for the
purpose of reviewing the bids and the investigation of the qualifications of bidders, prior to awarding of the Contract,
and all such Bids shall be in full force and effect. It is anticipated, however, that the contract will be awarded on November 20, 2025. Any Bid may be withdrawn prior to the scheduled closing time for the receipt of Bids but no Bidder shall withdraw a Bid within the sixty (60) days after the actual opening of the Bids.
Except as specifically otherwise provided herein and as allowed by applicable Indiana law, a contract for the Project shall be awarded in accordance with this notice and applicable provisions of Indiana Code, including, but not limited to, Indiana Code 36-1-12 et seq. and Indiana Code 5-16-13 et seq., to the lowest responsible and responsive Bidder. The lowest responsible and responsive Bidder will be determined by the Town, after review of all pertinent matters, including, but not limited to, the Bidder's submitted Bid and the Bidder's experience with similar projects.
Technical design questions regarding this Project can be directed to Mark Beck, via email at mbeck@crossroadengineers.com.
TOWN OF BROWNSBURG, INDIANA
Authorized By: TOWN COUNCIL
HSPAXLP
October 10, 17 2025
LSBN0383183