Legal Advertisement ADVERTISEMENT FOR BIDDERS Sealed Bids for Hydrant and Valve Replacements, for the Town of Edinburgh, Indiana (herein called the “OWNER”) will be received by the Owner at the Edinburgh Town Hall, 107 South Holland St, Edinburgh, IN 46124 until October 29, 2025 at 2:00 pm (eastern 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. 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. The Base Bid Lump Sum work shall include: The removal and replacement of three (3) H-2 hydrants, removal and replacement of four (4) H-3 hydrants, along with the installation of valves, fittings, line stops, insertion valves, concrete sidewalk and curb repair, and asphalt repair throughout Town. Base Bid Lump Sum work includes the work located at Intersections 01, 03, 04, 05, 06, 07, 08, 09, 10, and 12. The Mandatory Alternate Bid No. 1 work shall include: The work located at Intersections 08, 09, and 10 using one (1) 8 Perma-Seal Valve at each intersection in lieu of the Base Bid Scope. The Mandatory Add Alternate Bid No. 1 work shall include: The removal and replacement of an H-3 hydrant located at Intersection 02 along with the installation of an insertion valve. The Mandatory Add Alternate Bid No. 2 work shall include: The removal and replacement of an H-2 hydrant located at Intersection 11 along with the installation of an insertion valve, fittings, concrete sidewalk and curb repair, and asphalt pavement repair. Work shall be constructed under a Lump Sum 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. 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 his 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. 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 applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the project throughout. The construction of the project is expected to be funded by a State Revolving Fund (SRF) loan as administered by the Indiana Finance Authority. The Contractor to whom the Work is awarded shall comply with all requirements of said agency. In accordance with the Davis-Bacon requirements, all contractor and subcontractors are required to pay not less than the Federal prevailing wage rates published by the U.S. Department of Labor for each classification of Work performed on this project. Bidders are notified that there is a 7% MBE and 5% WBE participation goal on this project. A conditional or qualified bid will not be accepted. Award will be made to the low, responsive, responsible bidder and must be approved by the Indiana Office of Community and Rural Affairs and the State Revolving Fund Loan as administered by the Indiana Finance Authority. 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”. Copies of the Drawings and Specifications for the Work are on file (for viewing purposes only) at Edinburgh Town Hall, 107 S Holland Street, Edinburgh, Indiana 46124; and the Engineer’s office, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, 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. 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. An up-to-date Planholders List may be viewed at http://wesslerengineering. com/planroom/. A Voluntary Pre-Bid Conference will be held at 10:00 am (eastern time) on October 13, 2025 at the Edinburgh Town Hall, 107 S Holland St. in Edinburgh, Indiana. Bidders are encouraged to attend the Pre-Bid Conference. Town of Edinburgh, Indiana /S/ John Myers, Town Manager Attest: /S/ Rhonda Barrett, Clerk-Treasurer 60153457 hspaxlp (R) 09-27 – 10-04-2025

