Place an ad
WARNING: This ad has expired and is no longer valid as of May 8, 2019

City of Englewood Englewood, Ohio I-70 Pump Station

CITY OF ENGLEWOOD ENGLEWOOD, OHIO I-70 PUMP STATION REPLACEMENT 157-7342.001 ADVERTISEMENT FOR BIDS Sealed Bids for I-70 Pump Station Replacement, will be received by the City of Englewood, at the City Offices, 333 West National Road, Englewood, Ohio 45322 until 12:00 noon, local time, on May 8, 2019, at which time they will be publicly opened and read. In general, the work consists of removal of pumping equipment, piping, and electrical and control equipment in the existing I-70 pump station; modifying the sanitary sewers in the immediate area of the pump station; installing a new duplex submersible pump station adjacent to the existing pump station; installing new discharge piping and valves in the existing pump station and installing new electrical and control equipment in the existing pump station. Engineer's Estimate is $410,000. The issuing office is City of Englewood, 333 West National Road, Englewood, Ohio 45322. Copies of the Bidding Documents may be examined at the Owner's office listed above or the issuing office, without charge. Plans are available as a PDF file on the City's website, www.englewood.oh.us. Technical questions regarding the project should be e-mailed to the Project Manager at Jones & Henry Engineers, Ltd., Joseph A. Hotz, P.E. at jhotz@jheng.com. Contract Documents may be obtained from Newfax Corporation, 333 West Woodruff, Toledo, Ohio 43604, Phone (419) 241-5157 or (800) 877-5157, Monday through Friday, 8:30 am to 4:30 pm, at the cost of reproduction and shipping set by Newfax Corporation. Addenda will be distributed to registered plan holders only. The pump station will be made available for site visits on Tuesday, April 23 from 10:00 a.m. to 12:00 noon. Neither Owner nor Engineer has any responsibility for the accuracy, completeness or sufficiency of any bid documents obtained from any source other than the source indicated in these documents. Obtaining these documents from any other source(s) may result in obtaining incomplete and inaccurate information. Obtaining these documents from any source other than directly from the source listed herein may also result in failure to receive any addenda, corrections, or other revisions to these documents that may be issued. Bids must be submitted on the forms bound herein, must contain the names of every person or company interested therein, and shall be accompanied by either a Bid Guaranty and Contract Bond in the amount of 100% of the amount bid with satisfactory corporate surety, or by a certified check on a solvent bank in the amount of not less than 10% of the amount of the Bid, subject to conditions provided in the Instructions to Bidders. The successful bidder will be required to furnish satisfactory Performance Bond and Maintenance and Guarantee Bond in the amount of 100% of the Bid. The Contractor shall be required to pay not less than the prevailing wage rates established by the Ohio Bureau of Employment Services, Wage and Hour Division. Any Bid may be withdrawn prior to the scheduled closing time for receipt of Bids, but no bidder shall withdraw his Bid within 90 days after the actual opening thereof. The Owner reserves the right to reject any or all Bids, waive irregularities in any Bid, and to accept any Bid which is deemed most favorable to the Owner. Tiffany Frazier Plant Superintendent 4-10/2019
April 10, 2019
May 8, 2019
May 8, 2019 8:10pm