COMMUNITY CENTER BUILDING
Located at 201 South High Street, Silver Lake, Indiana 46982
Notice is hereby given that the Town of Silver Lake, Kosciusko County, Indiana, by and through its Town Council, hereinafter referred to as the Owner, will receive sealed bid packets for the construction of a new Community Center Building.
Sealed bids must be received by the Town of Silver Lake at the Silver Lake Town Hall, located at 604 N. Jefferson Street, Silver Lake, IN 46982, no later than 4:00 P.M. (Local Time) on Tuesday, April 28, 2026. Bids may be mailed to the Silver Lake Town Hall or hand delivered. (If utilizing U.S. Mail, please send the bid to Town of Silver Lake, P.O. Box 159, Silver Lake, IN 46982.) The Town Hall office is open Monday through Thursday, 9:00 a.m. to 5:00 p.m., and Friday, 9:00 a.m. to 4:00 p.m. On April 28, 2026, a community representative will be on-site to receive hand-delivered bids no later than 4:00 p.m. (local time). Bids received after such hour will be returned unopened. Bids received prior to this time shall be opened and publicly read at the Silver Lake Town Council public meeting scheduled to take place on April 28th, 2026, at 5:00 P.M. at the Silver Lake Town Hall. All interested citizens are invited to attend, and should any citizens require special provisions, such as handicapped modifications or non-English translation services, the Town will provide them, provided the request is made to the Silver Lake Clerk-Treasurer, Tonya Conley, by Friday, April 24th, 2026. Contact information for the Clerk is (260) 352-2120 or tconley@townofsilverlake.com.
A non-mandatory pre-bid meeting will be held at 11:00 A.M. (Local Time) on April 7th, 2026, at the Silver Lake Town Hall, located at 604 N. Jefferson Street, Silver Lake, IN 46982. All prime contractors, subcontractors, small, minority, or women-owned enterprises, and other interested parties are encouraged and invited to attend. The project site will be available to visit immediately following the Pre-Bid Meeting. The project site is located at 201 South High Street, Silver Lake, Indiana.
The project scope entails the construction of a 12,772 ± square foot (including Alternate #1) single-story steel-frame and masonry Community Center for the Town of Silver Lake, Indiana. The project site is approximately 9.89 acres and is adjacent to an existing town park with amenities. The Community Center includes a Gymnasium, Fitness Room, and Multi-Purpose Room with a Warming Kitchen, Future Offices, and Storage.
The issuing office for the “Bidding Documents” is Hoch Associates P.C., 4007 South Wayne Avenue, Fort Wayne, IN 46807 (“Issuing Office”). The Issuing Office’s representative and primary contact is James R. Hoch, AIA, who can be reached at (260) 424-7200 or via email at jimh@hochassoc.com.
Plans, specifications, instructions to bidders, and bid forms are on file and available at Eastern Engineering’s Virtual Plan room: https://easternengineering.com or are available at the office of Eastern Engineering located at 1239 North Wells Street, Fort Wayne, Indiana 46802 P: (260) 426-3119, F: (260) 426-3101.
Bidding Documents may be viewed and ordered online by registering with Eastern Engineering. Following registration, complete sets of Bidding Documents may be downloaded from Eastern Engineering in either printed or digital form. Printed Bidding Documents may be ordered by the Bidder from Eastern Engineering. The cost will depend on the number and size of the Drawings and Project Manual, applicable taxes, and the shipping method selected by the prospective Bidder. Cost of printed paper copies of the Bidding Documents and shipping is non-refundable. Upon Eastern Engineering‘s receipt of payment from the Bidder, printed Bidding Documents will be sent via the prospective Bidder’s delivery method of choice. Partial sets of the Bidding Documents will not be available from Eastern Engineering. Correspondence and Addenda during Bidding will be accessible via the Plan Room only if the Bidder has registered with Eastern Engineering.
Bidding Documents may be examined at the office of the Owner, Town of Silver Lake, 604 N. Jefferson Street, Silver Lake, IN 46982, Mondays through Thursdays between the hours of 9:00 am and 5:00 pm, local time, and Fridays 9:00 am and 4:00 pm, local time.
Neither the Owner nor its Architect will be responsible for partial sets of documents obtained from any source. If Bidders fail to register and do not receive updated information, their bids shall be deemed unresponsive if any required items are not included.
The work to be performed and the bid to be submitted shall include sufficient and proper sums for all general construction, site construction, electrical, mechanical, plumbing installation, labor, materials, permits, licenses, insurance, and so forth, incidental to and required for the construction of the facilities. Bidders shall refer to the drawings and specifications.
Each bid must be enclosed in a sealed envelope bearing the title of the Project and the Bidder’s name and address. 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.
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 an 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.
A conditional or qualified Bid will not be accepted.
The award will be given 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 the 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, 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 and for reading and thoroughly familiarizing themselves 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. This project is a Davis-Bacon Wage Scale project.
Construction Contractors – Affirmative Action Requirements-See Executive Order 14173, which rescinds 41CFR Part 60-4. Contractors shall focus on merit-based opportunities and ensure compliance with Anti-discrimination laws per E.O. 14173.
Bidders on this work shall be required to comply with the provisions of the President’s Executive Order No. 14173, as amended.
Bidders shall be aware of the requirements set by the Bipartisan Infrastructure Law of 2021, which mandates 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. Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A – Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference apply an American Iron and Steel requirement to this project. All iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and Construction Materials. The following waivers apply to this Contract: De Minimis/Minor Components, Pig iron, and direct reduced iron.
The Bidder’s 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 by minority- and women-owned businesses and 3% by 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 Non-Segregated 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 must be actively registered with SAM.gov or seeking registration 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 and/or contact the project Architect, James R. Hoch, AIA, in writing at jimh@hochassoc.com.
Town of Silver Lake
Medard Hugh Murfin, Town Council President
