
SEALED BIDS for the furnishing of the necessary labor and materials for the construction of the UPTOWN SANITARY SEWER REHABILITATION – PHASE 6 IMPROVEMENTS for the City of Maumee will be received by the City of Maumee at 400 Conant Street, Maumee, OH 43537 until 10:00 o’clock a.m. Local Time on Thursday December 18, 2025, and at that time and place will be publicly opened and read aloud. All bids received after 10:00 o’clock a.m. local time will be returned unopened.
Bids will be received on a unit price basis as outlined in the bid documents.
The scope of work consists of rehabilitation of approximately 27,094 feet of 4” through 39″ sanitary sewer with cured-in-place pipe, minor to heavy cleaning and televising of the sewer prior to lining to locate taps and remove roots, re-establishing 300 active laterals, televising 27,094′ of lined sewer for verification, testing and grouting the active laterals that re-established; lining 1,190 vertical feet of regular sanitary manholes, lining 4 special large irregular sanitary manholes, cleaning and televising of 2,782 feet of 6” through 12” PVC sewer main and testing the approximately 200 joints and 34 service laterals on the PVC main line sewer and grouting any that do not hold minimum pressure; remove 2 existing manholes and one cleanout, install 6 new manholes, install 310 feet of 8” through 12” sanitary sewer, reconnect 3 sanitary service laterals to the new sanitary sewer, restoration, and related items.
The contract documents, including plans and specifications, are on file at the office of the Owner at the City of Maumee Department of Public Service at 400 Conant Street, Maumee 43537 (419-897-7150). Refer to the City of Maumee website at www.maumee.org for Proposal to Bid information. The documents may be viewed and ordered online or obtained from Becker Impressions, 4646 Angola Road, Toledo, 43615, Telephone 419-385-5303, www.beckerplanroom.com for the cost of printing to be paid to the printing company at the time the documents are picked up. Charges for shipping and tax are payable directly to Becker Impressions and are the bidder’s responsibility. All charges for documents, shipping, and tax are non-refundable. Bidders must order documents direct from Becker Impressions in order to be placed on the Engineer’s official list of plan holders. Bids will only be accepted from bidders listed on the Engineer’s official list of plan holders.
Bidders may view the project site by contacting Mr. Joe Mikolajczyk, Supervisor – Sewer Department, at 419-897-7190.
The Engineer for the project is TD Engineering, LLC, 3909 Woodmont Rd, Toledo, OH 43613, Telephone 419-265-2400.
The estimated project cost is $4,270,000.
All bids must be signed and submitted on the blanks which are bound in the bid documents or copies thereof. All bids must be enclosed in a sealed envelope marked “MAUMEE UPTOWN SANITARY SEWER REHABILITATION – PHASE 6” and be delivered to the City of Maumee, Office of the Director of Public Service, 400 Conant Street, Maumee, Ohio 43537 prior to 10:00 a.m. local time on the date specified.
A bid guarantee instrument must be submitted with the bid. The bid guarantee instrument shall be in the form of a Bid Guarantee and Contract Bond for the FULL AMOUNT of the bid OR a certified check, cashier’s check, or irrevocable letter of credit for an amount equal to ten percent (10%) of the bid in accordance with Section 153.54 of the Ohio Revised Code. The bid guarantee shall be made payable to the City of Maumee, Ohio, and is to be held as a guarantee that in the event the bid is accepted, and a contract is awarded to the BIDDER, the contract will be duly executed, and its performance properly secured. Bid security furnished in Bond form shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety.
When a check or letter of credit is used, the successful BIDDER(s) shall be required to furnish a Contract Bond for payment and performance in a sum of not less than one hundred percent (100%) of the total contract amount. The bond shall be that of an approved surety company authorized to transact business in the State of Ohio and shall be underwritten by a surety that is listed on the most current Department of the Treasury Circular 570, “Surety Companies Acceptable on Federal Bonds”.
All contractors and subcontractors involved with the project will, to the extent practicable, use Ohio Products, materials, services, and labor in the implementation of their project. Contractor shall comply with both Federal EEO and Ohio EEO Requirements. The required EEO certification forms must be completed by the bidder and submitted with the bid. Each bidder must complete and submit with their bid the Certification Regarding Debarment, Suspension, and Other Responsibility Matters form. This project is being partially funded by OPWC and Ohio EPA Department of Environmental and Financial Assistance.
This procurement is subject to the EPA policy of encouraging the participation of small business in rural areas (SBRAs).
Bidders must pay not less than the minimum prevailing wage rates as established by the federal Davis-Bacon Wage Determinations issued by the U.S. Division of Labor.
Each proposal must contain the full name of the party or parties submitting the proposal and all persons interested therein. Each bidder must submit evidence of its experiences on projects of similar size and complexity. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids.
The City of Maumee reserves the right to reject any or all bids, to waive any informalities or irregularities in the bids received, and to accept any bid that it deems most favorable.
BY ORDER OF THE CITY OF MAUMEE, OHIO
Matthew Griggs, Public Service Director
To Newspaper:
Advertise: November 20, 2025
November 27, 2025
Furnish Affidavit
