Similar Projects
Water Main Replacement: Eldorado/Seville - W2 -18 - Village of Bellevue
Infrastructure
Conception
$650,000 CJ est. value
Bellevue, WI 54302

Josten North East Restrooms/Pavilion - LS19 - Village of Bellevue
New Construction, Infrastructure
Conception
$386,640 CJ est. value
Green Bay, WI 54311

West Mason Street, City of Green Bay - Traffic Signals / Upgrades
Infrastructure
Design
$2,000,000 CJ est. value
Green Bay, WI 54304

Bayside Machine Corporation Expansion
Addition, Demolition, Infrastructure, Renovation - 27,680 SF
Design
$10,000,000 CJ est. value
De Pere, WI 54115

Oneida - Green Bay
Infrastructure
Bidding
$3,000,000 CJ est. value
Ashwaubenon, WI 54304

The Promenade Mixed-Use
New Construction, Infrastructure - 172,571 SF
Bidding
$60,000,000 CJ est. value
Ashwaubenon, WI 54304

Pond and Drainage System Construction
Infrastructure
Post-Bid
$264,024 CJ est. value
De Pere, WI 54115

Construction at Green Bay Austin Straubel International Airport - Rehabilitate Runway 18/36 and Dutchman Creek Culverts
Infrastructure
Post-Bid
$3,000,000 CJ est. value
Green Bay, WI 54313

Alley Reconstruction
Infrastructure
Results
$663,465 CJ est. value
De Pere, WI 54115

WSG 3-22 Water Heater Replacement-Rebid
Demolition, New Construction, Infrastructure
Results
$50,000 CJ est. value
Green Bay, WI 54303

Twin Valley Road Improvements Governor Dodge State Park
Infrastructure
Construction
$1,790,500 CJ est. value
Middleton, WI 53562

Sewers 1-22 Basin Repairs
Infrastructure
Construction
$1,086,000 CJ est. value
Green Bay, WI 54301

University Heights at Baird Creek
New Construction, Infrastructure
Pending Verification
$24,600,000 CJ est. value
Green Bay, WI 54311

Total Service Development Building Addition
Addition, New Construction, Infrastructure - 2,450 SF
Pending Verification
$525,000 CJ est. value
Howard, WI 54303

Oak Park Drive Streambank Stabilization - ST26-01 - Village Of Bellevue
Infrastructure
Conception
$323,000 CJ est. value
Bellevue, WI 54311

Last Updated 10/16/2023 03:05 PM
Project Title

MDV Chemical Addition - Wrightstown Sanitary District No. 1

Physical Address View project details and contacts
City, State (County) Greenleaf, WI 54126   (Brown County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sewage Treatment Plant, Site Development
Contracting Method Bids by Invitation, Competitive Bids
Project Status Contract Award, Construction start expected April 2024
Bids Due View project details and contacts
Estimated Value $1,133,400 [brand] Estimate
Plans Available from Municipal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Paper bids will not be accepted. This procurement is subject to the Owner's policy regarding the increased use of minority and women's businesses. The Owner's policy requires all bidders to undertake specified affirmative efforts at least fifteen (15) days prior to bid opening. The policy as well as the cited regulations are contained in the specifications. Project Description: The project includes the following in accordance with the plans and specifications: o Construct masonry building o Duplex metering pump skid o Two 2,500-gallon chemical storage tanks o 360-gallon day tank o Chemical transfer pump Each bid must be accompanied by a Bid Bond or certified check equivalent to 5% maximum proposal. If a check is submitted, it must be received in Robert E. Lee & Associate's office by the posted bid date/ bid time. The Owner reserves the right to reject any or all bids or any part of a bid. Further, the Owner reserves the right to waive any informality in any bid. The Owner reserves the right to increase or decrease the quantity of any item or portion of the work, or to omit portions of the work as may be deemed necessary by the Owner; and the same shall in no way affect or make void the contract, except that the appropriate additions to or deductions from the contract price will be made. The owner encourages DBEs including MBEs and WBEs to submit bid proposals. If you are interested in purchasing a paper copy (for your reference only), you may do so by contacting Blue Print Service Company for paper sets (see above contact information). Downloaded plans are not scaleable, neither the owner nor the engineer shall be held responsible for the scale of downloaded plans. Only printed plans obtained from Blue Print Service Company shall be considered to be scaleable plans. The Contract shall be subject to Section 66.0903 of the WisconsinStatutes per wage scales. A copy of the Davis Bacon General Decision No. WI20220014 (Building Construction) and WI20220015 (Heavy) for this project have been included. No Bidder may withdraw his bid within 90 days after the actual date of the opening thereof. This project anticipates use of Wisconsin DNR Clean Water Fund funding. A municipality, in awarding prime contracts, and the primary engineer and primary contractor, in awarding subcontractors, are required to make a good faith effort to achieve a combined minimum goal of 15% participation for MBE/WBE utilization in accordance with s.NR 162.09(3), s.NR 166.12(4), and s.NR 167.18(4) Wis. Admin. Code. If a subcontractor awards subcontracts, these requirements shall apply to the subcontractor. This project is being financed in whole or in part by the Wisconsin Department of Natural Resources through the Clean Water Fund Program (CWFP) or the Safe Drinking Water Loan Program (SDWLP). Municipalities constructing projects designated as Federal Equivalency must comply with the following federal laws and all applicable state and federal laws, rules, and regulations and must ensure that their contractor(s) also comply with these laws, rules, and regulations. 1) Title VI of the Civil Rights Act of 1964 (P.L 88-352), the Rehabilitation Act of 1973 (P.L. 93-1123, 87 Stat. 355, 29 U.S.C. Sec. 794), the Older Americans Amendments of 1975 (P.L. 94-135 Sec. 303, 89 Stat. 713, 728, 42 U.S.C. Sec. 6102), and subsequent regulations ensure access to facilities or programs regardless of race, color, national origin, sex, age, or handicap. 2) Executive Order 11246, as amended by Executive Orders 11375 and 12086 and subsequent regulations, prohibits employment discrimination on the basis of race, color, religion, sex, or national origin. Inclusion of the seven clauses in Section 202 of E.O. 11246 as amended by E.O. 11375 and 12086 are required in all project related contracts and subcontracts for municipalities over 3,300 population. 3) Executive Orders 11625, 12138, and 12432; 40 CFR part 33; Section 129 of P.L. 100-590 Small Businesses Reauthorization & Amendment Act of 1988; Public Law 102-389 (42 USC. 437d); a 1993 appropriations act ("EPA's 8% statute"); and Public Law 101-549, Title X of the Clean Air Acts Amendments of 1990 (42 USC. 7601 note) ("EPA's 10% statute") encourage recipients to award construction, supply, and professional service contracts to minority and women's business enterprises (MBE/WBE) and small businesses and require recipients to utilize affirmative steps in procurement. 4) 40 CFR Part 33 - Participation by Disadvantaged Business Enterprises in Procurement under Environmental Protection Agency (EPA) Financial Assistance Agreements sets forth a narrowly tailored EPA program to serve the compelling government interest of remedying past and current racial discrimination through agency-wide DBE procurement objectives. 5) Executive Order 12549, 3 CFR, 189; and 40 CFR Part 32, Subparts B and C, prohibit entering into contracts or subcontracts with individuals or businesses who are debarred or suspended. Borrowers are required to check the status of all contractors (construction and professional services) and must require contractors to check the status of subcontractors for contracts expected to be equal to or over $25,000 at SAM.gov/content/exclusions. 6) Executive Order 13202, as amended by Executive Order 13208, does not allow bid specifications, project agreements, or other controlling agreements to require or prohibit bidders, contractors, or subcontractors to enter into or to adhere to project labor agreements. 7) Section 513 of the Federal Water Pollution Control Act (33 USC 1372) or Section 1450(e) of the Safe Drinking Water Act (42 USC 300j-9(e)), as applicable, requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor has the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 USC. App.) and section 3145 of title 40, United State Code. Please note this provision (Davis-Bacon) applies to ALL loan recipients. The Contractor and Subcontractor shall acknowledge to and for the benefit of the Village of Whitelaw ("Purchaser") and the State of Wisconsin (the "State") that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel;" that requires all of the iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. The term "iron and steel products" means the following products made primarily of iron or steel: - construction materials - flanges - hydrants - lined or unlined pipes and fittings - manhole covers and other municipal castings - pipe clamps and restraints - reinforced precast concrete - structural steel - tanks - valves As part of the procedure for determining the ability of contractors to comply with the equal opportunity clause, "prospective bidders" may be requested to attend a meeting prior to the opening of bids where they will be instructed in the equal employment opportunity requirements of the federal and state agencies. This pre-bid meeting is set up for Thursday, September 7, 2023 at 10:00 a.m. at the following location Wastewater Treatment Plant on 6770 Lagoon Road, Greenleaf, WI 54126. The successful bidder will be required to conform to the wage requirements prescribed by the federal Davis-Bacon and Related Acts which requires that all laborers and mechanics employed by contractors and sub-contractors performing on contracts funded in whole or in part with federal funds in excess of $2,000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, as determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area. - U.S. Dept. of Labor Wage and Hour Division May 29, 2009 Guidance A number of provisions are designed to prevent unfair practices that adversely affect DBEs. Those provisions are as follows: 1) A loan recipient must require its prime contractor to pay its subcontractor for satisfactory performance no later than 30 days from the prime contractor's receipt of payment from the loan recipient. 2) A loan recipient must be notified in writing by its prime contractor prior to any termination of a DBE subcontractor for convenience by the prime contractor. 3) If a DBE subcontractor fails to complete work under the subcontract for any reason, the loan recipient must require the prime contractor to employ the six good faith efforts if soliciting a replacement subcontractor. 4) A loan recipient must require its prime contractor to employ the six good faith efforts even if the prime contractor has achieved its fair share objectives. The letting of the work described herein is subject to the provisions of the Wisconsin State Statutes, in particular 62.15, 66.0901, and 66.0903. William Verbeten, Chairman, Town Board Town of Wrightstown This project anticipates use ofWisconsin DNR Clean Water Fund funding. A municipality, in awarding prime contracts, and the primary engineer and primary contractor, in awarding subcontractors, are required to make a good faith effort to achieve a combined minimum goal of 15% participation for MBE/WBE utilization in accordance with s.NR 162.09(3), s.NR 166.12(4), and s.NR 167.18(4) Wis. Admin. Code. If a subcontractor awards subcontracts, these requirements shall apply to the subcontractor. Direct all questions to the project contact, Cameron Derenne, E.I.T. at the office ofthe engineer at Questions may also be e-mailed to Cameron Derenne, E.LT. at cderenne@releeinc.com

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents