Similar Projects
Sewer Improvements - County of Lake
Infrastructure
Conception
$25,000,000 est. value
Crown Point, IN

HMA Overlay Minor Structural
Infrastructure
Conception
$675,000 est. value
Centerville, IN

Liberty Park Pipe Lining, Crown Point
Infrastructure
Design
$5,000,000 CJ est. value
Crown Point, IN 46307

Liberty Park Pipe Lining, Crown Point
Infrastructure
Design
$5,000,000 CJ est. value
Crown Point, IN 46307

Tippecanoe Valley High School Additions and Renovations
Addition, Demolition, Renovation, Infrastructure
Bidding
$22,831,952 CJ est. value
Akron, IN 46910

Wayne High School Softball Field Renovation
Infrastructure
Bidding
$300,000 CJ est. value
Fort Wayne, IN 46819

New Wellness Center
New Construction, Infrastructure
Sub-Bidding
$16,000,000 CJ est. value
Greencastle, IN 46135

Residence Inn (RIN) / Noblesville
New Construction, Infrastructure
Sub-Bidding
$25,000,000 CJ est. value
Noblesville, IN 46060

Water Distribution Updates
Infrastructure
Post-Bid
Goodland, IN

Duke Energy Relocation Plans Phase 2 North
Alteration
Post-Bid
Carmel, IN

River Ridge Elevated Water Storage Tanks
Results
Jeffersonville, IN 47130

Hessen Cassel Storm and Sidewalk Improvements
Results
Fort Wayne, IN 46800

64 Innovation Corridor Project - County of Floyd
Infrastructure
Pending Verification
$4,200,000 CJ est. value
Georgetown, IN 47122

River Ridge Development Authority Development
New Construction, Infrastructure
Pending Verification
$162,000,000 CJ est. value
Jeffersonville, IN 47130

HMA Overlay, Preventive Maintenance
Infrastructure
Conception
$1,543,073 CJ est. value
Lynn, IN 47355

Last Updated 09/15/2022 06:05 PM
Project Title

Otterbein Water System Improvements Project

Physical Address View project details and contacts
City, State (County) Otterbein, IN 47970   (Benton County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $1,200,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Town of Otterbein, Indiana, hereinafter referred to as the Owner, will receive sealed bid packets for the construction of the Otterbein Water System Improvements Project. State goal of 10% participation for minority and women owned businesses for construction related or purchase related contracts for the work. All interested citizens are invited to attend and should any citizens require special provisions, such as handicapped modifications or non-English translation personnel, the Town will provide such provisions as long as the request is made by September 12th, 2022. Any bids received later than the above time will be returned unopened. 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. Work for which proposals are to be received is for construction of a directionally drilled sanitary force main, control panel upgrades, and piping and concrete work for an existing sanitary lift station in Otterbein, Indiana. The contract award is contingent upon the finalization of required loan/grant documentation with SRF & OCRA. Upon the release of funding, it is anticipated that Notice to Proceed will be issued by January 1, 2023. Upon the issuance of the Notice to Proceed, it will be required to be Substantially Completed within _210 calendar days with Final Completion no later than _240_ calendar days. Remittances are not refundable. Payment shall be by money order or check and shall be made payable to Butler, Fairman and Seufert, Inc. Plan holders must recognize that they will be notified of each addendum via facsimile or e-mail and will be required to electronically download addendum content via file transfer protocol (FTP) regardless of initial document delivery method chosen. 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. Each Bidder is responsible for inspecting the Project site 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. Each bid must be in a sealed envelope bearing the title of the Project and the name and address of the Bidder. Each bid shall be properly and completely executed on Bid Forms and in the order as identified and contained in the Contract Documents and Specifications obtainable from the offices as stated above. Each bid shall be accompanied by a completely filled out Form No. 96 (Revised 2013) and acceptable Bid Security. 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 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 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 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. Each bid shall be accompanied by an acceptable certified check or acceptable bidder's bond made payable to The Town of Otterbein in an amount equal to 5% 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. A bidder's bond must be executed by an incorporated surety company in good standing and qualified to do business in the State of Indiana and whose name appears on the current Treasury Department Circular 570. 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. BONDS: Approved Performance Bond 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 each 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 date of Substantial Completion. INDIANA & FEDERAL REQUIREMENTS : Standard Questionnaire Form 96 (latest revision), completely filled out and signed, including attachment of Contractor's Financial Statement as stipulated in Section III. Award will be made 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 construction of the project shall apply to the project throughout. Wage rates on the project shall not be less than the federal wage scale published by the U.S. Department of Labor. Bidders on this work shall be required to comply with the provisions of the President's Executive Order No. 11246, as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60 - 4 entitled Construction Contractors - Affirmative Action Requirements. A copy of 41 CFR Part 60 - 4 may be found in the Supplemental General Conditions of the Contract Documents and Specifications. The Bidders attention is also called to the "Minority/Women Business Participation" requirements contained in the Project Specifications. The Indiana Office of Community and Rural Affairs has adopted a State goal of 10% participation for minority and women owned businesses for construction related or purchase related contracts for the work. The Contractor must meet guidelines and practices established by the Indiana State Revolving Loan Program and 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, 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. 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 are to be actively registered or seeking registration with SAM.gov to determine eligibility/debarment status. For project or bidding related questions, please contact Christopher Limiac, P.E., Butler, Fairman & Seufert, Inc., at 765-423-5602 or CLimiac@bfsengr.com.

Details

Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.

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