Similar Projects
HMA Overlay, Preventive Maintenance - SR 9
Infrastructure
Design
$1,143,120 CJ est. value
Albion, IN 46701

HMA Overlay, Preventive Maintenance - SR 9
Infrastructure
Design
$1,143,120 CJ est. value
Albion, IN 46701

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

CCMG Street Improvements 2022-1
Infrastructure
Post-Bid
$883,910 est. value
Kendallville, IN

300,000 Gallon Toroellipse (South Tank), Exterior Repaint with Containment, Wet Interior Repaint and Miscellaneous Repairs
Infrastructure
Results
$4,000,000 est. value
Ligonier, IN

Rebid Riley Road Culvert Replacement Between Little Long Lake and Round Lake
Infrastructure
Results
$584,255 CJ est. value
Kendallville, IN 46755

Wastewater Improvements Project Division II Plant and Lift Station Improvements
Renovation
Construction
$1,558,667 CJ est. value
Albion, IN 46701

Wastewater Improvements Project Division II Plant and Lift Station Improvements
Renovation
Construction
$1,558,667 CJ est. value
Albion, IN 46701

RFP Engineering - Project Development Scoping Services Seven Bridge Deck Overlays Projects
Infrastructure
Pending Verification
$6,919,460 CJ est. value
Kendallville, IN 46755

RFP Engineering - Project Development Scoping Services Seven Bridge Deck Overlays Projects
Infrastructure
Pending Verification
$6,919,460 CJ est. value
Kendallville, IN 46755

500,000 Gallon Toroellipse (North Tank), Exterior Overcoat and Miscellaneous Repairs
Infrastructure, Alteration
Post-Bid
$400,000 est. value
Ligonier, IN

Avilla East Industrial Park Infrastructure - 2022
Infrastructure
Results
$1,406,894 CJ est. value
Avilla, IN 46710

Bridge Replacement - CR 1050N
Demolition, New Construction, Infrastructure
Post-Bid
$1,400,000 CJ est. value
Rome City, IN 46784

Welding and Precision Machining Labs Project
New Construction, Infrastructure
Results
$3,727,000 CJ est. value
Kendallville, IN 46755

Bridge Replacement - CR 400E
Demolition, New Construction, Infrastructure
Post-Bid
$6,389,602 CJ est. value
Kendallville, IN 46755

Last Updated 10/17/2023 09:04 PM
Project Title

Wastewater Treatment Plant Improvements Project

Physical Address View project details and contacts
City, State (County) Ligonier, IN 46767   (Noble County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Maintenance, Paving/Reconstruction, Sewage Treatment Plant, Site Development, Storage/Water Tanks
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value $2,500,000 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

Notice is hereby given that the City of Ligonier , hereinafter referred to as the Owner, will receive sealed bid packets for its Wastewater Treatment Plant Improvements project in Ligonier, Indiana. JOB NUMBER: 202304B Question Deadline 10/12/2023 at 12:00 PM ET All interested citizens are invited to attend, and should any citizens require special provisions, such as handicapped modifications or non-English translation personnel, the City will provide such provisions as long as the request is made by September 15, 2023. The Project generally consists of a Laboratory Building Addition and Improvements, a new SCADA system, Replacement of Aeration Tank Blowers, Replacement of Digester Blowers with the existing Aeration Blowers, Replacement of the existing RAS pumps plus a spare pump, Enclosures for the Aeration Tank Blowers and the Influent Screen, Installation of Pipe Bollards, Installation of dumpster pad, Asphalt Paving, and Demolition of Abandoned Digesters, Control Building, Grit Tank, Clarifiers and Piping and other associated work. The Bid Documents are comprised of a set of Plans and a Project Manual. Bid documents for the Project will be available beginning Monday, August 14, 2023, and may be examined at the following locations: City Hall, Ligonier, Indiana Triad Associates, Inc., Northern Office: 805 Lincolnway South, Ligonier, IN 46767 Triad Associates, Inc., Indianapolis Office: 5835 Lawton Loop E. Dr., Indianapolis, IN 46216 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. 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 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. 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. Bids shall be properly and completely executed on bid forms included in the Specifications. Bids shall include all information requested by Indiana Form 96 (Revised 2013) 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(s) 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. Wage rates on the project shall not be less than the federal Davis Bacon 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. In addition, as required by the Indiana State Revolving Fund , the successful Bidder shall comply with the provisions of H.R. 3547, "Consolidated Appropriations Act, 2014" commonly known as "Buy American" provisions as contained herein requiring that all the iron and steel products used in the Project be produced in the United States. The Contractor must meet guidelines and practices established by the Indiana Office of Community and Rural Affairs. These appropriate federal regulations include: 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. Pursuant to Chapter 5, 5-4 of the Labor Standards Administration and Basic Enforcement Handbook 1344.1 Rev 2; 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 are to be actively registered or seeking registration with SAM.gov to determine eligibility/debarment status. 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. For more information please contact Jonathan P. Moen, P.E. at Triad Associates, Inc at jmoen@triadassoc.net

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Decking, 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, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Extinguishers, Storage Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
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, Facility Fuel Piping, Facility Fuel-Storage Tanks, 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, Audio-Video Systems, 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, Clearing and Grubbing, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utilities, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.
Division 40 - Process Integration, Water Process Piping.
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.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater 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