Similar Projects
Wellfield and System Improvements
Addition, New Construction, Renovation, Infrastructure
Design
$21,038,500 CJ est. value
Columbus, IN 47201

North Water Treatment Plant Backwash Pipe Lining
Infrastructure
Design
$300,000 CJ est. value
Huntington, IN 46750

Wastewater Treatment Plant Final Clarifier, Solar, and Screen Improvements Project
Renovation, Infrastructure
Bidding
$926,000 CJ est. value
Portage, IN 46368

Wheatland Wastewater System Improvements Division II - Low Pressure Sewer System
Renovation
Bidding
$1,000,000 CJ est. value
Wheatland, IN 47597

WasteWater Treatment Facilities Ferrous Chloride Storage Improvements for the Valparaiso City Utilities
Renovation, Infrastructure
Post-Bid
$200,000 CJ est. value
Valparaiso, IN 46383

Water Improvements
Infrastructure
Post-Bid
$750,000 CJ est. value
Hazleton, IN 47640

WWTP Improvements - Disk Filter Replacement
Renovation
Results
Berne, IN

Wastewater Improvements – Div B – Collection System
Renovation
Results
Cannelton, IN 47520

2022 Waterworks Improvements Division III: Water Treatment Plant Improvements
Renovation
Construction
$2,879,019 CJ est. value
Hartford City, IN 47348

North Wastewater Treatment Plant - River Ridge Development Authority
New Construction, Infrastructure
Pending Verification
$42,000,000 CJ est. value
Charlestown, IN 47111

Wastewater Improvements Project: Division I - Wastewater Treatment Plant Improvements and Division II - Collection System Improvements
Renovation, Infrastructure
Bidding
$550,000 CJ est. value
Monrovia, IN 46157

Wastewater Treatment Facility Improvements
Renovation
Post-Bid
$200,000 est. value
West Terre Haute, IN

Wastewater Treatment Plant Phosphorus Removal and Disinfection Improvement
Renovation
Results
La Porte, IN

Wastewater Treatment Plant Improvements
Infrastructure
Bidding
$1,000,000 CJ est. value
Bristol, IN 46507

West Terre Haute Wastwater Treatment Facility Improvements
Renovation
Post-Bid
$200,000 CJ est. value
Terre Haute, IN 47807

Last Updated 01/04/2024 11:49 AM
Project Title

Wastewater Utility Improvements Project

Physical Address View project details and contacts
City, State (County) Modoc, IN 47358   (Randolph County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected March 2024
Bids Due View project details and contacts
Estimated Value $6,200,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

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 December 29, 2023. The Project includes the following Work:The project includes, but is not limited to: US 36 lift station upgrades; Kamp Modoc flow metering upgrades; Modoc Wastewater Treatment Plant improvements consisting of selective demolition of existing facilities, influent pump station upgrades, new influent screening, flow equalization tank upgrades, aeration tanks upgrades, final clarifiers upgrades, UV disinfection upgrades, post aeration upgrades, aerobic digester upgrades, new sludge dewatering facilities, and new Control Building, together with all related civil/site work, process, structural, architectural, mechanical, electrical, and instrumentation & control work required for the completion of the project. Bids are requested for the following Contract: Wastewater Utility Improvements. Bids will be received for a single prime Contract. Bids shall be as shown in the Bid Form. The Issuing Office for the Bidding Documents is: Commonwealth Engineers, Inc., 6325 Digital Way, Suite 101, Indianapolis, IN 46278. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 a.m. to 5:00 p.m., and may obtain copies of the Bidding Documents from the Issuing Office as described below. Prospective Bidders may also examine the drawings via the Web-based service of Commonwealth Engineers, Inc. Bidding Documents also may be examined at the Town of Modoc, Town Hall, 110 Wine St., Modoc, IN, 47358 (Fire Department Building), on Mondays through Fridays between the hours of 9:00 am. and 3:00 p.m. local time, by appointment only (contact Dave Sexton, Clerk-Treasurer, phone: 765-238-2031, provide 24 hours notice). The Contract Documents, Specifications and Drawings will be provided via the web-based service of Commonwealth Engineers, Inc.. The plan holder will receive an email link to the PDF documents upon payment of a non-refundable fee of One Hundred Fifty and 00/100 Dollars ($150.00) plus 7% sales tax, per project division desired. Contract Documents will not be sold separate from the web-based service (i.e. All plan holders will be required to purchase through the web-based service). Partial sets of Contract Documents, Specifications and Drawings are not available. Questions pertaining to this project shall be submitted directly to Darren S. Wells, P.E., BCEE, ENV SP at Commonwealth Engineers, Inc. . Additional questions concerning access may be directed to Commonwealth Engineers, Inc. at (317) 888-1177. All addenda, which may be issued for this Project, will be issued to each plan holder via email. For those whom also purchase printed Contract Documents, printed addenda will be provided as well. All plan holders shall note, the printed documents are provided as a courtesy and do not preclude the plan holder from relying upon the web/email based materials (i.e. delays in mail delivery will not be considered relevant due to all contract document holders access to materials via web/email). No refunds will be issued for this project. 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. 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 bid must be enclosed in a sealed envelope bearing the title of the Project and the name and address of Bidder. 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 bidders 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. Bid security shall be furnished in accordance with the Instructions to Bidders. 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 wage scale published by the U.S. Department of Labor. Bidders on this work shall be required to comply with the provisions of the Presidents 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. 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 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. 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. 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. Domestic Preference This project is subject to the American Iron and Steel (AIS) requirements instituted by Section 746 of Title VII of the Consolidated Appropriations Act of 2017 and subsequent annual appropriations for WWD programs. Absent an approved waiver, all iron, and steel used in this project must be produced in the United States. The following waivers apply to this Contract: AIS De Minimis and AIS Minor Component waivers.

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