Similar Projects
Bud Meeks Lift Station Improvements 2022
Renovation
Design
$285,000 CJ est. value
Fort Wayne, IN 46802

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

City of Charlestown Water Reclamation Facility
Demolition, New Construction, Infrastructure
Bidding
$2,000,000 CJ est. value
Charlestown, IN 47111

Royerton Area Sanitary Sewer Improvements
Infrastructure
Bidding
$400,000 CJ est. value
Muncie, IN 47305

Turkey Creek South Lift Improvement and Sanitary Sewer Improvement Project
Renovation
Post-Bid
Merrillville, IN

Sanitary Collection System and WWTP Upgrades
Renovation, Infrastructure
Post-Bid
Elizabethtown, IN

New Main Lift Station and Unsewered Areas
New Construction
Results
Rensselaer, IN

Sanitary Sewer Improvements, Upper Jacobs and Oakdale Pump Stations and Forcemain
New Construction, Infrastructure
Results
Monticello, IN

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

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

WWTP Headworks Replacement Project
Infrastructure
Bidding
$2,000,000 CJ est. value
Logansport, IN 46947

WWTP UV Building
Renovation
Post-Bid
Princeton, IN

Long Term Control Plan Phase III – Div B – WWTP Improvements
New Construction
Results
Paoli, IN

106th Street Pump Station Expansion
Infrastructure
Bidding
$4,500,000 CJ est. value
Carmel, IN 46032

Southeast Sanitary Sewer Improvements Phase 3 -Lift Station and Force Main Replacement Project
Renovation, Infrastructure
Post-Bid
Columbus, IN

Last Updated 06/14/2023 08:05 AM
Project Title

Brownstown Utility Improvements Project, Contract A - WWTP & Lift Station Improvements.

Physical Address View project details and contacts
City, State (County) Brownstown, IN 47220   (Jackson County)
Category(s) Sewer and Water
Sub-Category(s) Lift and Pump Stations, Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $3,705,065 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The construction of the Brownstown Utility Improvements Project, Contract A - WWTP & Lift Station Improvements. 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 July 11, 2022. The Work shall include: The Work at the Vallonia Road Lift Station shall include the installation of three (3) new submersible pumps and guide rails; five (5) plug valves; three (3) check valves; one (1) 10" magnetic flow meter; one (1) 48" diameter meter vault; one (1) jib crane furnished with an electrical hoist and concrete base; one (1) emergency generator and concrete pad; one (1) control panel; one (1) electrical junction box; the replacement of three (3) air release valves on the existing 10" force main; site fencing, and asphalt drive modifications. Additional work shall include the demolition of the existing jib crane and concrete base, the demolition of the existing emergency generator and concrete pad, and the relocation of the existing utility pole; coatings; electrical; instrumentation and controls; excavation; dewatering; regrading; site work; clean up, and all other work and appurtenances necessary for a complete installation. The Work at the Bob Thomas Lift Station shall include the installation of one (1) 72" diameter wet well; one (1) 60" diameter valve vault; two (2) new submersible pumps and guide rails; four (4) plug valves; two (2) check valves; one (1) 4" magnetic flow meter; one (1) 48" diameter meter vault; one (1) emergency generator and concrete pad; one (1) control panel; the replacement of one (1) air release valve on the existing 4" force main; site fencing, and crushed stone drive modifications. Additional work shall include the demolition of the existing wet well and valve vault; yard piping; coatings; electrical; instrumentation and controls; excavation; dewatering; regrading; site work; clean up, and all other work and appurtenances necessary for a complete installation. The Work at the Brownstown Wastewater Treatment Plant shall include the replacement of one (1) rotary drum screen; one (1) grit classifier; two (2) secondary clarifier mechanisms and equipment, and one (1) ultraviolet light disinfection system. Additional work shall include the construction of a new Plant potable water line, including approximately 175 LF of jack-and-bore installation with a 12" steel casing in compliance with CSX Transportation requirements; replacement of the Blower Building roof with metal roofing; replacement of the Administration Building roof with metal roofing; repainting of the Blower Building wooden fascia; installation of metal snowguards on the UV Building, Belt Press Building, Maintenance Garage, Headworks Structure, and Blower Building; replacement of gutters and downspouts on the Belt Press Building, UV Building, and Maintenance Garage; demoli well; one (1) 60" diameter valve vault; two (2) new submersible pumps and guide rails; four (4) plug valves; two (2) check valves; one (1) 4" magnetic flow meter; one (1) 48" diameter meter vault; one (1) emergency generator and concrete pad; one (1) control panel; the replacement of one (1) air release valve on the existing 4" force main; site fencing, and crushed stone drive modifications. Additional work shall include the demolition of the existing wet well and valve vault; yard piping; coatings; electrical; instrumentation and controls; excavation; dewatering; regrading; site work; clean up, and all other work and appurtenances necessary for a complete installation. The Work at the Brownstown Wastewater Treatment Plant shall include the replacement of one (1) rotary drum screen; one (1) grit classifier; two (2) secondary clarifier mechanisms and equipment, and one (1) ultraviolet light disinfection system. Additional work shall include the construction of a new Plant potable water line, including approximately 175 LF of jack-and-bore installation with a 12" steel casing in compliance with CSX Transportation requirements; replacement of the Blower Building roof with metal roofing; replacement of the Administration Building roof with metal roofing; repainting of the Blower Building wooden fascia; installation of metal snowguards on the UV Building, Belt Press Building, Maintenance Garage, Headworks Structure, and Blower Building; replacement of gutters and downspouts on the Belt Press Building, UV Building, and Maintenance Garage; demolition of the existing equipment at the various locations; coatings; electrical; instrumentation and controls; excavation; dewatering; regrading; site work; clean up, and all other appurtenances necessary to complete installation of work as specified and as shown in the Contract Documents. Each Bid shall be accompanied by the Contractor's Bid Attachment (included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance with the Contract Specifications. 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. The Contract will be awarded in accordance with the provisions of IC 5-16-13 for Public Works projects awarded after June 30, 2015. Pursuant to IC 5-16-13-7, the provisions of the law are incorporated by reference. A conditional or qualified bid will not be accepted. Award will be made to the low, responsive, responsible bidder and must be approved by the Indiana Office of Community and Rural Affairs and the State Revolving Fund Loan as administered by the Indiana Finance Authority. 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. Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the ContractualLegal Requirements and Technical Sections of the specifications in the Project Manual. The Contractor to whom the Work is awarded will be required to furnish an acceptable Performance and Payment Bond each 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 Contractor to whom the Work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis". The construction of the project is 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 through its Wastewater Program. The construction of the project is also expected to be funded in part by a State Revolving Fund (SRF) as administered by the Indiana Finance Authority. The Contractor to whom the Work is awarded shall comply with all requirements of said agencies. Neither the United States nor any of its departments, s or will be a party to this Advertisement for Bids or any resulting contract. In accordance with the Davis-Bacon requirements, all contractor and subcontractors are required to pay not less than the Federal prevailing wage rates published by the U.S. Department of Labor for each classification of Work performed on this project. Bidders on this Work shall be required to comply with the provisions of the President's Executive Order No. 11246, as amended. 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 Section 00720 of the Specifications. Section 3 of the Housing and Urban Development Act of 1968 provides that to the greatest extent feasible, training and employment opportunities shall be made available to lower-income residents of project areas and that contracts be awarded to small businesses located within the project area or owned in substantial part by project area residents. Bidders are notified that there is a 7% MBE and 5% WBE participation goal on this project. The Bidder's attention is also called to the "Minority/Women Business Participation" requirements. The Office of Community and Rural Affairs has adopted a State goal of 10% participation for minority and female-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. 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. 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. In addition, the Contract Division 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 Indiana Code 36-1-9 and Indiana Code 36-1-12. For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor must be qualified under either IC 4-13.6-4 or IC 8-23-10 (Indiana Department of Administration or Indiana Department of Transportation) before doing any Work on a Public Works project. In accordance with IC 22-5-1.7-11.1, Contractors entering into a contract with the Owner, and contractors of any tier as defined in IC 5-16-13-4, will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program (effective July 1, 2011), and comply with the reporting requirements of IC 5-16-13-11. In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with their Bid and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirements set forth in IC 4-13-18. Contractors shall complete a Drug Testing Plan Certification to be submitted with their Bid. The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 90 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive

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, 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, 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, Earthwork Methods.
Division 32 - 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 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