Similar Projects
North Wastewater Treatment Plant - River Ridge Development Authority
New Construction
Conception
$42,000,000 est. value
Charlestown, IN

New Wastewater Treatment Plant
New Construction
Design
$46,000,000 est. value
Charlestown, IN

Wastewater System Improvements
Renovation, Infrastructure
Bidding
$1,220,000 CJ est. value
Shoals, IN 47581

South Well Field Water Treatment Plant and Distribution System Improvements Contract C
Renovation
Bidding
$1,000,000 CJ est. value
South Bend, IN 46601

Peak Excess Flow Treatment Facility
Post-Bid
Kokomo, IN

West WWTP Renewable Natural Gas (RNG) System
Post-Bid
Evansville, IN

Wastewater Utilities Improvements
Results
Chesterfield, IN 46017

WWTP Rehabilitation and Expansion
Results
Sellersburg, IN

Division B WWTP Improvements Project
Renovation
Bidding
$1,700,000 CJ est. value
Upland, IN 46989

Phosphorus Removal Chemical Building
Addition
Post-Bid
Linton, IN

Wastewater Utility Improvements
New Construction
Results
$425,929 est. value
Versailles, IN

Replacing Ultraviolet Disinfection System at Its Waste Water Treatment Plant
Renovation
Bidding
$75,000 CJ est. value
Ellettsville, IN 47429

Waste Water Treatment Plant Capacity Upgrades – Phase 2
New Construction
Post-Bid
Elkhart, IN

Phosphorus Removal Upgrades
Results
Spencer, IN

WTP Chemical Feed Building Addition and Lift Station Improvements
Addition
Post-Bid
Loogootee, IN

Last Updated 08/19/2022 10:02 AM
Project Title

Berkshire Pointe (New Salisbury) Wastewater Treatment Plant Improvements Project

Physical Address View project details and contacts
City, State (County) Corydon, IN 47112   (Harrison County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $1,000,000 [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. 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 12, 2022. The project generally consists of the following: Installation of an Aero-mod type treatment system to replace the existing treatment system which includes construction of concrete tanks and installation of equipment. The project also includes the installation of a new headworks structure, renovation of the existing UV disinfection system, and associated piping, valves, grading, electrical work, etc. Plans and specifications for the Project are on file and may be examined at the following locations: Heritage Engineering LLC, at 603 N. Shore Drive, Unit 204, Jeffersonville, IN 47130. (812) 280-8201. 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. 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 supplying of 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 lowest, responsive, responsible bidder. The lowest, 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 (i.e. Indiana Form 96A or equivalent). 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 Plans 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. (i.e. Davis-Bacon Act and related Acts). 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 Specifications. Any contract(s) awarded under this Advertisement for Bids are expected to be funded in part with State Revolving Loan Funds (SRF). 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. The Bidders attention is also called to the "Minority/Women Business Participation" requirements contained in the Project Specifications. SRF has adopted State goals of 7% participation for minority owned businesses (MBE), and 5% participation for women owned businesses (WBE), for construction related or purchase related contracts for the work. Documentation of good faith efforts at obtaining MBE and WBE participation are required. The Contractor must meet guidelines and practices established by SRF 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 (OEE-1); 4) Notice to Labor Unions or other Workers Non-Discrimination in Employment (OEE-2); 5) Title VI of the Civil Rights Act of 1964, 6) Section 504, Rehabilitation Act of 1973; 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. American Iron and Steel requirements will apply to this project.

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