Projects for Bid

Town of Fairmount, IN – Wastewater LTCP Phase III – Collection System Improvements (S24169)

$150.00$450.00

Description

ADVERTISEMENT FOR BIDS 

TOWN OF FAIRMOUNT 

FAIRMOUNT, INDIANA 

WASTEWATER UTILITY LTCP PHASE III – COLLECTION SYSTEM IMPROVEMENTS 

General Notice 

Town of Fairmount (Owner) is requesting Bids for the construction of the following Project: 

Wastewater Utility LTCP Phase III – Collection System Improvements 

Project #S24169 

Bids for the construction of the Project will be received at the Fairmount Town Hall located at 214 W. Washington Street, Fairmount, Indiana 46928, until Thursday, May 15, 2025 at 1:00 P.M. local time. At that time the Bids received will be publicly opened and read. 

The Project includes the following Work: 

The project includes, but is not limited to, the installation of approximately 1-mile of interceptor sewer pipe ranging in diameter from 36-inch to 42-inch with installation depths ranging between 8-feet to 20-feet. Construction is planned via open cut except for one (1) section of jack and bore across SR 26. This work is located within public rights-of-ways, existing easements, and newly acquired easements. The work is located in areas where existing water lines and storm sewers are present which must be protected for continuation of uninterrupted service. Non-Town utilities are also located in the work area and are required to be protected to remain in continuous service. In addition to the interceptor sewer, there are locations where existing sewers (ranging in diameter from 12-inch to 27-inch) shall be reconnected to the new interceptor. Unique to the work is that all new gravity interceptor sewer pipe shall be 200 PSI PVC, C900 pipe, no exceptions. In some cases, abandonment of existing sanitary sewers and transition of flows / sewer laterals into the new interceptor are required. Interconnection of existing manholes to the new interceptor is also required for purposes of flow diversion from the existing system. Dewatering and bypass pumping are anticipated in support of said work. As noted above, there is also approximately 85-foot bore and jack installation with 72-inch casing pipe. Road restoration along the route as well as other activities supportive of and ancillary to the interceptor installation will be required. A new flow-controlled diversion structure using electrically actuated modulating gates is also included. 

 

Bids are requested for the following Contract: Wastewater Utility LTCP Phase III – Collection System ImprovementsBids will be received for a single prime Contract.  Bids shall be as shown in the Bid Form. 

Obtaining the Bidding Documents 

The Issuing Office for the Bidding Documents is: Commonwealth Engineers, Inc., 7256 Company Drive, Indianapolis, IN 46237.  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. at www.commonwealthengineers.com. 

Bidding Documents also may be examined at the Clerk’s office, 214 W. Washington Street, Fairmount, Indiana 46928 on Mondays through Fridays between the hours of 8:00 A.M. and 4:00 P.M. 

The Contract Documents, Specifications and Drawings will be provided via the web-based service of Commonwealth Engineers, Inc. at www.commonwealthengineers.com.  The plan holder will receive an email link to the PDF downloadable 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.   

One set of printed Contract Documents, Specifications and Drawings may be obtained upon payment of an additional non-refundable fee of Three Hundred Dollars and 00/100 ($300.00) plus 7% sales tax, per project division desired, via the web-based service of Commonwealth Engineers, Inc. at www.commonwealthengineers.com.  Requests for Contract Documents and Specifications and Drawings must also include a return street address; post office box numbers are not acceptable.   

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 Robert M. Bellucci, P.E. at Commonwealth Engineers, Inc. via https://login.procore.com.  Additional questions concerning access to the website 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.   

Bid security shall be furnished in accordance with the Instructions to Bidders. 

Pre-bid Conference 

A pre-bid conference for the Project will be held on  Wednesday, May 7, 2025 at 10:00 A.M. at Fairmount Town Hall, 214 W. Washington Street, Fairmount, IN 46928. Attendance at the pre-bid conference is encouraged but not required. 

Instructions to Bidders 

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. 

Domestic Preference 

This project is subject to the Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (IIJA), Pub. L. 117-58, §§ 70901-70953. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States. 

The following waivers apply to this Contract: 

BABAA De Minimis, Small Grants, and Minor Components 

This Advertisement is issued by: 

Owner: Town of Fairmount 

By: Eric Treon 

Title: Town Council President 

Date: April 26, 2025 

END OF ADVERTISEMENT FOR BIDS 

TOWN OF FAIRMOUNT

WASTEWATER UTILITY LTCP PHASE III – COLLECTION SYSTEM IMPROVEMENTS

BID DATE:  MAY 15, 2025 @ 1:00 P.M.

PRE-BID DATE:  MAY 7, 2025 @ 10:00 A.M.

 

Dunigan Bros., Inc
911 E South St
Jackson, MI 49203
517-787-4720
patrick@duniganbros.com

 

Watson Excavating Inc.
109 W High St
P O BOX 45
Redkey, IN 47373
765-730-8014
beth.watsonexc@gmail.com

 

Atlas Excavating
4740 Swisher Rd. Bldg. A
West Lafayette, IN 47906
765-429-4800
bids@atlasexcavating.com

 

Reynolds Construction, LLC
6625 N County Road 75 E
Orleans, IN 47452
877-770-0127
hannah.williams@reynoldscon.com

 

Fox Contractors Corp.
5430 W. Ferguson Road
Fort Wayne, IN 46809
260-557-9020
bkurtz@foxcontractors.com

 

VTF EXCAVATION, LLC
8398 Celina Mendon Road
Celina, OH 45822
419-305-4871
aaronbath@vtfexcavation.com

Additional information

Downloadable Set