Projects for Bid

Town of Westport – Wastewater Utility Improvements Project – Div. A – WWTP Improvements and New Lift Station (S20064)

$150.00$450.00

Description

ADVERTISEMENT FOR BIDS

TOWN OF WESTPORT

WESTPORT INDIANA

WASTEWATER UTILITY IMPROVEMENTS PROJECT

General Notice

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

Wastewater Utility Improvements Project

Division “A” – WWTP Improvements and New Lift Station

Project #S20064

Bids for the construction of the Project will be received at the Office of the Clerk-Treasurer located at 207 Johnson Ave., Westport, IN 47283, until May 21, 2024 at 2:00 P.M. local time. At that time the Bids received will be publicly opened and read at the Westport Area Community Building, 205 W. Main Street, Westport, IN 47283.

The Project includes the following Work:

Division “A” - WWTP Improvements and New Lift Station

The project includes but is not limited to the furnishing and installing a new pumping station and force main, submerged activated growth treatment system, mechanical screen, chemical feed system improvements, and influent flow structure at the WWTP.  The work includes bypass pumping and piping as necessary, control work, electrical work, restoration of all surfaces and pavements disturbed, and all other work required for the complete an operating system.

Separate Bids will be received for the following Contracts: Division “A” - WWTP Improvements.  Bids will be received for a single prime Contract.  Bids shall be as shown in the respective Bid Forms.

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.

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

One set of printed Contract Documents, Specifications and Drawings may be obtained upon payment of an additional non-refundable fee of Three Hundred and 00/100 Dollars ($300.00) plus 7% sales tax, 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 Rachel M. Runge, 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  Thursday, May 2, 2024 at 2:00 P.M. at the Westport Area Community Building, 205 W. Main Street, Westport, IN 47283.  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 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.

This Advertisement is issued by:

Owner: Town of Westport

By:          Bryan Gatewood

Title:      Town Council President

Date:     April 9, 2024

END OF ADVERTISEMENT FOR BIDS

Town of Westport

Wastewater Utility Improvements

Div. A - WWTP Improvements & New Lift Station 

Bid Date:  May 21, 2024 @ 2:00pm

Pre-Bid Date:  May 2, 2004 @ 2:00pm

 

Mitchell & Stark Construction Co, Inc.
PO Box 219
Medora, IN 47260
812 966-2151
kkelley@mitchellstark.com

 

Striegel Design and Construction
50 North County Road 650 West
Medora, IN 47260
812-525-8099
lexstriegel@gmail.com

 

Dave O'Mara Contractor, Inc.
1100 E O & M Ave
North Vernon, IN 47265
812-346-4135
terid@daveomara.com

 

Infrastructure Systems, Inc.
260 W. Vincennes Street, P.O. Box 148
Orleans, IN 47452
8128653309
kalexander@infrastructuresystems.com

 

MAC CONSTRUCTION & EXCAVATING
P.O. BOX 6787
NEW ALBANY, IN 47151
812-941-7895
amandah@macconstruction.com

 

B L Anderson
4801 TAZER DR
LAFAYETTE, IN 47905
7654631518
BGASVODA@BLANDERSON.COM

 

EDI/Nexom
323 N Spokane St
200
Post Falls ID, KS 83854
19134442262
isaiah.larue@nexom.com

 

Industrial & Environmental Concepts, Inc (IEC)
21860 Hamburg Ave, Box 250
Lakeville, MN 55044
952-249-3321
anderson@ieccovers.com

 

The Henry P. Thompson Co.
8980 TECHNOLOGY DR
SUITE 102
FISHERS, IN 46038
810-627-0862
mosborne@hpthompson.com

 

Thieneman Construction, Inc.
17219 Foundation Parkway
Westfield,, IN 46074
317-867-3462
jenny.mroch@t-c-i.net

 

Ottenweller Contracting, LLC.
1220 Edsall Avenue
Fort Wayne, IN 46803
260-484-9183
angela.wedler@ottenweller.com

 

DCN
300 American Metro Blvd
Ste 185
Hamilton, IN 08619
844-326-3826
lori.bachman@construction.com

 

Construct Connect
3825 Edwards Rd
suite 800
Cincinnati, OH 45209
919-723-2343
content@constructconnect.com

 

Brackney, Inc.
2145 State Road #1
Brookville, IN 47012
765-647-6551
estimating@brackneyinc.com

 

Builders Exchange of KY
2300 Meadow Drive
Louisville, KY 40255
502-459-9800
mhewett@bxkentucky.com

Additional information

Downloadable Set