Similar Projects
Bridge Thin Deck Overlay
Infrastructure
Conception
$2,234,907 CJ est. value
Valparaiso, IN 46383

2022 Taxiway Microsurface Project
Infrastructure
Design
$500,000 CJ est. value
Valparaiso, IN 46383

SR 2 - Bridge Deck Overlay
Infrastructure
Design
$654,280 est. value
Hebron, IN

Bike and Pedestrian Facilities
Infrastructure
Bidding
$9,000,000 CJ est. value
Chesterton, IN 46304

Taxilane Resurfacing Porter County Regional Airport (VPZ)
Infrastructure
Bidding
$480,000 CJ est. value
Valparaiso, IN 46383

Union Center Elementary School Additions and Renovations - Rebid
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$5,156,852 CJ est. value
Valparaiso, IN 46385

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Porter Lakes Elementary School Site Improvements
Results
Hebron, IN 46341

Marquette Greenway Trail - Phase 2
Infrastructure
Results
$280,005 CJ est. value
Burns Harbor, IN 46304

Duneland Liberty Intermediate School - Additions and Renovations
Addition, Demolition, Renovation, Infrastructure
Construction
$38,675,347 CJ est. value
Chesterton, IN 46304

Burke's Outdoor World
New Construction, Infrastructure - 21,125 SF
Construction
$5,600,000 CJ est. value
Valparaiso, IN 46385

Bridge Rehabilitation or Repair - 1600500 - Indiana Department of Transportation
Demolition, New Construction, Infrastructure
Pending Verification
$24,478,760 CJ est. value
Portage, IN 46368

Kossis Building
New Construction, Infrastructure
Pending Verification
$3,500,000 CJ est. value
Valparaiso, IN 46383

Overhead Sign Install - I 94
Infrastructure
Design
$470,188 CJ est. value
Porter, IN 46304

Town of Chesterton - New Pickleball Courts
New Construction, Infrastructure
Post-Bid
$250,000 CJ est. value
Chesterton, IN 46304

Last Updated 03/25/2023 08:07 AM
Project Title

2023 Sanitary Sewer Collection System Rehabilitation

Physical Address View project details and contacts
City, State (County) Hebron, IN 46341   (Porter County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Results, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $521,508 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Any Bids received later than the above time will be returned unopened. All interested citizens are invited to attend, and should any citizen require special provisions, such as handicapped modifications or nonEnglish translation personnel, the Owner will provide such provisions as long as the request is made by contacting Clerk-Treasurer Jamie Uzelac at the Hebron Town Hall, P.O. Box 478, 107 N. Main Street, Hebron, IN 46341 or by phone at (219) 996-4641 by February 14, 2023. The Work shall include the installation of approximately 4,455 LF of 8-inch; 3,310 LF of 10-inch; 544 LF of 12-inch; 818 LF of 15-inch; and 344 LF of 24-inch Cured-in-Place Pipe (CIPP), all in existing sanitary sewers. The CIPP work shall include point repairs, new manhole installation, dewatering, lateral rein statement, and pavement and site restoration. The work shall also include approximately 69 VF of epoxy manhole lining, reconstruction of 9 manhole benches, reconstruction of approximately 41 VF of chimney risers, resetting of 58 frames and covers, replacement of 19 manhole frames and covers, raising 3 manholes to grade, and cementitious grouting of 165 joints and 113 voids in manhole walls. Work shall be constructed under a Unit Price Contract. 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 Work. Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013). 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. 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. 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. 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. 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 and Drinking Water Program. The Contractor to whom the Work is awarded shall comply with all requirements of said agency. 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. 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". 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. The Bidder's attention is also called to the "Minority/Women Business Participation" requirements. The Indiana 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 NonSegregated 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. 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. 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. The low bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549. 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. 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 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. Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual Legal 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" Videos of the sanitary sewer segments are available for review at Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227. Copies of the Drawings and Specifications for the Work are on file (for viewing purposes only) at the Hebron Town Hall,107 N. Main Street, Hebron, IN 46341; and the Engineer's office, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 788 4551. All copies are distributed to Contractors and other interested parties by Wessler Engineering, Inc. (www.wesslerengineering.com /planroom/) for a non-refundable fee. A complete digital set of bidding documents is available for $50.00. A complete hard copy set of bidding documents is available for $100.00. An up-to-date Planholders List may be viewed at http://wesslerenginee ring.com/planroom/. A Pre-Bid Conference will be held at 10:00 AM (local time-CST) on February 14, 2023 at the Hebron Assembly Hall (Community Center), 611 N. Main Street, Hebron, IN 46341. Bidders are encouraged to attend the Pre-Bid Conference. Town of Hebron, Indiana /S/ John Spinks, Jr., President Attest: /S/ Jamie Uzelac, Clerk Treasurere received by the Owner at the Hebron Town Hall, 107 N. Main Street, P.O. Box 478, Hebron, IN 46341 until February 21, 2023 at 3:00 PM (local time-CST). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at the Hebron Town Council Meeting on February 21, 2023 at 7:00 PM (local time-CST) at the Hebron Assembly Hall (Community Center), 611 N. Main Street, Hebron, IN 46341. All interested citizens are invited to attend, and should any citizen require special provisions, such as handicapped modifications or nonEnglish translation personnel, the Owner will provide such provisions as long as the request is made by contacting Clerk-Treasurer Jamie Uzelac at the Hebron Town Hall, P.O. Box 478, 107 N. Main Street, Hebron, IN 46341 or by phone at (219) 996-4641 by February 14, 2023. The Work shall include the installation of approximately 4,455 LF of 8-inch; 3,310 LF of 10-inch; 544 LF of 12-inch; 818 LF of 15-inch; and 344 LF of 24-inch Cured-in-Place Pipe (CIPP), all in existing sanitary sewers. The CIPP work shall include point repairs, new manhole installation, dewatering, lateral rein statement, and pavement and site restoration. The work shall also include approximately 69 VF of epoxy manhole lining, reconstruction of 9 manhole benches, reconstruction of approximately 41 VF of chimney risers, resetting of 58 frames and covers, replacement of 19 manhole frames and covers, raising 3 manholes to grade, and cementitious grouting of 165 joints and 113 voids in manhole walls. Work shall be constructed under a Unit Price Contract. 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 Work. Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013). 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. 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. 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. 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. 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 and Drinking Water Program. The Contractor to whom the Work is awarded shall comply with all requirements of said agency. 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. 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". 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. The Bidder's attention is also called to the "Minority/Women Business Participation" requirements. The Indiana 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 NonSegregated 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. 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. 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. The low bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549. 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. 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 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. Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual Legal 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" Videos of the sanitary sewer segments are available for review at Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227. Copies of the Drawings and Specifications for the Work are on file (for viewing purposes only) at the Hebron Town Hall,107 N. Main Street, Hebron, IN 46341; and the Engineer's office, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 788 4551. An up-to-date Planholders List may be viewed online.

Details

Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents