General Notice

Notice is hereby given, in accordance with IC 36-1-12-4 and IC 5-3-1-2, that the Tippecanoe and Chapman Regional Sewer District located in Kosciusko County, Indiana, hereinafter referred to as the “Owner” or “District”, will receive sealed proposals for the construction of a septic elimination project as follows:

Contract A – Chapman Lakes Wastewater Collection System
Contract B – West Tippecanoe Lake Wastewater Collection System
Contract C – East Tippecanoe Lake Wastewater Collection System

Any contract awarded under this Advertisement for Bids is expected to be funded by the United States Department of Agriculture – Rural Development (“USDA-RD”) and Indiana Finance Authority State Revolving Fund (“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.

Sealed bids for the construction of the Tippecanoe and Chapman Regional Sewer District Septic Elimination Project (“Project”) will be received by the District Board of Trustees (“Board”) at the North Webster Community Center, 301 N. Main Street, North Webster, IN 46555, until 4:30 PM local time on the following dates:

∞ Contract A – July 28, 2022
∞ Contract B – August 2, 2022
∞ Contract C – August 4, 2022

Bids received will be publicly opened and read aloud immediately following the submittal deadline at the same time and location. All interested citizens are invited to attend.

The Project includes the following Work:

Contract A – Chapman Lakes Wastewater Collection System
∞ Construction of one (1) wastewater pump station and associated components such as generators, chemical feed systems, site work, electrical and instrumentation and flow meters.
∞ Installation of approximately 115,000 linear feet of 1-1/4” through 12” pressure sewers, force main and associated components, such as isolation valves, flushing stations, and air release valve stations.
∞ Installation of approximately 460 grinder pump stations and associated components such as grinder station control panels, curb stop check valve assemblies, electrical risers and electrical conduits/conductors.

Contract B – West Tippecanoe Lake Wastewater Collection System
∞ Construction of one (1) wastewater pump stations and associated components such as generators, chemical feed systems, site work, electrical and instrumentation and flow meters.
∞ Installation of approximately 117,000 linear feet of 1-1/4” through 12” pressure sewers force main and associated components, such as isolation valves, flushing stations, and air release valve stations.
∞ Installation of approximately 445 grinder pump stations and associated components such as grinder station control panels, curb stop check valve assemblies, electrical risers and electrical conduits/conductors.

Contract C – East Tippecanoe Lake Wastewater Collection System
∞ Construction of one (1) wastewater pump stations and associated components such as generators, chemical feed systems, site work, electrical and instrumentation and flow meters.
∞ Installation of approximately 90,000 linear feet of 1-1/4” through 8” pressure sewers, force main and associated components, such as isolation valves, flushing stations, and air release valve stations.
∞ Installation of approximately 326 grinder pump stations and associated components such as grinder station control panels, curb stop check valve assemblies, electrical risers and electrical conduits/conductors.
Obtaining the Bidding Documents

The issuing office for the “Bidding Documents” is Jones Petrie Rafinski Corp., 222 Pearl Street, Fort Wayne, IN 46802 (“Issuing Office”). The Issuing Office’s representative and primary contact is Daniel Byam, PE, who can be reached at (260) 422-2522 or via email at dbyam@jpr1source.com.

Bidding Documents may be viewed and ordered online by registering with the Issuing Office listed above. Following registration, complete sets of Bidding Documents may be downloaded from ARC Document Solutions’ SkySite Construction Management System website as portable document format (PDF) files. The cost of printed Bidding Documents from ARC Document Solutions will depend on the number and size of the “Drawings” and “Project Manual”, applicable taxes, and shipping method selected by the prospective bidder. Cost of printed paper copies of the Bidding Documents and shipping is non-refundable. Upon ARC Document Solutions’ receipt of payment from a bidder, printed Bidding Documents will be sent via the prospective bidder’s delivery method of choice. Partial sets of the Bidding Documents will not be available from ARC Document Solutions.
Alternatively, Bidding Documents may be examined at the office of the Issuing Office (and Project “Engineer”) Jones Petrie Rafinski Corp., 222 Pearl Street, Fort Wayne, IN 46802, on Mondays through Fridays between the hours of 8:00 AM and 5:00 PM, local time.

Neither the Owner nor its Engineer will be responsible for partial sets of documents obtained from any source. If Bidders fail to register and do not receive updated information, their bids shall be deemed unresponsive if any required items are not included.

Pre-bid Conference

A non-mandatory pre-bid conference(s) will be held at 10:00 AM local time on July 14, 2022 at the North Webster Community Center, 301 N. Main Street, North Webster, IN 46555.
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.

The Owner reserves the right to reject any proposal for being unresponsive or deemed irresponsible, reject all proposals, or to accept the lowest responsive and responsible proposal/Bidder. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals or authorized postponement thereof. Any proposal received after the time and date specified shall not be considered. No proposal may be withdrawn after the scheduled closing time for receipt of bids for at least one hundred fifty (150) days while final project approvals are acquired from the USDA-RD and IFA SRF.

Wage Rates

Wage rates on the project shall not be less than the Federal Davis-Bacon wage scale published by the U.S. Department of Labor. The most recently issued wage scale determination published prior to the date of Bid opening shall be the final applicable wage determination for the Project.

American Iron and Steel

Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A – Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and Construction Materials.

The following waivers apply to this Contract:
De Minimis,
Minor Components,
Pig iron and direct reduced iron

This Advertisement is issued by:
Owner: TIPPECANOE AND CHAPMAN REGIONAL SEWER DISTRICT
By: JON TYLER
Title: DISTRICT BOARD PRESIDENT