Home Page
Board of Trustees
History
District Business
Heart of Our Business
What's Happening
Projects In Progress
The Future
Q & A Bulletin Board

WHAT'S HAPPENING?

SERVICE LATERAL EASEMENTS

The Sewer District Trustees are in a full court press (that means we are working hard) to obtain the Service Lateral Easements from the Big Monon Bay Area property owners. This easement is required so that the Sewer District and its contractor installing the service lines, grinder pumps and appurtenances can do the work that is required on each property owner's land. This easement will also provide the Sewer District with the authority to enter the property for the purpose of inspecting, repairing, operating, maintaining and replacing the District owned piping, grinder pumps and control panels.

This is not a meets and bounds easement. Therefore the contractor can be more flexible in locating the grinder pump tank on your property. Every effort will be made by the Sewer District and the contractor to work with each property owner to insure the mutual satisfaction of the owner and the District.

If you are a home owner in the Big Monon Bay Project area and have not signed a Service Lateral Easement, or you are not sure if you did or not, please E-mail us your request for the form. The form will be promptly mailed to you.   The names, as shown on your property deed, should be entered on the line at the top of the easement form.  The signature of the people whose name appears on the top line should be entered on the lines immediately below the date line.  The signing of this easement form should be observed by a Notary Public and the document notarized.

Detailed Instructions for Completing the Service Lateral Easement Form

The Sewer Use Ordinance No. 99-01, adopted March 10, 1999, provides, in part, for private property owners to grant easements to the Sewer District to allow it to place services lines, grinder pumps, and appurtenances on their property. The Ordinance also provides that, in the event a property owner declines to grant such an easement, the property owner will be required to incur the additional costs of installing the necessary facilities on his/her own property and connecting those facilities to the Sewer District's facilities in the public right-of-way.

Providing the service lateral on-lot easement now will reduce the overall cost of the project and insure a timely completion of the new sewer system. It will also relieve individual property owners of the added expense of installing the piping, pumps and other components.

On October 28, 1999, a letter, with an easement form and a blue instruction sheet, was mailed to over six hundred (600) property owners who had not as yet signed a service lateral easement.  More than three hundred (300) easment forms have been received to date.  E-mail us with your questions or comments.

 

 

BILLING AND COLLECTIONS

With the construction of the Big Monon Bay Sewer Project expected to get underway soon (by end of December), the Billing and Collections Trustee Committee has begun the work of determining how to do this important function cost effectively. The timing is such that when the sewer construction starts, a partial billing (about 55% of full billing) will be initiated and sent to all property owners with a habitable structure in the Project area on a monthly schedule.

The Committee is looking at billing equipment, billing firms, other utility companies, governmental entities doing there own billing, and consulting with an Accounting firm, the Banking Industry and the State Board of Accounts.  From the various inputs, the Committee expects to have a proposal for the Board of Trustees consideration in late January 2000.

If you have some cost effective ideas for billing some 900 customers, with a growth potential for about 5200 customers, let us hear from you.  Remember, we have an essential requirement of meeting the State Board of Accounts Standards.

BID ADVERTISEMENTS

On September 24, 1999, the Board of Trustees moved the Big Monon Bay Area project one step closer to reality by advertising for bids on the construction work for the Wastewater Collection Facilities and for the Treatment Plant. The details of the bid requests are contained in the notice that follows:

 

ADVERTISEMENT FOR BIDS
TWIN LAKES REGIONAL SEWER DISTRICT
BIG MONON BAY AREA
WASTEWATER TREATMENT PLANT

NOTICE IS HEREBY GIVEN, that the Twin Lakes Regional Sewer District, White County, Indiana, acting by and through its Board of Trustees, will receive sealed proposals for the construction of the BIG MONON BAY AREA, WASTEWATER TREATMENT PLANT, in White County, Indiana.

Sealed proposals may be forwarded by registered mail, addressed to the Twin Lakes Regional Sewer District in care of the Secretary at the White County Courthouse, PO Box 151, Monticello, Indiana 47960, or delivered in person to the bid opening, and will be considered by the Board of Trustees at a public meeting called to receive such bids no later than 10:00 a.m. (Local Time) on Thursday, October 21, 1999 at the White County Courthouse, Monticello, Indiana. Proposals received after said time will be returned unopened.

A pre-bid meeting will be held at 1:00 p.m. (Local Time) on Thursday, September 30, 1999 at the White County Courthouse, Monticello, Indiana.

The Project is generally defined as follows:

Division "B " - Big Monon Bay Area, Wastewater Treatment Plant

This Contract Division includes the furnishing, construction and installation of all materials and equipment required for a 161,400 gallons per day, mechanical, wastewater treatment plant. The processes include two Sequencing Batch Reactors, a secondary filter, an ultraviolet disinfection system, chemical feed pumps, an aerobic digester, sludge storage tank and all other related site piping, valves, hydraulic control structures, flow meters, samplers, pump controls, electrical, and site work.

Plans and Specifications for the Project are on file and may be examined at the following locations: Clyde E. Williams & Associates, Inc., Granger, Indiana

White County Courthouse (Health Dept. Office) Monticello, Indiana

F.W. Dodge Office Munster, Indiana

F.W. Dodge Office Fort Wayne, Indiana

F.W. Dodge Office Indianapolis, Indiana

Dept. Of Admin., Minority Business Development Indianapolis, Indiana

Copies of the Plans and the Contract Documents and Specifications may be obtained from Clyde E. Williams & Associates, Inc, 420 West Cleveland Road, Granger, Indiana 46530 upon payment of $100.00. This cost is non-refundable.

Requests for the Plans and the Contract Documents and Specifications must also include a return street address; post office box numbers are not acceptable.

The work to be performed and the proposal to be submitted shall include all General Construction, Mechanical and Electrical Installation, Labor, Materials, Tools, Equipment, Permits, Licenses, Insurance, Start-up Service Costs, and so forth incidental to and required for the construction of the facilities. No State sales taxes shall be involved in the cost of the Work.

Each proposal must be sealed in an envelope bearing the title of the Project, Contract Division and the name and address of the Bidder. All proposals must be submitted on the proposal forms as identified in the Contract Documents and Specifications.

AB-1

Proposals shall be properly and completely executed on proposal forms included in the Specifications. Proposals shall include all information requested by Indiana Form 96 (Revised 1987) included with the Specifications. Under Section III of Form 96 the Bidder shall submit a financial statement. A copy of the proposed Financial Statement to be submitted with the bid is included in the bid Proposal Documents section of these 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 proposal 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 proposal, 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, Labor and Material Payment Bonds guaranteeing faithful and proper performance of the work and materials, to be executed by an acceptable surety company, will be required of the Contractor at the time he executes his contract. The bond 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.

A conditional or qualified Bid will not be accepted.

The award will be made to the lowest, responsive, responsible bidder.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the projects shall apply to the Project throughout.

Each Bidder is responsible for inspecting the Project Site and for reading and being thoroughly familiar with the Plans, 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.

Wage rates on the project shall not be less than the wage scale established by the Common Construction Wage Committee set on June 23, 1999.

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 60A entitled Construction Contractors Affirmative Action Requirements.

The Contractor's attention is directed to the affirmative steps that must be taken to assure small, minority and women's businesses are used when possible as sources of supplies, construction and services. These steps are shown under paragraph 9 of the RUS Supplemental General Conditions.

The contract awarded under this Advertisement for Bids are to be funded by loan and grant funds from the Rural Utilities Service of the United States Department of Agriculture. 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 Owner reserves the right to accept or reject any or all proposals, and to waive any informalities in bidding. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals. NO proposal may be withdrawn following the time for receipt of bids for a period of One Hundred Fifty (150) days.



AB-2

TWIN LAKES REGIONAL SEWER DISTRICT

BOARD OF TRUSTEES

Karl Allen, President

ATTEST:

Loyd Clerget, Secretary

DATED:

AB-3

 

ADVERTISEMENT FOR BIDS
TWIN LAKES REGIONAL SEWER DISTRICT
BIG MONON BAY AREA
WASTEWATER COLLECTION FACILITIES

NOTICE IS HEREBY GIVEN, that the Twin Lakes Regional Sewer District, White County, Indiana, acting by and through its Board of Trustees, will receive sealed proposals for the construction of the BIG MONON BAY AREA, WASTEWATER COLLECTION FACILITIES, in White County, Indiana.

Sealed proposals may be forwarded by registered mail, addressed to the Twin Lakes Regional Sewer District in care of the Secretary at the White County Courthouse, PO Box 151, Monticello, Indiana 47960, or delivered in person to the bid opening, and will be considered by the Board of Trustees at a public meeting called to receive such bids no later than 10:00 a.m. (Local Time) on Thursday, October 21, 1999 at the White County Courthouse, Monticello, Indiana. Proposals received after said time will be returned unopened.

A pre-bid meeting will be held at 2:00 p.m. (Local Time) on Thursday, September 30, 1999 at the White County Courthouse, Monticello, Indiana.

The Project shall be bid as one contract, even though the plans are divided into four (4) separate divisions. The project is defined as follows:

Division "A" - Area D-2 - Wastewater Collection Facilities. This includes the furnishing, installation, testing and placing into operation of approximately 23,310 L.F. of 1 1/2-, 2-, 3-, and 6-inch pressure HDPE or PVC sewer main, together with the installation of 197 individual grinder pump units, approximately 20,250 L.F. of 1 1/4" pressure service line; and all other related work.

Division "C" - Area D-3 - Wastewater Collection Facilities. This shall consist of the furnishing, installation, testing and placing into operation of approximately 6,726 L.F. of 2- and 3-inch pressure HDPE or PVC sewer main; together with the installation of 62 individual grinder pump units, approximately 4,820 L.F. of 1 1/4" pressure service line; and all other related work.

Division "E" - Area D-4 Wastewater Collection Facilities. This shall consist of the furnishing, installation, testing and placing into operation of approximately 4,928 L.F. of 2-, 3-, and 4-inch pressure HDPE or PVC sewer main; together with the installation of 40 individual grinder pump units, approximately 4,530 L.F. of 1 1/4" pressure service line; and all other related work.

Division "G" - Area D-5 Wastewater Collection Facilities. This shall consist of the furnishing, installation, testing and placing into operation of approximately 33,170 L.F. of 1 1/2-, 2-, 3-, 4- and 5-inch pressure HDPE or PVC sewer main; together with the installation of 309 individual grinder pump units, approximately 28,195 L.F. of 1 1/4" pressure service line; and all other related work.

Plans and Specifications for the Project are on file and may be examined at the following locations:

Clyde E. Williams & Associates, Inc., Granger, Indiana

White County Courthouse (Health Dept. Office) Monticello, Indiana

F.W. Dodge Office Munster, Indiana

F.W. Dodge Office Fort Wayne, Indiana

F.W. Dodge Office Indianapolis, Indiana

Dept. Of Admin., Minority Business Development Indianapolis, Indiana

 

AB-1

Copies of the Plans and the Contract Documents and Specifications may be obtained from Clyde E. Williams & Associates, Inc. , 420 West Cleveland Road, Granger, Indiana 46530 upon payment of $300.00. This cost is non-refundable.

Requests for the Plans and the Contract Documents and Specifications must also include a return street address; post office box numbers are not acceptable.

The work to be performed and the proposal to be submitted shall include sufficient and proper sums for all General Construction, Mechanical Installation, Labor, Materials, Tools, Equipment, Permits, Licenses, Insurance, Service Costs, and so forth incidental to and required for the construction of the facilities. No State sales taxes shall be involved in the cost of the Work.

Each proposal must be sealed in an envelope bearing the title of the Project, Contract Division and the name and address of the Bidder. All proposals must be submitted on the proposal forms as identified in the Contract Documents and Specifications.

Proposals shall be properly and completely executed on proposal forms included in the Specifications. Proposals shall include all information requested by Indiana Form 96 (Revised 1987) included with the Specifications. Under Section III of Form 96 the Bidder shall submit a financial statement. A copy of the proposed Financial Statement to be submitted with the bid is included in the bid Proposal Documents section of these 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 proposal 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 proposal, 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, Labor and Material Payment Bonds guaranteeing faithful and proper performance of the work and materials, to be executed by an acceptable surety company, will be required of the Contractor at the time he executes his contract. The bond 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.

A conditional or qualified Bid will not be accepted.

The award will be made to the lowest, responsive, responsible bidder.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the projects shall apply to the Project throughout.

Each Bidder is responsible for inspecting the Project site and for reading and being thoroughly familiar with the Plans, 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.

Wage rates on the project shall not be less than the wage scale established by the Common Construction Wage Committee set on June 23, 1999.

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 60A entitled Construction Contractors Affirmative Action Requirements.

AB-2

The Contractor's attention is directed to the affirmative steps that must be taken to assure small, minority and women's businesses are used when possible as sources of supplies, construction and services. These steps are shown under paragraph 9 of the RUS Supplemental General Conditions.

The contract awarded under this Advertisement for Bids are to be funded by loan and grant funds from the Rural Utilities Service of the United States Department of Agriculture. 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 Owner reserves the right to accept or reject any or all proposals, and to waive any informalities in bidding. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals. NO proposal may be withdrawn following the time for receipt of bids for a period of One Hundred Fifty (150) days.

TWIN LAKES REGIONAL SEWER DISTRICT

BOARD OF TRUSTEES

Karl Allen, President

ATTEST:

Loyd Clerget, Secretary

DATED:


AB-3

 

| Home Page | Board of Trustees | History of the Sewer District | The District Business |
| The Heart of Our Business | | What's Happening | Projects in Progress | A Look at the Future | Q & A Bulletin Board |

Thank you for visiting the Twin Lakes Regional Sewer District web site.
If you have a question or need further assistance, feel free to E-mail us at [email protected]