ADVERTISEMENT FOR BIDS

NOTICE IS HEREBY GIVEN that the City of Bluffton, Indiana, by and through its Board of Public Works and Safety, hereinafter referred to as the Owner, will receive sealed bids for:

CITY OF BLUFFTON

BID PACKAGE F

WASTEWATER TREATMENT PLANT IMPROVEMENTS 

(WW PROJECT 8B)

Bids may be forwarded by registered mail addressed to the Owner in care of the Board of Public Works and Safety, City Hall, 128 East Market Street, Bluffton, IN 46714 or delivered in person to the bid opening and will be considered by the Owner at an open public and regular scheduled Board of Works & Safety Meeting called to receive and open such bids, provided the same shall have been received not later than 4:30 PM, local prevailing time, on Tuesday, March 14, 2023 at the City Hall, 128 East Market Street, Bluffton, IN 46714. Bids received after the bid opening process has begun will be returned unopened. Bids shall be submitted in an enclosed opaque sealed envelope, marked “BID PACKAGE F – WASTEWATER TREATMENT PLANT IMPROVEMENTS (WW PROJECT 8B)”. Bids will be evaluated, and it is the intent that an award of contract be made within 90 days of the bid opening.

This work involves improvements and upgrades to the existing Bluffton Wastewater Treatment Plant for treatment of a peak daily flow of 13 MGD, including but not limited to:

Temporary electrical and controls, temporary chemical feed system, demolition of existing structures and buildings, influent flow structure modifications, new influent pump station, new oxidation ditch, new circular clarifiers with splitter box, scum grinder station, new RAS/WAS pump station, new gravity thickener with sludge pump station, new non-potable water system, modification to existing UV structure including new post-aeration system, new buildings (electrical building, plant control building, chemical feed building, and maintenance building), electrical and SCADA upgrades, site utilities and improvements, and all appurtenance work.

A Pre-Bid Conference will be held at 1:00 PM local time on February 20, 2023 at the City Hall, 128 East Market Street, Bluffton, Indiana 46714. Attendance at the Prebid Conference is strongly encouraged but is not mandatory.

Site visits to the Wastewater Treatment Plant are available on Monday, February 20, 2023 (10:00 AM-11:30 AM and 3:00 PM-4:00 PM).

Contractors and Sub-Contractors are required to pay not less than the Federal Wage Scale published by the U.S. Department of Labor. Project will be funded by a loan through Indiana Finance Authority and administered by the Indiana State Revolving Fund (SRF). Bidders and selected contractor must meet requirements for a SRF funded project.

The work to be performed and the bids submitted, including any and all separate and combination bids, shall include sufficient and proper sums for all General, Construction, Mechanical, Electrical, Installation, Labor, Materials, Tools, Equipment, Taxes (both Federal and State), Permits, Licenses, Insurance, Service Costs, and so forth, incident to and required for the construction of the facilities.

Each Bidder is responsible for inspecting the Project Site and for reading and being thoroughly familiar with the Contract Documents and Specifications. The failure or omissions of any Bidder to do any of the foregoing shall in no way relieve the Bidder from any obligation with to its Bid.

All materials furnished, and labor performed incident to and required for the proper and satisfactory execution of the contracts shall be furnished and performed in accordance with the requirements of the contract documents as defined in the General Conditions of the Construction Contract, and any addenda thereto, prepared by the Engineer, DLZ Indiana, LLC. Said drawings are on file for viewing in the office of the following: Engineer, 825 S. Barr Street, Fort Wayne, IN 46802; and the Owner, City Hall, 128 East Market Street, Bluffton, IN 46714.

Each bid 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 a contract or contracts, enter into the same with the Owner upon notification from him to do so within fourteen (14) days of said notification.

Approved Performance and Payment Bonds guaranteeing faithful and proper performance of the work and materials, to be executed by an acceptable surety company, will be required of each Contractor at the time of contract execution. The bond will be in the amount of one hundred percent (100%) of the contract price and must be in full force and effect for a period of twelve (12) months from the date of written acceptance of and final payment of the work.

Failure to execute a contract and to furnish a Performance and Payment Bond as hereinafter set out will be cause for forfeiture to the Owner of the amount of money represented by the Certified Check or Bidder’s Bond, as and for liquidated damages.

Project will be funded by a loan through Indiana Finance Authority and administered by the Indiana State Revolving Fund (SRF). Bidders and selected (lowest, most responsive/responsible) contractor must comply with the current Consolidated Appropriations Act and all bidding requirements of the SRF Loan Programs, the Indiana Finance Authority and State of Indiana which include, among others, the following:

1. OEE-1 (Certification of Nonsegregated Facilities)

2. OEE-2 (Notice to Labor Unions or Other Organizations of Workers Nondiscrimination In Employment)

3. Davis-Bacon Act and related laws and regulations apply for wages.

a) A copy of the applicable Davis-Bacon wage determination will be included in all contracts and subcontracts for work.

b) A copy of the wage determination and the Davis-Bacon poster (WH-1321) will be posted at all times by the contractor and subcontractors at the Project site in a prominent and accessible place where it can be easily seen by workers.

c) All contracts and subcontracts for work will include terms and conditions similar to those provided in Attachments A-D in the Project Manual.

4. Project includes U.S. EPA Green Project Reserve Components (GPR), bidders to include and provide portion of their bid allocated to GPR components.

5. Contract to include “Suspension and Debarment” provisions, terms and conditions as noted in Attachment E of the Project Manual.

6. Successful bidder and owner-contractor agreement is subject to compliance to the H.R. 3547 “Consolidated Appropriations Act, 2014”, commonly referred to as the “American Iron and Steel” act and provision.

Bids shall be properly and completely executed on bid forms provided by the Engineer which shall include the Non-Collusion Affidavit. Each bid shall also include the revised Indiana Questionnaire Form No. 96, all as required by Statute. Responsible bidder shall show experience is the construction of public sanitary sewer facilities and must be qualified by either the state certification board or the Indiana Department of Transportation.

No bids shall be withdrawn after the opening of bids without the consent of the Owner for a period of sixty (90) days after the scheduled time of receiving same.

The Owner reserves the right to reject any bid, or all bids, or to accept any bid or bids, or to make combination of bids as may seem desirable, and to waive any and all informalities in the bidding.

Starting on Tuesday, February 14, 2023, the Project Drawings, Project Manual, Technical Specifications, and all bid documents can be purchased through ARC, 455 Fernhill Ave., Fort Wayne, IN 46805, Phone (260) 483-8066, fortwayne.orders@e-arc.com. Plans are available for public viewing at 825 South Barr Street, Fort Wayne, Indiana (260.420.3114); and at the City of Bluffton, at the City Hall, 128 East Market Street, Bluffton, IN 46714.

CITY OF BLUFFTON

BOARD OF PUBLIC WORKS 

AND SAFETY, By:

/s/ Tami Runyon, 

Clerk Treasurer

nb 2/11, 2/18

hspaxlp