REQUEST FOR BOT 

PROPOSALS

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 proposals for:

CITY OF BLUFFTON

BID PACKAGE E

NEW BIOSOLIDS FACILITY 

(WW PROJECT 8A)

Proposals 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 proposal 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 proposals, provided the same shall have been received not later than 4:30 pm, local prevailing time, on March 14, 2023 at the City Hall, 128 East Market Street, Bluffton, IN 46714. Proposals received after the opening process has begun will be returned unopened. Proposals shall be submitted in an enclosed opaque sealed envelope, marked “BID PACKAGE E – NEW BIOSOLIDS FACILITY (WW PROJECT 8A)”. Proposals will be evaluated, and it is the intent that an award of contract be made within ninety (90) days of the date of receiving proposals.

This Project involves the development, design and construction of a new Biosolids Facility in Bluffton, Indiana and will use the Build Operate Transfer (BOT) deliver method to the Owner (per IAC 5-23-3-1). Offeror to develop, design and construct a new Biosolid Facility within the existing Bluffton wastewater treatment plant facility.  Additionally, Offeror to assist Owner and Owner’s Engineer in the design, selection of sludge drying processes and equipment, and assist in start-up and operation of the new facility. Offeror to show experience in the implementation, construction, and operation of biosolid facility construction, operation, and management.

The BOT Offeror, its 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). All BOT Offerors and contractors, and sub-contractors must meet requirements for a SRF funded project.

The project construction fees shall include General, Construction, Process, 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 Offeror 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 Offeror to do any of the foregoing shall in no way relieve the Offeror from any obligation with to its Proposal.

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 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 Offeror 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). BOT Offeror and its contractor(s) and sub-contractors must comply with the current Consolidated Appropriations Act and all 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), contracts 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 Offeror 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.

No proposals shall be withdrawn after the opening of proposals without the consent of the Owner for a period of ninety (90) days after the scheduled time of receiving same.

Starting Wednesday, February 22, 2023, Project Request for Proposal and documents (drawings and project manual) can be purchased through ARC, 455 Fernhill Ave., Fort Wayne, IN 46805, Phone (260) 483-8066, fortwayne.orders@e-arc.com. Request for Proposal documents and preliminary drawings are available for viewing at the office of the Engineer, DLZ Indiana, LLC, 825 S. Barr Street, Fort Wayne, IN 46802; and the Owner, 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 2/18, 2/25

hspaxlp