ADVERTISEMENT
FOR BIDDERS
Sealed Bids for Lead Service Line Replacement: Phase I, for the City of Bluffton, Indiana (herein called the “OWNER”) will be received by the Owner at the Bluffton City Hall located at 128 E Market St, Bluffton, IN 46714 in the Clerk Treasurer’s Office until December 16th, 2025 at 4:30 pm (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at that time.
The Work shall include:
Hydro-excavation of approximately 430 Utility-side water service lines and approximately 430 Customer-side water service lines to identify pipe material, size, and depth. Based on the results of the investigations, coordinate and replace identified lead and galvanized service lines. Approximately 730 utility-side, customer-side, or full water service line replacements are anticipated. Replacement will consist of connecting to the existing water main, installation of service line on the utility-side, customer-side, or both, new meter pits, pavement repair, surface repair, maintenance of traffic, and other incidental work necessary for a complete installation.
An address list of properties for lead service line replacements will be provided to the successful Bidder after the award of the Project.
Work shall be constructed under a Unit Price Contract.
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 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.
The construction of the project is expected to be funded in part by a grant and part zero-interest loan provided by the State Revolving Fund (SRF) Loan Program as administered by the Indiana Finance Authority. The Contractor to whom the Work is awarded shall comply with all requirements of said agency. If the funding is depleted before the Work is completed, the Contractor can only invoice for the Work completed up to that point. It is not guaranteed that all the Work will be able to be completed with the funding available.
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 are notified that there is a 7% MBE and 5% WBE participation goal on this project.
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 State Revolving Fund Loan as administered by the Indiana Finance Authority.
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 waive any informalities or minor 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 60 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”.
Copies of the Project Manual for the Work are on file (for viewing purposes only) at the Bluffton, Indiana City Hall at 128 E Market St, Bluffton, IN 46714 in the Clerk Treasurer’s Office, and the Engineer’s office, Wessler Engineering, 6606 Constitution Drive, Fort Wayne, Indiana 46804, Telephone (260) 4228279. 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 $75.00. A complete hard copy set of bidding documents is available for $100.00.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.
A Pre-Bid Conference will be held at 3:00 pm (local time) on December 1st, 2025 at the Bluffton, Indiana City Hall in the Council Chamber located at 128 E. Market Street, Bluffton, IN 46714. Bidders are encouraged to attend the Pre-Bid Conference.
CITY OF BLUFFTON, INDIANA
/S/ Scott Mentzer, Mayor
Attest: /S/ Bri Lautzenheiser, Clerk-Treasurer
nb 11/25, 12/2
hspaxlp