ADVERTISEMENT FOR BIDS
2026 WASTEWATER SYSTEM IMPROVEMENTS TOWN OF OTTERBEIN, INDIANA
General Notice
Notice is hereby given that the Town of Otterbein, Indiana, hereinafter referred to as the Owner, will receive sealed bid packets for the construction of the:
2026 WASTEWATER SYSTEM IMPROVEMENTS
Sealed bids will be received by the Town of Otterbein, Indiana, Owner, at the Town of Otterbein Town Hall, 111 South Main St, Otterbein IN, 47970 until 5 pm (local time), on May 7, 2026, and then will be publicly opened and read aloud. All interested citizens are invited to attend and should any citizens require special provisions, such as handicapped modifications or non-English translation personnel, the Town will provide such provisions as long as the request is made by May 1, 2026. Any bids received later than the above time will be returned unopened. No bid may be withdrawn after the scheduled closing time for receipt of bids for at least ninety (90) days. A conditional or qualified bid will not be accepted.
Description of Work
Work for which bids are to be received is for:
Rehabilitation and CIPP Lining of sections of sanitary sewers, manhole rehabilitation, Clarifier number 2 rehabilitation including: replacing the drive mechanism, skimming, and sludge management equipment, designing and constructing an enclosure for the spiral screen structure, concrete pad for screen structure, heat trace system repairs and wear part replacement for the screen/auger, Clarifier 1 and 3 parts replacement, electrical system investigation and improvements at the wastewater treatment plant, variable frequency device installation, additions of control measures and feedback devices at the wastewater treatment plant and other miscellaneous items detailed in the Contract Documents.
The contract award is contingent upon the finalization of required loan/grant documentation with OCRA. Upon the release of funding, it is anticipated that a Notice to Proceed will be issued by May 21, 2026. Upon the issuance of the Notice to Proceed, it will be required to be Substantially Completed within 270 calendar days with Final Completion no later than 300 calendar days.
Pre-bid Meeting
A pre-bid conference for the Project will be held on Wednesday, April 15th at 10:00am (local time) at the Otterbein Town Hall located at 111 S Main Street, Otterbein, IN 47970. All potential bidders are invited to attend.
Bidding Documents
Copies of the Plans, Specifications and Contract Documents may be obtained: from the office of Butler, Fairman and Seufert, 11 South Third Street, Suite 200, Lafayette, IN, 47901, by emailing climiac@bfsengr.com. Copies of the documents are available for examining at the offices of Butler, Fairman and Seufert, 11 South Third Street, Suite 200, Lafayette, IN, 47901; The Town of Otterbein Town Hall, 111 South Main St, Otterbein IN, 47970; Dodge Data and Analytics, 300 American Metro Blvd Ste 185, Hamilton, NJ 08619; BXIndiana Construction Journal, 1028 South Shelby, Indianapolis, Indiana, 46203.
In order to be considered as a Potential Bidder for the project, Bid Documents must be obtained from Butler, Fairman & Seufert, Inc. Potential Bidders will be placed on a list to receive addenda as described. Bid Documents will be made available to bidders through one of the following methods:
• Hard copies may be obtained at the office of the Engineer by remitting $100.00 for each set or,
• Digital files made available by email by remitting $50 for each set from climiac@bfsengr.com. However, email limits must be large enough to accept the contract document file sizes in order to use this method.
Remittances are not refundable. Payment shall be by money order or check and shall be made payable to Butler, Fairman and Seufert, Inc. Plan holders must recognize that they will be notified of each addendum via facsimile or e-mail and will be required to electronically download addendum content via file transfer protocol (FTP) regardless of initial document delivery method chosen. BF&S will distribute electronic copies of the Contract Documents and place potential Bidders on a Plan holders List. Addendums will only be sent to, and Bids will only be accepted by, prospective Bidders that appear on the Plan holders List. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including addenda, if any, obtained from sources other than the Issuing Office.
The work to be performed and the bid to be submitted shall include sufficient and proper sums for all general construction, mechanical installation, labor, materials, permits, licenses, insurance, and so forth incidental 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 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.
Each bid must be in a sealed envelope bearing the title of the Project and the name and address of the Bidder. Each bid shall be properly and completely executed on Bid Forms and in the order as identified and contained in the Contract Documents and Specifications obtainable from the offices as stated above. Each bid shall be accompanied by a completely filled out Form No. 96 (Revised 2013) and acceptable Bid Security. 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 documents section 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 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. The Owner reserves the right to reject any bid, or all bids, or to accept any bid or bids, or to make such combination of bids as may seem desirable, and to waive any and all informalities in bidding. No bid may be withdrawn after the scheduled closing time for receipt of bids for at least ninety (90) days.
Bid Security
Each bid shall be accompanied by an acceptable certified check or acceptable bidder’s bond made payable to The Town of Otterbein in an amount equal to 5% of the highest aggregate bid, 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. A bidder’s bond must be executed by an incorporated surety company in good standing and qualified to do business in the State of Indiana and whose name appears on the current Treasury Department Circular 570.
All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the project throughout.
Bonds
Approved Performance Bond 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 the Contractor at the time of contract execution. The bonds will each 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 date of Substantial Completion.
Indiana & Federal Requirements
Standard Questionnaire Form 96 (latest revision), completely filled out and signed, including attachment of Contractor's Financial Statement as stipulated in Section III.
Award will be made to the low, responsive, responsible bidder. The low, responsive, responsible bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549. A conditional or qualified Bid will not be accepted.
All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the project throughout.
Wage rates on the project shall not be less than the federal wage scale published by the U.S. Department of Labor.
Bidders on this work shall be required to comply with the provisions of the President’s Executive Order No. 14173, as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60 - 4 entitled Construction Contractors - Affirmative Action Requirements. A copy of 41 CFR Part 60 - 4 may be found in the Supplemental General Conditions of the Contract Documents and Specifications.
Construction Contractors – Affirmative Action Requirements-See Executive order 14173 which rescinds 41CFR Part 60-4. Contractors shall focus on merit-based opportunity and ensure adherence to and compliance with Anti-discrimination laws per E.O. 14173.
Bidders shall be aware of the requirements set by the Bipartisan Infrastructure Law of 2021, which mandate that all iron and steel, manufactured products, and construction materials used in a federal project must be produced in the United States. Pursuant to HUD’s Notice, “Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance” (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. 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.
The Bidders attention is also called to the “Minority/Women Owned Business Participation” and “Indiana Veteran Owned Small Business Program” requirements contained in the Project Specifications. The State of Indiana has set a goal of 10% participation for minority and women owned businesses and 3% participation of veteran owned businesses for construction or purchase related contracts for the work.
The Contractor must meet guidelines and practices established by the Indiana Office of Community and Rural Affairs and appropriate federal regulations including: 1) Executive Order 14173, 2) Section 3 of the Housing and Community Development Act of 1968, as amended, 3) Certification of Non-Segregated Facilities, 4) OMB Circular A-102, 5) Title VI of the Civil Rights Act of 1964, 6) Section 504, Rehabilitation Act of 1973, 7) Age Discrimination Act of 1975, 8) Executive Order 12138, 9) Conflict of Interest Clause, 10) Retention and Custodial Requirements for Records Clause, 11) Contractors and Subcontractors Certifications, 12) Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58, 13) OMB’s Memorandum M-24-02; Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, 14) U.S. Housing and Urban Development CPD Notice 23-12; CPD Implementation Guidance for the Build America, Buy America Act’s domestic content procurement preference as part of the Infrastructure Investment and Jobs Act and others that may be appropriate or necessary.
Contract procurement is subject to the federal regulations contained in the OMB Circular A-102, Sections B and O and the State of Indiana requirements contained in IC-36-1-9 and IC-36-1-12.
Any contract(s) awarded under this Advertisement for Bids are expected to be funded in part by a grant from the Department of Housing and Urban Development, as administered by the Indiana Office of Community and Rural Affairs. 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.
Pursuant to Chapter 5, 5-5 of the Labor Standards Administration and Basic Enforcement Handbook 1344.1 Rev 3; “No contract may be awarded to any contractor that is debarred, suspended or otherwise ineligible to participate in Federal or Federally assisted contracts or programs. Any contract awarded to a prime contractor or subcontractor that is found to be ineligible for award must be terminated immediately. Prior to contract award prime contractors are to be actively registered or seeking registration with SAM.gov to determine eligibility/debarment status.
For project or bidding related questions, please contact Christopher Limiac, P.E., Butler, Fairman & Seufert, Inc., at 765-423-5602 or climiac@bfsengr.com.
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.
LAF-4/1,4/8/2026-12197745