Advertisement For Bids
ADVERTISEMENT FOR BIDS
DILLMAN WASTEWATER TREATMENT PLANT
FILTER MEDIA REPLACEMENT
NOTICE IS HEREBY GIVEN THAT THE UTILITIES SERVICE BOARD OF THE CITY OF
BLOOMINGTON, INDIANA WILL RECEIVE SEALED BIDS FOR THE BELOW-DESCRIBED
WORK AT THE LOCATION INDICATED.
Work includes: Removal and replacement of the gravel, sand, and anthracite for the Dillman
Road WWTP effluent gravity filters #1 through #4.
Sealed bids shall be received by the Utilities Department, at 600 E. Miller Drive, Bloomington,
Indiana, 47401, at or before 4:30 pm local time on April 20, 2026. Any bids received after the
designated time will be returned unopened.
Bids will be publicly opened and read aloud at the Utilities Service Board's special meeting
which begins at 4:30 pm local time on April 20, 2026. The meeting will be held at the Utilities
Building Board Room at 600 E. Miller Drive, Bloomington, Indiana, 47401.
Bids will be reviewed, and the award may be made at the May 4, 2026 regular meeting or a
subsequent meeting of the Utilities Service Board.
All Bids must be in accordance with the Bidding Documents on file with the Director of Utilities,
City of Bloomington, 600 E. Miller Drive, Bloomington, Indiana 47401.
The Bidding Documents, including Specifications may be obtained from the Engineer's office,
Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone
(317) 7884551. 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 $50.00. 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 Mandatory Pre-Bid Conference will be held at 1:00 pm (local time) on March 30, 2026 at 100 W
Dillman Road, Bloomington, Indiana, 47403 in the conference room in the Administration
Building. A project related plant tour will be held immediately following the Pre-Bid meeting.
Bidders are encouraged to attend the Pre-Bid Conference and plant tour.
Neither the Owner or Engineer has any responsibility for the accuracy, completeness, or
sufficiency of any bid documents obtained from any other source other than the sources listed
herein. Obtaining these documents from any other source(s) may result in obtaining incomplete
and inaccurate information. Obtaining these documents from any other source other than
directly from the sources listed herein may also result in failure to receive addenda, corrections,
or other revisions to the Bidding Documents that may be issued.
Each Bidder shall file with his or her sealed bid:
(1) A properly executed Non-collusion Affidavit as required by the laws of the State of
Indiana;
(2) A Questionnaire Form 96 of the State Board of Accounts;
(3) A properly executed Responsible Bidder Affidavit
(4) A cashier's check or certified check drawn on an acceptable bank or a Bid bond
equal to five (5) percent of the total amount of bid;
(5) A properly executed Employee Drug Testing Program Affidavit for a public works
project estimated to cost at least $150,000,
(6) A copy of the bidder's written plan for an employee drug testing program to test the
employees of the bidder for drugs.
(7) E-Verify affidavit form;
(8) Certificate of Prequalification with the Indiana Department of Administration (IDOA)
or the Indiana Department of Transportation (INDOT) evidencing Bidder's authority
and qualification to do business in the State of Indiana OR a copy of Bidder's
submitted application for Prequalification to IDOA or INDOT with a submittal date
no later than March 21, 2026;
(9) Living Wage Ordinance certification.
(10) Contract Compliance Requirements certification.
For bids of $100,000.00 or more, the successful bidder shall furnish performance and payment
bonds for one hundred percent (100%) of the contract amount prior to the execution of the
contract, and said bonds shall remain in effect for a period of one (1) year after final acceptance
of the work.
Each Bidder must ensure that to the greatest extent feasible, opportunities for training and
employment should be given to lower income residents of the project area and purchases
and/or contract for work in connection with the project should be awarded to small business
concerns which are located in, or owned in substantial part, by persons residing in the area of
the project.
The City of Bloomington is an equal opportunity employer, and Bidder shall meet all
requirements for equal employment under Title VII of the 1964 Civil Rights Act as amended and
under the Bloomington Human Rights Ordinance, as amended.
Each Bidder for proposals over $10,000.00 shall submit and have approved by the City of
Bloomington Contract Compliance Officer, Anna Holmes his/her written Contract Compliance
Plan at least twenty-four (24) hours prior to the deadline for submission of bid. Bids received
that do not have an approved Contract Compliance Plan may be returned unopened. Each
Bidder must ensure that all employees and applicants for employment are not discriminated
against because of race, religion, color, sex, national origin, ancestry, disability, sexual
orientation, gender identity, veteran status or housing status. All the protected classes must be
included in your Contract Compliance Plan for it to be acceptable. In addition to other
requirements, your plan MUST include a workforce breakdown, an internal grievance
procedure, a non-retaliation statement, designation of a person by name or position who is
responsible for implementation of the Plan, applicability to both applicants and employees,
recruitment of minorities, equal access to training programs, and an explanation of your method
of communicating the operations of your Contract Compliance Plan to employees and
prospective applicants. For Contract Compliance Plan information and approval only, contact
Contract Compliance Officer, Anna Holmes at (812) 349-3429, 8:00 AM to 5:00 PM Monday
through Friday.
In accordance with Indiana Code 4-13-18-5, each Contractor that submits a bid for a public
works project that is estimated to cost $150,000 or more shall submit with his/her bid a written
plan for an employee drug testing program to test the employees of the Contractor and
Subcontractors for drugs.
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.
The Utility Service Board reserves the right to waive any informality and to accept or reject any
or all bids submitted. Bids may be held by the Utility Service Board for a period not-to-exceed
sixty (60) days from the date of the opening of Bids for the purpose of reviewing the Bids and
investigating the qualifications of the Bidders prior to awarding the contract.
March 13, 20 2026
LSBN0477411