Water System Improvements 2024 North English Road Water Main Extension ProjectCity of Dubuque
City Council
Copyrighted
June 16, 2025
ITEMS SET FOR PUBLIC HEARING # 3.
ITEM TITLE: Water System Improvements 2024 North English Road Water
Main Extension project - Initiate Public Bidding and Set the
Public Hearing Date
SUMMARY: City Manager recommending City Council adopt the
resolution granting preliminary approval of the plans,
specifications, form of contract, and estimated cost of
$1,620,000.00 for the Water System Improvements 2024
North English Road Water Main Extension project, set the
public hearing date of July 21, 2025, and hereby authorize
the Water Department to advertise the project for public
bidding.
RESOLUTION To provide for a notice of hearing on
proposed plans, specifications, form of contract and estimate
of cost for the North English Road Water Main Extension
Project, and the taking of bids therefor
SUGGUESTED Receive and File; Adopt Resolution(s), Set Public Hearing for
DISPOSITION: July 21, 2025
ATTACHMENTS:
1. MVM Memo
2. N Cascade Rd to N English Rd WM Extension Set PH Initiate Bidding 6.16.2025
3. N Cascade Rd to N English Rd WM Extension Resolution 6.16.2025
Page 347 of 1053
Dubuque
THE CITY OF
uFA�a9a av
DuBE
13
Masterpiece on the Mississippi zoo�•*o
rP PP 2017202019
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Water System Improvements 2024 North English Road Water Main
Extension project - Initiate Public Bidding and Set the Public Hearing Date
DATE: June 11, 2025
Water Department Director Christopher Lester is recommending City Council adopt the
resolution granting preliminary approval of the plans, specifications, form of contract,
and estimated cost of $1,620,000.00 for the Water System Improvements 2024 North
English Road Water Main Extension project, set the public hearing date of July 21,
2025, and hereby authorize the Water Department to advertise the project for public
bidding.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Mic ael C. Van Milligen
MCVM:sv
Attachment
cc: Crenna Brumwell, City Attorney
Cori Burbach, Assistant City Manager
Christopher Lester, Water Department Director
Jennifer Larson, Chief Financial Officer
Carl Plumley, Water Distribution Supervisor
Page 348 of 1053
Dubuque
THE C
All-Anerin qql
DUUB�QTE n va,
13
Masterpiece On the Mississippi zoa�•o
� PP Zoi7*20*zoi9
TO: Michael C. Van Milligen, City Manager
FROM: Christopher Lester, Water Department Director
DATE: June 10, 2025
SUBJECT: Water System Improvements 2024 North English Road Water Main Extension
project - Initiate Public Bidding and Set the Public Hearing Date
INTRODUCTION
The purpose of this memorandum is to establish the date for the public hearing and to initiate
the public bidding procedure for the Water System Improvements 2024 North English Road
Water Main Extension project.
BACKGROUND
The City of Dubuque's Water Department has identified a phased capital improvement program
to extend and make necessary improvements throughout the community. The improvements are
primarily associated with the water distribution system. These improvements will address water
resiliency, reduce bottlenecks, improve water storage and pumping at key locations throughout
the community to support the existing customer base and prepare the city for increased
demands associated with existing and new customers. The improvements will also assist the
City's need to reduce and better manage dead-end water mains and other areas where the
water age and water quality can suffer due to lack of circulation.
In 2022, Origin Design was awarded the City -Wide Water Distribution System, Storage, and
Pumping Improvements Project and completed the preliminary design identifying five (5) capital
projects.
One of the five projects is the North English Road Water Main Extension project that will bring
water service to a portion of the SW Arterial, starting at Edval Lane and N. Cascade Road, west
along the SW Arterial to North English Road. This project will allow continued extensions,
looping water main along the SW Arterial between USHWY 151/61 to USHWY 20 while also
providing service between pressure zones and increasing water service reliance to the city's
southern and western most customers.
Origin also prepared and assisted the city in securing an Iowa SRF loan for the proposed
improvements, and a Planning and Design Loan.
DISCUSSION
Origin Design has completed the plans and specifications for the installation of a 12-inch water
main extension starting at Edval Lane on N. Cascade Road south to the SW Arterial. At the
Page 349 of 1053
intersection with the SW Arterial, the main will head west to North English Mill Road, turning
north along North English Road for approximately 1,100 feet.
The North English Road water main extension creates a path for a future loop and connection of
Pressure Zone 3 and 4, when in later phases it can extend to English Mill Road and then south
to the English Mill Pump Station.
The scope of work in this phase includes the installation of approximately 4,620 lineal feet of 12
inch water main and 2,180 lineal feet of 16 inch water main and water main appurtenances
along North English Road, Southwest Arterial and North Cascade Road. The project also
includes the installation of directionally drilled 8-inch water main and approximately 110 lineal
feet of 30-inch steel casing, and includes various surface restorations including HMA, PCC,
granular surfacing and seeding.
This project has been awarded funds from the Iowa State Revolving Fund (SRF) program
The scope of work and bidding documents have been finalized and are now ready to be
advertised for bidding.
PROJECT SCHEDULE
The schedule for the project is as follows:
Council Initiate June 16, 2025
Advertise for Bids and Publish the Public Hearing Notice June 18, 2025
Public Hearing July 21, 2025
Receipt of Bid Proposals July 24, 2025
Award Construction Contract August 4, 2025
Substantial/Operational Completion Date December 12, 2025
Final Project Completion Date May 1, 2026
BUDGET IMPACT
The total project funds identified in the SRF UP for all five projects included in the City -
Wide Water Distribution System, Storage, and Pumping Improvements Project is
$17,450,000.
Each of the projects are part of a comprehensive City-wide initiative to extend water
service in and around the SW Arterial area and are programmed in the capital program as
individual projects and funded across several fiscal years.
The estimate of probable cost for the Water System Improvements 2024 North English Road
Water Main Extension project is summarized as follows:
Description
Estimate
Construction Contract
$1,620,000
Contingency
$162,000
Total Project Cost
$1,7822000
The funding summary is:
2
Page 350 of 1053
CIP
Funding Source
Amount
4281000048
State of Iowa Revolving Fund
$1,782,000
Total Project Funding
ILI&=000
ACTION TO BE TAKEN
I respectfully request that the City Council adopt the resolution granting preliminary approval of
the plans, specifications, form of contract, and estimated cost for the Water System
Improvements 2024 North English Road Water Main Extension project, set the public hearing
date of July 21, 2025, and hereby authorize the Water Department to advertise the project for
public bidding.
cc: Jennifer Larson, Chief Financial Officer
Carl Plumley, Water Distribution Supervisor
3
Page 351 of 1053
DORSEY
DORSEV i WHITNEY LLP
June 9, 2025
VIA EMAIL
Jenny Larson
Chief Financial Officer
Dubuque, Iowa
Re: North English Road Water Main Extension Project
Our File No. 430411
Dear Jenny:
We have prepared and attach the necessary proceedings to enable the City Council to act at the
June 16, 2025, meeting to set a date, time and place for the hearing and letting for the North English
Road Water Main Extension Project.
The materials attached include the following items:
1. Resolution setting the dates for the hearing and letting; approving the form of notice of
hearing (the "Notice of Hearing") on proposed plans, specifications, proposed form of contract and
estimated cost (the "Contract Documents") set forth in Exhibit A; and approving the form of notice to
bidders (the "Notice to Bidders") set forth in Exhibit B.
2. Attestation Certificate attesting to the validity of the transcript.
3. Publication Certificate covering publication of the Notice of Hearing, to which the
publisher's affidavit of publication, together with a clipping of the notice as published, should be
attached.
The Notice of Hearing must be published at least once, not less than four (4) and not more than
twenty (201days prior to the date of the said hearing in a legal newspaper of general circulation in the
City. The last date on which this notice can be effectively published is July 17, 2025. As soon as the
notice appears in the newspaper, please email a copy to lemke.susan@dorsey.com.
4. Posting Certificates covering the posting of the Notice to Bidders in the three places
designated by Section 26.3 of the Code of Iowa, to which an affidavit of posting, together with a proof
of the Notice to Bidders as posted, should be attached.
The Notice to Bidders must be posted in each of the following three places:
(i) in a relevant contractor plan room service with a statewide circulation;
(ii) in a relevant construction lead generating service with a statewide circulation; and
(iii) on an internet site sponsored by either the City or a statewide association that represents
the City (i.e. the Iowa League of Cities).
8o3. Grand Avenue I Suite 4i00 I Des Moines, IA 150309-8002 IT 53-5.283.3-000 I dorsey.com
Page 352 of 1053
C :�) OORSEY
The Notice to Bidders must be posted not less than thirteen (13) and not more than foLty five
45 days prior to the date designated for receiving bids. The last date on which this notice can be
effectivelypostedis July 11, 2025. The Notice to Bidders should be provided to the Construction
Update Network by no later than July 10, 2025.
It is our understanding that, in order to meet the requirement of items (i) and (ii) in the
paragraph above, the Project Engineers and/or the Engineering Technician will arrange for the Notice
to Bidders to be posted on the Construction Update Network hosted by the Master Builders of Iowa.
Further, it is our understanding that to comply with item (iii) in the paragraph above, the Project
Engineers and/or the Engineering Technician will arrange for the Notice to Bidders to be posted on the
City's website.
Please return one fully executed copy of these proceedings to our office.
If you have any questions, please contact Emily Hammond or me.
Best regards,
David D. Grossklaus
John P. Danos
Attachments
cc: Christopher Lester
Crenna Brumwell
Adrienne Breitfelder
Origin Design
DORSEY & WHITNEY LLP
Page 353 of 1053
Dubuque / 430411 / NHL (North English Rd)
PROCEEDINGS TO SET DATE FOR
HEARING AND LETTING
430411 (NHL)
Dubuque, Iowa
June 16, 2025
The City Council of the City of Dubuque, Iowa, met on June 16, 2025, at 6:30 p.m., at the
Historic Federal Building, 350 W. 61h St, Second Floor Council Chambers, Dubuque, Iowa.
The Mayor presided and the roll being called, the following named Council Members were
present and absent:
Present: ff�yor CaVMC\Lk (Om(l f ctn[-erS IyAcr, Rc,5n,J, Rassdl sprM'\l, kiCi CJ
Absent: Cou✓+d f �'Ifrll)Cr Ton c S
• • Other Business- -
MOTION TO APPROVE RESOLUTION
The City Council took up and considered I
he proposed North English Road Water Main
Extension Project. Council Member b)e.�'. introduced the resolution next
hereinafter set out and moved its adoption, seconded by Council Member .5proxrl k
After due consideration thereof by the Council, the Mayor put the question upon the adoption of
the said resolution and the roll being called, the following named Council Members voted:
Ayes: Wei 01 coao`nc).9n, �-ussd RESIN-J", Fr`r6/ S
Nays:
Whereupon, the Mayor declared the motion duly carried and the resolution adopted, as
follows:
-1
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Dubuque / 430411 / NHL (North English Rd)
RESOLUTION NO. 221-25
Resolution to provide for a notice of hearing on proposed plans, specifications,
form of contract and estimate of cost for the North English Road Water Main
Extension Project, and the taking of bids therefor
WHEREAS, it has been proposed that the City Council of the City of Dubuque, Iowa (the
"City"), undertake the authorization of a public improvement to be constructed as described in the
proposed plans and specifications and form of contract prepared by Origin Design Co. (the "Project
Engineers"), in consultation with the City's engineering technician (the "Engineering
Technician"), which may be hereafter referred to as the "North English Road Water Main
Extension Project" (and is sometimes hereinafter referred to as the "Project"), which proposed
plans, specifications, notice of hearing and letting, and form of contract and estimate of cost (the
"Contract Documents") are on file with the City Clerk; and
WHEREAS, it is necessary to fix a time and place of a public hearing on the Contract
Documents and to advertise for sealed bids for the Project;
NOW, THEREFORE, Be It Resolved by the City Council (the "Council") of the City of
Dubuque, Iowa, as follows:
Section 1. The Contract Documents referred to in the preamble hereof are hereby
approved in their preliminary form.
Section 2. The Project is hereby determined to be necessary and desirable for the City,
and, furthermore, it is hereby found to be in the best interests of the City to proceed toward the
construction of the Project.
Section 3. July 21, 2025, at 6:30 p.m., at the Historic Federal Building, 350 W. Oh St,
Second Floor Council Chambers, Dubuque, Iowa, is hereby fixed as the time and place of hearing
on the Contract Documents.
Section 4. The City Clerk is hereby authorized and directed to publish notice (the
"Notice of Hearing") of the hearing on the Contract Documents for the Project in a newspaper of
general circulation in the City, which publication shall be made at least once, not less than four (4)
and not more than twenty (20) days prior to the date of the said hearing. The Notice of Hearing
shall be in substantially the form as attached hereto as Exhibit A, with such conforming changes
as approved by the appropriate City staff.
Section 5. The City Council hereby delegates to the City Clerk the duty of receiving
bids for the construction of the Project before 2:00 p.m., on July 24, 2025, in the office of the City
Clerk, City Hall -First Floor, 50 West 13th St, Dubuque, Iowa. At such time and at the City Hall -
Conference Room A, 50 West 13th St, Dubuque, Iowa, the City Council hereby delegates to the
City Clerk, the Engineering Technician and/or the Project Engineers the duty of opening and
announcing the results of the bids received. August 4, 2025, at 6:30 p.m., at the Historic Federal
Building, 350 W. 61h St, Second Floor Council Chambers, in the City, is hereby fixed as the time
and place that the Council will consider the bids received in connection therewith.
-2
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Dubuque / 430411 / NHL (North English Rd)
Section 6. The amount of the bid security to accompany each bid is hereby fixed at
10% of the total amount of the bid.
Section 7. The City Clerk, the Engineering Technician and/or the Project Engineers
are hereby directed to give notice of the bid letting for the Project by posting notice (the "Notice
to Bidders") at least once, not less than thirteen (13) and not more than forty-five (45) days prior
to the date set for receipt of bids, in each of the following three places: (i) in a relevant contractor
plan room service with statewide circulation; (ii) in a relevant construction lead generating service
with statewide circulation; and (iii) on an internet site sponsored by either the City or a statewide
association that represents the City. The Notice to Bidders shall be in substantially the form as
attached hereto as Exhibit A, with such conforming changes as approved by the appropriate City
staff.
Section 8. All provisions set out in the attached forms of notice are hereby recognized
and prescribed by the City Council and all resolutions or orders or parts thereof, to the extent the
same may be in conflict herewith, are hereby repealed.
Passed and approved June 16, 2025.
Mayor
Attest:
City Clerk
- - Other Business- -
On motion and vote, the meeting adjourned.
Attest:
ix /10—
City Clerk
-3
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Dubuque / 430411 / NHL (Old Mill Phase II)
EXHIBIT A
Form of Notice of Hearing
NOTICE OF PUBLIC HEARING ON PROPOSED PLANS AND
SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR
THE NORTH ENGLISH ROAD WATER MAIN EXTENSION PROJECT
Notice Is Hereby Given: That on July 21, 2025, at 6:30 p.m., at the Historic Federal Building,
350 W. 6th St, Second Floor Council Chambers, Dubuque, Iowa, the City Council of the City of
Dubuque, Iowa will hold a public hearing on the proposed plans and specifications, form of contract
and estimate of cost (the "Contract Documents") for the proposed North English Road Water Main
Extension Project (the "Project").
The Project generally consists of the installation of approximately 4,620 lineal feet of 12-inch
water main and 2,180 lineal feet of 16-inch water main and water main appurtenances along North
English Road, Southwest Arterial and North Cascade Road. The Project also includes the installation
of directionally drilled 8-inch water main and approximately 110 lineal feet of 30 inch steel casing.
The Project also includes various surface restoration including HMA, PCC, granular surfacing and
seeding.
A copy of the proposed Contract Documents, including detailed information regarding the
Project location, is on file for public inspection in the office of the City Clerk.
At the hearing any interested person may file written objections or present oral comments with
respect to the subject matter of the hearing.
Adrienne Breitfelder
City Clerk
-4-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Page 357 of 1053
Dubuque / 430411 / NHL (Old Mill Phase II)
EXHIBIT B
Form of Notice to Bidders
NOTICE TO BIDDERS
SECTION 00120
CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT
Water Systems Improvements 2024
North English Road Water Main Extension
120.1 Time and Place for Filing Sealed Proposals
Sealed Bids for the work comprising each improvement as stated below must be filed
before 2:00 p.m. on July 24, 2025, in the Office of the City Clerk, City Hall - First Floor,
50 West 13t" Street, Dubuque, Iowa.
120.2 Time and Placed Sealed Proposals Will be Opened and Considered
Sealed proposals will be opened and Bids tabulated at 2:00 p.m. on July 24, 2025,
at City Hall - Conference Room A, 50 West 13t" Street, Dubuque, Iowa, for
consideration by the City Council at its meeting at 6:30 p.m. on August 4, 2025, in the
Historic Federal Building Council Chambers (and/or by virtual means), 350 West 6tn
Street, Dubuque, Iowa. The City of Dubuque, Iowa, reserves the right to reject any
and all Bids.
120.3 Time for Commencement and Completion of Work
Work on the Project must be commenced within ten (10) calendar days after the
Notice to Proceed has been issued with Substantial Completion for water main to be
installed and operational by December 12, 2025, and a Final Completion for final
surface restoration completion by May 1, 2026.
120.4 Bid Security
Each Bidder must accompany its Bid with a Bid security as security that the
successful Bidder will enter into a contract for the work Bid upon and will furnish after
the award of contract a corporate surety Bond, acceptable to the governmental entity,
for the faithful performance of the contract, in an amount equal to one hundred
percent of the amount of the contract. The Bid security must be in the amount of ten
percent (10%) of the amount of the contract and must be in the form of a cashier's
check or certified check drawn on a state -chartered or federally chartered bank, or a
certified share draft drawn on a state -chartered or federally chartered credit union, or
the Bidder may provide a Bid Bond with corporate surety satisfactory to the
governmental entity. The Bid Bond must contain no conditions except as provided in
this section.
-5-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Page 358 of 1053
Dubuque / 430411 / NHL (Old Mill Phase II)
120.5 Contract Documents
To obtain copies of the Contract Documents and Plans prepared by Origin Design
Co. click on the "bids" tab on the Origin Design website at https://origindesign.com/.
A paper set of the Contract Documents and Plans is available for viewing at the City
Clerk's office.
120.6 Preference for Iowa Products and Labor
By virtue of statutory authority, preference will be given to products and provisions
grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the
extent lawfully required under Iowa statutes.
120.7 Sales Tax
The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption
certificate will be available for all material purchased in Iowa for incorporation into the
Project.
120.8 General Nature of Public Improvement Project
Water Systems Improvements 2024
North English Road Water Main Extension
City Project #4281000058
The extent of the work involved consists of the installation of approximately 4,620
lineal feet of 12 inch water main and 2,180 lineal feet of 16 inch water main and water
main appurtenances along North English Road, Southwest Arterial and North
Cascade Road. The project also includes the installation of directionally drilled 8 inch
water main and approximately 110 lineal feet of 30 inch steel casing. The project also
includes various surface restoration including HMA, PCC, granular surfacing and
seeding.
Bid Estimated Total Cost = $1,620,000.00
120.9 Pre -Bid Construction Conference
No pre -bid conference will be held.
120.10 Fundinq Requirements
This project has been awarded funds from the Iowa State Revolving Fund (SRF)
program. Any bidder or equipment supplier whose firm or affiliate is listed on the U.S.
General Services Administration Excluded Parties List System website will be
prohibited from the bidding process. Anyone submitting a bid who is listed on this
website will be determined to be a nonresponsive bidder in accordance with 40 CFR
Part 31. Contractors shall fully comply with the requirements, terms and conditions
of the Disadvantaged Business Enterprise (DBE) requirements. American Iron and
Steel (AIS) provisions apply to this project. Iron and steel products for this project
must be produced in the United States in accordance with the H.R. 3547 -
Consolidated Appropriations Act 2014. SRF requirements are included in the Special
-6-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Page 359 of 1053
Dubuque / 430411 / NHL (Old Mill Phase II)
Provisions section of the specifications. SRF certification forms required to be signed
and submitted with the Bid are included in the bid packet.
Davis -Bacon prevailing wage rates will apply to this Project and are included in the
Special Provisions section of the specifications.
120.11 Title VI — Non -Discrimination Clause
The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78
Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations,
Department of Transportation, Subtitle A, Office of the Secretary, Part 21,
Nondiscrimination in Federally assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifies all bidders that it will
affirmatively insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, national origin, sex, age, or disability in consideration for an award.
120.11 Notice to Bidders Distribution
On the following date, June 18, 2025, this Notice will be posted at the following locations:
1. Master Builders/Construction Update Network
2. The City of Dubuque website
-7-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Page 360 of 1053
Dubuque / 430411 / NHL (Old Mill Phase 11)
ATTESTATION CERTIFICATE:
STATE OF IOWA
COUNTY OF DUBUQUE SS:
CITY OF DUBUQUE
I, the undersigned, City Clerk of the City of Dubuque, Iowa, do hereby certify that the
transcript hereto attached is a true, correct and complete copy of all the records of the City relating to
fixing a time and place of hearing on the proposed plans, specifications and form of contract, and
estimated cost for the construction of the North English Road Water Main Extension Project and
directing publication of a Notice of Hearing announcing the time and place fixed therefor; and fixing
a time and place for the taking of bids for the construction of the Project and directing posting of a
Notice to Bidders announcing the time and place fixed therefor.
WITNESS MY HAND this 17 ;lday of 71.111 r 2025.
4�� h*p�
City Clerk
-8-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
Dubuque / 430411 / NHL (Old Mill Phase 11)
NOTICE OF HEARING PUBLICATION CERTIFICATE:
STATE OF IOWA
COUNTY OF DUBUQUE SS:
CITY OF DUBUQUE
I, the undersigned, City Clerk of the City of Dubuque, Iowa, do hereby certify that pursuant
to the resolution of the City Council fixing a date of hearing on the proposed plans and specifications,
form of contract and estimated cost for the North English Road Water Main Extension Project, the
Notice of Hearing, of which the printed slip attached to the publisher's affidavit hereto attached is a
true and complete copy, was published on the date and in the newspaper specified in such affidavit,
which newspaper has a general circulation in the City.
WITNESS MY HAND this — day of ) (I/ , 2025.
City Clerk
(Attach here publisher's affidavit of publication of the Notice of Hearing.)
(PLEASE NOTE: Do not date and return this certificate until you have received the publisher's
affidavit and have verified that the Notice of Hearing was published on the date indicated in the
affidavit, but please return all other completed pages to us as soon as they are available.)
-9-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
STATE OF IOWA SS:
DUBUQUE COUNTY
CERTIFICATE OF PUBLICATION
I, Kathy Goetzinger, a Billing Clerk for Woodward
Communications, Inc., an Iowa corporation, publisher
of the Telegraph Herald, a newspaper of general
circulation published in the City of Dubuque, County
of Dubuque and State of Iowa; hereby certify that the
attached notice was published in said newspaper on the
following dates:
07/11/2025
and for which the charge is 28.62
Sub cribed to before me, Notary Publ' ' and for
Dubuque County, Iowa,
this 11 th day of July, 2025
C�M"'&!� :K e4��-
Notary P b 'c in and for Dubuque County, Iowa.
JANET K. PAPE
i r Commission Number 199659
My Commission Expires
gown` 12/11/2025
Ad text
CITY OF DUBUQUE
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING ON PROPOSED PLANS AND SPECIFICATIONS,
FORM OF CONTRACT AND ESTIMATE OF COST FOR THE NORTH ENGLISH
ROAD WATER MAIN EXTENSION PROJECT
Notice Is Hereby Given: That on July 21, 2025, at 6:30
p.m., at the Historic Federal Building, 350 W. 6th St, Second
Floor Council Chambers, Dubuque, Iowa, the City Council of the
City of Dubuque, Iowa will hold a public hearing on the
proposed plans and specifications, form of contract and
estimate of cost (the ?Contract Documents?) for the proposed
North English Road Water Main Extension Project (the
?Project?).
The Project generally consists of the installation of
approximately 4,620 lineal feet of 12-inch water main and
2,180 lineal feet of 16-inch water main and water main
appurtenances along North English Road, Southwest Arterial and
North Cascade Road. The Project also includes the
installation of directionally drilled 8-inch water main and
approximately 110 lineal feet of 30 inch steel casing. The
Project also includes various surface restoration including
HMA, PCC, granular surfacing and seeding.
A copy of the proposed Contract Documents, including
detailed information regarding the Project location, is on
file for public inspection in the office of the City Clerk.
At the hearing any interested person may file written
objections or present oral comments with respect to the
subject matter of the hearing.
Adrienne Breitfelder
City Clerk
It 7/11
Dubuque / 430411 / NHL (Old Mill Phase 11)
NOTICE TO BIDDERS POSTING CERTIFICATE — CONTRACTOR PLAN ROOM/LEAD
GENERATING SERVICE:
STATE OF IOWA
COUNTY OF DUBUQUE SS:
CITY OF DUBUQUE
I, the undersigned, City Clerk of the City of Dubuque, Iowa, do hereby certify that pursuant
to the resolution of the City Council setting the date of the bid letting for the North English Road
Water Main Extension Project, the Notice to Bidders, of which the printed slip attached to the affidavit
hereto attached is a true and complete copy, was posted on the date and in the relevant contractor plan
room service/construction lead generating service specified in such affidavit, which contractor plan
room service/construction lead generating service has a statewide circulation.
WITNESS MY HAND this I U day of �U , 2025.
City Clerk
(Attach here the affidavit of posting of the Notice to Bidders from the contractor plan room
service/construction lead generating service.)
(PLEASE NOTE: Do not date and return this certificate until you have received the affidavit
of posting from the contractor plan room service/construction lead generating service and have
verified that the Notice to Bidders was posted on the date indicated in the affidavit, but please
return all other completed pages to us as soon as they are available.)
-10-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
1
Robin Walter
From:Cindy Adams <CAdams@mbi.build>
Sent:Wednesday, June 18, 2025 7:46 AM
To:Robin Walter
Subject:Certificate for Notice to Bidders
Attachments:06.18.25 Notice To Bidders.pdf
Certificate
The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network (“CU
Network”) is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of
business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter
mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU
Network and by full authority from the Executive Board, he caused a
NOTICE TO BIDDERS
Dubuque – Water Systems Improvements 2024 (North English Road Water Main Extension)
A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network
Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating
service with statewide circulation, on the following date(s):
June 18, 2025
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
June 18, 2025
Date President/CEO of The Construction Update Plan Room Network
Effective May 27th our new summer office hours will be 7:30 AM – 4:00 PM
Daily Notice to Bidders
The Project Source
Master Builders of Iowa
This report is brought to you through an exclusive partnership
between ConstructConnect and the Master Builders of Iowa.
N-1
J:\24-WS-0636\04-Design\1_Bid Documents\Detailed Specifications\2-Notice 24-WS-0636.doc
NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND
ESTIMATE OF COST FOR CERRO GORDO STREET STORM SEWER IMPROVEMENTS AND N
12TH STREET STORM SEWER EXTENSION FOR THE CITY OF ACKLEY, IOWA; AND NOTICE
TO CONTRACTORS OF THE RECEIVING OF BIDS FOR THE CONSTRUCTION OF SAID
IMPROVEMENTS.
Notice of Public Hearing and Letting for this Construction in and for the City of Ackley, Iowa.
NOTICE IS HEREBY GIVEN:
Sealed bids will be received by the City of Ackley, Iowa, at Clapsaddle-Garber & Associates; 739
Park Avenue; Ackley, Iowa; 50601 until Noon, on the 9th day of July, 2025 for the above stated
project as described in detail in the plans and specifications now on file in the office of the City
Clerk. Bids received will be opened and tabulated in City Hall by the City Clerk and Project Engineer at
1:00 PM on the 9th day of July, 2025 at Ackley City Hall. The proposals will be presented to the City
Council and considered at its meeting to be held at 6:00 PM on the 9th day of July, 2025, or at such later
time and place as may then be fixed.
The City Council of Ackley, Iowa, will hold a public hearing on the proposed plans, specifications, form
of contract and estimate of cost for the construction of said improvements in accordance with the
provisions of Chapter 384, Code of Iowa, at 6:00 PM, on the 9th day of July, 2025, at City Hall in Ackley,
Iowa. At said hearing any interested person may appear and file objections to the project and cost thereof.
This project includes installation of approximately 1,066 feet of 42” and 24” storm sewer, 2
manholes, approximately 1,000 Sy HMA paving, approximately 2,900 Cy topsoil salvage and
respread, approximately 2,500 Cy furnished borrow removals, fittings, and other related work
necessary to complete this project. This work is shown in detail on the construction plans and
specifications on file with the City Clerk.
All bids must be filed on or before the Noon deadline previously stated. All bids shall be made on forms
furnished by the City and must be enclosed in a separate sealed envelope and plainly identified. Each
proposal shall be accompanied by a bid bond, cashier’s or certified check, or a credit union certified share
draft, in a separate sealed envelope in an amount equal to ten percent (10%) of the total amount of the
proposal. The certified or cashier’s check shall be drawn on a bank in Iowa or a bank chartered under the
laws of the United States or said certified share draft should be drawn on a credit union in Iowa or
chartered under the laws of the United States; and such check or share draft shall be made payable to the
City Clerk, City of Ackley, Iowa, as a security that if awarded a contract, the Bidder will enter into a
contract at the prices bid and furnish the required performance and payment bond and certificate of
insurance. The certified or cashier’s check or certified share draft may be cashed, or the bid bond
redeemed, if the Contractor fails to enter into a contract, or fails to provide a certificate of insurance
within ten (10) days after the acceptance of his proposal by resolution of Council. No bidder may
withdraw a bid within sixty (60) days after the date set for opening bids.
The City reserves the right to reject any and all bids, to waive informalities and technicalities. The
Council reserves the right to defer acceptance of any proposal for a period not to exceed sixty (60)
calendar days after the date bids are to be received. If awarded, one (1) contract will be awarded to the
lowest responsible, responsive bidder for base bid or alternate bid for Division 1 and Division 2 along
with any add alternates thereto based on the amount of work and type of materials selected by the City.
Liquidated damages in the amount of $500.00 per calendar day will be assessed for each day that work
remains uncompleted after the deadline set below. Contractor shall begin work within ten days of the
N-2
J:\24-WS-0636\04-Design\1_Bid Documents\Detailed Specifications\2-Notice 24-WS-0636.doc
Owner’s Notice to Proceed, and work shall proceed continuously until completed. Work must be
completed by June 1, 2026.
The successful bidder shall furnish a Performance Bond in an amount equal to one hundred percent
(100%) of the contract price, said bond to be issued by a responsible surety and shall guarantee the
faithful performance of the contract and the terms and conditions therein contained and shall guarantee
the prompt payment for all materials and labor and protect and save harmless the City from claims and
damages of any kind caused by the operation of the Contractor. In addition, the bond shall guarantee
against defects in materials or workmanship for a period of two years after completion and acceptance by
the City.
By virtue of statutory authority, preference will be given to products and provisions grown and coal
produced within the State of Iowa and to Iowa domestic labor to the extent lawfully required under Iowa
statues.
Payments will be made to the Contractor based on monthly estimates in amounts equal to ninety-seven
percent (97%) of the contract value of the work completed, including materials and equipment delivered
to the job site and installed during the preceding calendar month, and will be based upon an estimate
prepared on the twenty-eighth (28th) day of each month by the Contractor, subject to the approval of the
Engineer. Such monthly payment will in no way be construed as an act of acceptance for any part of the
work partially or totally completed. The balance of the three percent (3%) due the Contractor will be paid
not earlier than thirty-one (31) days from the date of final acceptance of said work by the City, subject to
the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa, as amended.
No such partial or final payment will be due until the Contractor has certified to the City Clerk that the
materials, labor, and services involved in each estimate have been paid for in accordance with the
requirements stated in the specifications. Payments shall be made in cash from funds on hand; money
from the sale of Bonds; or other monies which can be legally used for this work.
Plans and specifications governing the construction of the proposed improvements have been prepared by
CGA, 739 Park Avenue, Ackley Iowa; phone 641-847-3273. Copies of the plans and specifications for
this project can be downloaded at no charge from www.cgaplanroom.com or a printed copy can be
obtained by contacting Beeline + Blue at 2507 Ingersoll Ave., Des Moines, IA 50312 or by phone at 515-
244-1611. A $50 refundable deposit is required for all printed plan sets and specifications. The fee is
REFUNDABLE, provided the following conditions are met: 1) The plans and specifications are returned
complete and in good usable condition and 2) they are returned to the above address within fourteen (14)
calendar days after the award of the project.
Published upon order of the City Council of Ackley, Iowa.
Malena Dennis, City Clerk
ADVERTISEMENT FOR BIDS
BID #25-100
2025 Residential Alley Program
(Kirkwood Blvd. to Mississippi Ave
City of Davenport, Iowa
FOR THE BID #25-100 2025 Residential Alley Program (Kirkwood Blvd. to Mississippi Ave.) AND WORK
INCIDENTAL THERETO IN AND FOR THE CITY OF DAVENPORT, IOWA:
Sealed bids will be received by the City of Davenport, via the electronic submission system,
https://davenport.ionwave.net until July 8, 2025 @ 3:00 PM CT, for the related work as described in the
specifications and contract documents, now on file. Bids may be acted upon by the City Council at a
subsequent meeting.
Contractors and subcontractors on this project will undergo a standardized evaluation upon completion of the
work. The results of this evaluation may influence the determination of the contractor’s eligibility to bid on
future projects as governed by the purchasing policies and city code of the City of Davenport.
A. The proposed work includes all labor, materials, tools, supplies, utilit y and transportation services,
equipment and all incidentals necessary for the Bid ##25-100 2025 Residential Alley Program
(Kirkwood Blvd. to Mississippi Ave.)
B. All work shall be done in strict compliance with the plans and specifications prepared by City
Staff. Copies of plans and specifications may be obtained from the City of Davenport’s electronic bid
submission system, https://davenport.ionwave.net.
C. Each bid shall be submitted in the electronic bid system no later than July 8, 2025 @ 3:00 PM CT.
You must be registered as a supplier in the system to submit a bid. This is a one -time, no-fee
registration. We encourage you to start building your bid early with the required attachments. The
system will save your work. The system will not accept late bids. No paper, faxed, or emailed bids
will be accepted.
D. Prices in bid should be free of all sales taxes. Pursuant to Iowa Code sections 422.42 (15) & (16),
the awarded contractor will be issued a tax exemption certificate to purchase construction materials
(within the state of Iowa) that will be incorporated into real property for this project tax free.
E. For all bids over $100,000, the City of Davenport requires a Bid Bond of 5% of the bid amount. A
copy of the front page of the bid bond must be attached in the “Response Attachments” tab of the
bid package. Bids over $100,000, submitted without a bid bond will not be considered.
F. For awarded bids over $100,000, the awarded contractor will be required to furnish a Performance
Bond in an amount equal to one hundred percent (100%) of the Contract amount, and said bond to
be issued by a responsible surety approved by the City and shall guarantee the faithful performance
of the Contract and the terms and conditions therein contained.
G. Working Days – It is expected that the site will be available by August 1, 2025. The Engineer will inform
the Contractor of any delay and if possible, the duration of the delay. The Contractor may commence
work, weather and specifications permitting, any time after execution of the contract, after receipt of the
Notice to Proceed, and on or after the approximate start date provided the site is available. The
Contractor shall complete all work, including final cleanup and removal of all equipment for the bid within
35 Working Days.
H. Liquidated Damages - Liquidated damages shall be $1000.00 per day
I. Manufacturer’s written warranties and guarantees shall also be required from the awarded bidder.
J. Bidders must include with the bid submittal a Certificate of Insurance for General Liability,
Workers Compensation, and Vehicle insurance coverages. The limits of the policies shall be as
specified in the “General Contract Conditions”, which may be obtained from the City’s website
(www.cityofdavenportiowa.com).
K. Specifications and contract documents governing the proposed improvements and proceedings of
the City Council referring to this proposed improvement are hereby made part of this notice and
a proposed contract shall be executed in compliance with the “Instructions to Bidders” and with
the “General Contract Conditions”.
L. Payments to the contractor for such improvement will be made monthly in warrants as specified in
the “General Contract Conditions” by virtue of the statutory authority, preference will be given to
products and provisions grown and coal produced within the State of Iowa and as specified in the
“General Conditions”.
M. The City reserves the right to reject any or all bids and to waive technicalities and irregularities, if it is
deemed in the public interest to do so.
N. Attention is called to the fact that the contractor must ensure that employees and applicants for
employment are not discriminated against because of race, color, creed, religion, sex, gender identity
or expression, national origin or ancestry, sexual orientation, age, marital status, familial status,
physical or mental disabilities or political beliefs and affiliations.
O. Potential prime contractors are encouraged to contact DBE sub-contractors. For a listing of certified
DBE contractors, visit the State of Iowa's website at https://www.iowadot.gov .
NOTICE TO BIDDERS
SECTION 00120
CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT
Water Systems Improvements 2024
North English Road Water Main Extension
120.1 Time and Place for Filing Sealed Proposals
Sealed Bids for the work comprising each improvement as stated below must be filed
before 2:00 p.m. on July 24, 2025, in the Office of the City Clerk, City Hall - First Floor, 50
West 13th Street, Dubuque, Iowa.
120.2 Time and Placed Sealed Proposals Will be Opened and Considered
Sealed proposals will be opened and Bids tabulated at 2:00 p.m. on July 24, 2025, at City
Hall - Conference Room A, 50 West 13th Street, Dubuque, Iowa, for consideration by the
City Council at its meeting at 6:30 p.m. on August 4, 2025, in the Historic Federal Building
Council Chambers (and/or by virtual means), 350 West 6th Street, Dubuque, Iowa. The
City of Dubuque, Iowa, reserves the right to reject any and all Bids.
120.3 Time for Commencement and Completion of Work
Work on the Project must be commenced within ten (10) calendar days after the Notice to
Proceed has been issued with Substantial Completion for water main to be installed and
operational by December 12, 2025, and a Final Completion for final surface restoration
completion by May 1, 2026.
120.4 Bid Security
Each Bidder must accompany its Bid with a Bid security as security that the successful
Bidder will enter into a contract for the work Bid upon and will furnish after the award of
contract a corporate surety Bond, acceptable to the governmental entity, for the faithful
performance of the contract, in an amount equal to one hundred percent of the amount of
the contract. The Bid security must be in the amount of ten percent (10%) of the amount of
the contract and must be in the form of a cashier’s check or certified check drawn on a
state-chartered or federally chartered bank, or a certified share draft drawn on a state -
chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with
corporate surety satisfactory to the governmental entity. The Bid Bond must contain no
conditions except as provided in this section.
120.5 Contract Documents
To obtain copies of the Contract Documents and Plans prepared by Origin Design Co. click
on the “bids” tab on the Origin Design website at https://origindesign.com/. A paper set of
the Contract Documents and Plans is available for viewing at the City Clerk’s office.
120.6 Preference for Iowa Products and Labor
By virtue of statutory authority, preference will be given to products and provisions grown
and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent
lawfully required under Iowa statutes.
120.7 Sales Tax
The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption
certificate will be available for all material purchased in Iowa for incorporation into the
Project.
120.8 General Nature of Public Improvement Project
Water Systems Improvements 2024
North English Road Water Main Extension
City Project #4281000058
The extent of the work involved consists of the installation of approximately 4,620 lineal
feet of 12 inch water main and 2,180 lineal feet of 16 inch water main and water main
appurtenances along North English Road, Southwest Arterial and North Cascade Road.
The project also includes the installation of directionally drilled 8 inch water main and
approximately 110 lineal feet of 30 inch steel casing. The project also includes various
surface restoration including HMA, PCC, granular surfacing and seeding.
Bid Estimated Total Cost = $1,620,000.00
120.9 Pre-Bid Construction Conference
No pre-bid conference will be held.
120.10 Funding Requirements
This project has been awarded funds from the Iowa State Revolving Fund (SRF) program.
Any bidder or equipment supplier whose firm or affiliate is listed on the U.S. General
Services Administration Excluded Parties List System website will be prohibited from the
bidding process. Anyone submitting a bid who is listed on this website will be determined
to be a nonresponsive bidder in accordance with 40 CFR Part 31. Contractors shall fully
comply with the requirements, terms and conditions of the Disadvantaged Business
Enterprise (DBE) requirements. American Iron and Steel (AIS) provisions apply to this
project. Iron and steel products for this project must be produced in the United States in
accordance with the H.R. 3547 - Consolidated Appropriations Act 2014. SRF requirements
are included in the Special Provisions section of the specifications. SRF certification forms
required to be signed and submitted with the Bid are included in the bid packet.
Davis-Bacon prevailing wage rates will apply to this Project and are included in the Special
Provisions section of the specifications.
120.11 Title VI – Non-Discrimination Clause
The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat.
252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally
assisted programs of the Department of Transportation issued pursuant to such Act,
hereby notifies all bidders that it will affirmatively insure that in any contract entered into
pursuant to this advertisement, minority business enterprises will be afforded full
opportunity to submit bids in response to this invitation and will not be discriminated against
on the grounds of race, color, national origin, sex, age, or disability in consideration for an
award.
120.11 Notice to Bidders Distribution
On the following date, June 18, 2025, this Notice will be posted at the following locations:
1. Master Builders/Construction Update Network
2. The City of Dubuque website
EASTERN IOWA COMMUNITY COLLEGES
CLINTON COMMUNITY COLLEGE
BICKELHAUPT ARBORETUM ADDITION & REMODEL
Eastern Iowa Community Colleges (EICC) is accepting bids for its Clinton Community College –
Bickelhaupt Arboretum Addition & Remodel, Bid Package 4A – Permeable Paver & Bioretention
Cell & Bid Package 4C – Glass Floor Installation.
Clinton Engineering is the Construction Manager as Agent.
A Pre-Bid Meeting will be held at 11:00 a.m., Monday, June 23, 2025, at Bickelhaupt
Arboretum, Room (TBD).
Sealed bids will be accepted until 1:00 p.m., Wednesday, July 9, 2025, at Eastern Iowa
Community Colleges - Urban Campus – Attention: Janet Foutch, Purchasing Specialist, 101 West
3rd Street, Davenport, Iowa 52801. Bids will be opened and publicly read at that time, Room
(TBD)..
Plans and specifications may be obtained from the Master Builders of Iowa online plan room
website located at mbionline.com or from CityBlue Technologies, 4653 44th Street, Rock Island,
IL 61201, Phone: (309) 277-3000, and are also available online. Information can be obtained by
contacting: Eastern Iowa Community Colleges, Janet Foutch, 101 West 3rd Street, Davenport,
Iowa 52801, Phone: (563) 336-3345, or email: jkfoutch@eicc.edu. Eastern Iowa Community
Colleges reserves the right to accept or reject any or all proposals.
EASTERN IOWA COMMUNITY COLLEGES
CLINTON COMMUNITY COLLEGE
BICKELHAUPT ARBORETUM ADDITION & REMODEL
Eastern Iowa Community Colleges (EICC) is accepting bids for its Clinton Community College –
Bickelhaupt Arboretum Addition & Remodel, REBID Bid Package 3A – General Trades, Bid
Package 3C – Electrical, Data, & Fire Alarm, & Bid Package 3D – Mechanical.
Clinton Engineering is the Construction Manager as Agent.
A Pre-Bid Meeting will be held at 11:00 a.m., Monday, June 23, 2025 at Bickelhaupt Arboretum,
Room (TBD).
Sealed bids will be accepted until 1:00 p.m., Wednesday, July 9, 2025 at Eastern Iowa
Community Colleges - Urban Campus – Attention: Janet Foutch, Purchasing, 101 West 3rd
Street, Davenport, Iowa 52801. Bids will be opened and publicly read at that time, Room (TBD)..
Plans and specifications may be obtained from the Master Builders of Iowa online plan room
website located at mbionline.com or from CityBlue Technologies, 4653 44th Street, Rock Island,
IL 61201, Phone: (309) 277-3000, and are also available online. Information can be obtained by
contacting: Eastern Iowa Community Colleges; Janet Foutch, 101 West 3rd Street, Davenport,
Iowa 52801, Phone: (563) 322-7301, or email: jkfoutch@eicc.edu. Eastern Iowa Community
Colleges reserves the right to accept or reject any or all proposals.
Page 1 of 3
Request for Subcontractor Statements of Qualifications
Murray Company is the Construction Manager at Risk (CMaR) for the Crossroad Building
Renovation project in Creston, Iowa and is looking to prequalify Trade Contract Work
(“subcontractors”) and Material Packages (“suppliers”) interested in bidding on this project. To be
considered for bidding, subcontractors and suppliers must complete and submit a Statement of
Qualifications to our office by the date and time specified below.
Under State of Iowa bidding laws, Iowa Code Chapter 26A, all prospective subcontractors interested in
bidding the Project must complete the following Subcontractor Request for Statements of Qualifications and
meet the prequalification criteria to be eligible to bid the project on bid day.
As such, Murray is currently seeking prequalification for the following bid packages:
• Bid Package 0.0 – General Conditions
• Bid Package 2.4 – Selective Demolition
• Bid Package 6.1 – Carpentry
• Bid Package 6.4 – Casework
• Bid Package 7.0 – Asphalt Shingle Roofing
• Bid Package 7.8 – Caulking and Joint Sealants
• Bid Package 8.1 – Door, Frames, and Hardware
• Bid Package 9.2 – Metal Framing, Insulation, Drywall, and Acoustical Ceilings
• Bid Package 9.6 – Flooring and Ceramic Tile
• Bid Package 9.9 – Painting and Wallcovering
• Bid Package 10.1 – Specialties
• Bid Package 12.2 – Window Treatments
• Bid Package 22.1 – Plumbing and Mechanical
• Bid Package 26.1 – Electrical
To be considered for prequalification, please request a Statement of Qualifications from
prequalification@murray-company.com. Please include “Request for Statement of Qualifications
Form for “Crossroads Building Renovation” in the subject line and specify which bid package(s)
you are interested in pre-qualifying.
Project: Crossroads Building Renovation
1003 Cottonwood Road
Creston, Iowa 50801
Owner: Greater Regional Health
CMaR: Murray Company
Architect: ACI Boland, Inc. & Bluestone Engineering
Page 2 of 3
Project Description:
This project involves the interior renovation of a 6,400 square foot building to create a new
administrative suite. The updated layout will include an executive boardroom, executive office,
nine staff offices, a lounge, storage, and a waiting area.
Work will include interior demolition, new underground plumbing, new interior wood stud
partitions, interior concrete pour back, and installation of a new asphalt shingle roof. The building
is classified as Business (B) occupancy with an Assembly (A) component for the board room and
does not have a fire sprinkler system.
The project also includes coordination of plumbing, mechanical, and electrical systems to
support the new use of the space.
Construction Schedule: Work expected to begin Fall 2025 and finish early Spring 2026
Estimated
Construction Cost: $900,000.00
Statement of
Qualifications Due:
July 9th, 2025, at 2:00 PM
All Statement of Qualifications forms must be completed and
submitted electronically to prequalification@murray-company.com
Plan Views – NOT FOR CONSTRUCTION
Page 3 of 3
NB-1
288218
NOTICE TO BIDDERS
NOTICE OF TAKING BIDS FOR THE CONSTRUCTION OF THE HAZELWOOD CEMETERY PAVING
IMPROVEMENTS PROJECT FOR THE CITY OF GRINNELL, IOWA
Sealed proposals will be received by the City Clerk of the City of Grinnell, Iowa, in the Council
Chambers, City Hall, 520 Fourth Avenue, Grinnell, Iowa 50112 until 2:00 P.M. on the 3rd day of
July 2025, for the construction of the Hazelwood Cemetery Paving Improvements Project, as
described in the plans and specifications therefor, now on file in the office of the City Clerk.
Proposals will be opened and the amount of the bids announced by the City Clerk at the time
and date specified above.
Also, at 7:00 P.M. on the 7th day of July 2025, the City Council of said City will, in said Council
Chambers, or at such time, date and place as then may be fixed, to act upon proposals and
enter into a contract for the construction of said improvements.
The location of the work to be done and the kinds and sizes of materials proposed to be used
are as follows:
HAZELWOOD CEMETERY PAVING IMPROVEMENTS
Construct the Hazelwood Cemetery Paving Improvements project including all labor,
materials and equipment necessary to remove existing road and construct HMA street
pavement as well as pulverizing existing pavement and overlay of segments in the
southwest portion of the cemetery approximately 3,900 SY of hot mix asphalt
pavement, 2,600 SY pulverizing and 1,300 SY replacements, testing, mobilization, traffic
control and miscellaneous work, including cleanup and restoration.
All work and materials are to be in accordance with the proposed plans, specifications, form of
contract and estimate of cost now on file in the office of the City Clerk of Grinnell, Iowa, and by
this reference made a part thereof as though fully set out and incorporated herein.
All proposals in connection therewith shall be submitted to the City Clerk of said City on or
before the time herein set for said letting. All proposals shall be made on official bidding blanks
furnished by the City, and any alterations in the official form of proposal will entitle the Council,
at its option, to reject the proposal involved from consideration. Each proposal shall be sealed
and plainly identified.
Each proposal shall be made out on a blank form furnished by the municipality and must be
accompanied in a sealed envelope by either (1) a certified or cashier's check drawn on a solvent
Iowa bank or a bank chartered under the laws of the United States or a certified share draft
drawn on a credit union in Iowa or chartered under the laws of the United States, in an amount
Notice to Bidders
NB-2
288218
equal to five percent (5%) of the bid, or (2) a bid bond executed by a corporation authorized to
contract as a surety in the State of Iowa, in the penal sum of five percent (5%) of the bid.
The bid security should be made payable to the CITY OF GRINNELL, IOWA. The bid security must
not contain any conditions either in the body or as an endorsement thereon. The bid security
shall be forfeited to the City as liquidated damages in the event the successful bidder fails or
refuses to enter into a contract within 10 days after the award of contract and post bond
satisfactory to the City insuring the faithful fulfillment of the contract and the maintenance of
said work, if required, pursuant to the provisions of this notice and other contract documents.
Bidders shall use the bid bond form bound in the specifications.
By virtue of statutory authority, preference will be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully
required under Iowa Statutes.
The City Council reserves the right to reject any or all bids and to waive informalities or
technicalities in any bid and to accept the bid which it deems to be in the best interest of the
City.
The Council reserves the right to defer acceptance of any proposal for a period not to exceed
thirty (30) calendar days from the date of letting.
The successful bidder will be required to furnish a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to be issued by a responsible surety approved
by the City Council and shall guarantee the faithful performance of the contract and the terms
and conditions therein contained and shall guarantee the prompt payment for all materials and
labor and protect and save harmless the City from claims and damages of any kind caused by
the operations of the Contractor, and shall guarantee the work against faulty workmanship and
materials for a period of four (4) years after its completion and acceptance by the City Council.
The work will commence within ten (10) days after date set forth in written Notice to Proceed
and shall be completed no later than October 31, 2025.
Liquidated damages in the amount of Three Hundred Dollars ($300.00) per consecutive
calendar day will be assessed for each day that work shall remain uncompleted after the end of
the contract period, with due allowance for extensions of the contract period due to conditions
beyond the control of the Contractor.
Notice to Bidders
NB-3
288218
Payment to the Contractor for said improvements will be made in cash derived from the
proceeds of the issuance and sale of such bonds and/or from such cash funds of the City as may
be legally used for said purposes. Any combination of the above methods of payment may be
used at the discretion of the City Council.
Payment to the Contractor will be on the basis of monthly estimates equivalent to ninety-seven
percent (97%) of the contract value of the work completed and payments made to material
suppliers for materials ordered specifically for the project or delivered to the site during the
preceding calendar month. Estimates will be prepared approximately 10 days prior to the first
Monday of the following month by the Contractor, subject to the approval of the Engineer, who
will certify to the City for payment. The City reviews and approves estimates on the first
Monday of the month. Such monthly payments shall in no way be construed as an act of
acceptance for any part of the work partially or totally completed. Upon completion of the
work and its acceptance by the Council, the Contractor will be paid an amount which, together
with previous payments, will equal ninety-seven percent (97%) of the contract price of the
contract. Final payment of the remaining three percent (3%) will be made not less than thirty-
one (31) days after completion and acceptance by resolution of the City Council of the
completed contract, subject to the conditions and in accordance with the provisions of Chapter
573 of the Code of Iowa, as amended. No such partial or final payments will be due until the
Contractor has certified to the City that the materials, labor and services involved in each
estimate have been paid for in accordance with the requirements stated in the specifications.
The City will issue a sales tax exemption certificate applicable for all materials purchased for the
project.
Plans and specifications governing the construction of the proposed improvements, and also
the prior proceedings of the City Council referring to and defining said proposed improvements
are hereby made a part of this notice and the proposed contract by reference and the proposed
contract shall be executed in compliance therewith.
Copies of said plans and specifications are now on file in the office of the City Clerk, for
examination by bidders. Copies may be obtained from VEENSTRA & KIMM, INC.,
6775 Vista Drive, West Des Moines, Iowa 50266 at no charge.
Notice to Bidders
NB-4
288218
This notice is given by order of the Council of the City of Grinnell, Iowa.
CITY OF GRINNELL, IOWA
Dan F. Agnew, Mayor
ATTEST:
Alyssa Devig, City Clerk
NOTICE TO BIDDERS
2024 FEMA Flood Repairs & 2019 FEMA Flood Repairs
Allen Creek - H & P Drainage District
Harrison & Pottawattamie County, Iowa
Time and Place for Filing Sealed Proposals. Sealed bids for the work as stated below must be filed before 1:00 P.M., Wednesday,
July 2nd, 2025, in the office of Bolton & Menk, Inc., 116 North Wilson Avenue, Jefferson, Iowa 50129, Phone: 515-766-4423.
Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 1:00
P.M. on Wednesday, July 2nd, 2025, in the office of Bolton & Menk, Inc., 116 North Wilson Avenue, Jefferson, Iowa 50129, for
consideration by the H & P Drainage District Trustees at their meeting. The Trustees of H & P Drainage District, Harrison &
Pottawattamie County, Iowa reserve the right to reject any and all bids.
Time for Commencement and Completion of Work. Work on the improvement shall commence upon approval of the contract by
the Trustees, and as stated in the Notice to Proceed. All work under the Contract must be completed, per Iowa Code Section
468.101, no later than November 14, 2025 for the 2019 FEMA Flood Repairs (Section 2) and no later than May 1, 2026 for 2024
FEMA Flood Repairs (Section 1). Damages in the amount of $500.00 per day will be assessed for each day the work remains
incomplete.
Bid Security. Each bidder shall accompany its bid with bid security, as defined in Section 468.35a of the Iowa Code in the amount
equal to five percent (5%) of the total amount of the bid.
Contract Documents. Copies of the project documents are available for a price of $0.00 per set. This fee is refundable, provided
the plans and specifications are returned complete and in good usable condition, and they are returned within fourteen (14)
calendar days after the award of the project. Please make your check payable to Bolton & Menk, Inc. and send it to Bolton &
Menk, Inc., 116 North Wilson Avenue, PO Box 68, Jefferson, Iowa 50129, Phone: 515-766-4423. You may view the digital plan
documents for free by entering Quest Project #9747845 on the website’s Project Search page. Documents may be downloaded
for $0.00. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership
registration, viewing, downloading, and working with this digital project information.
Preference of Products and Labor. Preference shall be given to domestic construction materials by the contractor,
subcontractors, material, men, and suppliers in performance of the contract and further, by virtue of statutory authority,
preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic
labor, to the extent lawfully required under Iowa statutes. Failure to submit a fully completed Bidder Status Form with the bid
may result in the bid being deemed nonresponsive and rejected.
Sales Tax Exemption Certificates. The bidder shall not include sales tax in the bid. The County Auditor will distribute tax
exemption certificates and authorization letters to the Contractor and all subcontractors who are identified. The Contractor and
subcontractor may make copies of the tax exemption certificates and provide a copy to each supplier providing construction
materials. These tax exemption certificates and authorization letters are applicable only for this specific project under the
Contract.
Payment. Payment for work done will be in accordance with estimates approved monthly by the Engineer and in Drainage
Warrants issued by the Drainage District, which, if registered and stamped "not paid for want of funds", shall bear interest at a
rate fixed by the Board not to exceed the maximum set by law in accordance with Chapter 468 of the Code of Iowa, as amended.
The Board reserves the right to issue Drainage District Improvement Certificates pursuant to Chapter 468 of the Code of Iowa, as
amended, which certificates may be given in exchange for outstanding warrants issued to the Contractor or to the holder thereof.
Said warrants to be surrendered, if called by the Board, in exchange for Drainage District Improvement Certificates which shall be
taken by the Contractor or holder at par and shall bear interest at a rate fixed by the Board not to exceed the maximum set by law
in accordance with Chapter 468 of the Code of Iowa, as amended.
Progress payments will be made in an amount equal to ninety percent (90%) of the work completed. Final payment will be made
not less than thirty (30) days after completion of the work and acceptance by the Board, subject to the conditions and in
accordance with the provisions of Chapter 468 of the Code of Iowa, as amended.
Project Description. Project will consist of bank repair and channel excavation along 972 stations of the Allen Creek, split into
two sections. Total excavation is estimated to be 260,585 cubic yards. Spoil will be placed at a controlled elevation matching the
existing cross sections for approximately 96 stations. A 30” tile outlet will be furnished and installed. Disturbed banks will have
permanent seeding, and the work areas will have brome seeding. Clearing and grubbing and all other activities and associated
work necessary to complete the work are incidental to the project.
This Notice is given by authority of the Trustees of the H & P Drainage District, Harrison & Pottawattamie County, Iowa
Megan Reffett, Harrison County Auditor
NOTICE TO BIDDERS AND NOTICE OF PUBLIC HEARING
Sealed bids for the Princess Café Rehabilitation project must be received and filed before two o’clock 2:00 pm local
time on July 3rd, 2025 to Iowa Falls City Hall 901 Washington Street, Iowa Falls, Iowa. Bids received after the
deadline for submission of bids as stated herein shall not be considered and shall be returned to the late bidder
unopened. The bidder shall hold the Owner and City of Iowa Falls harmless for failing to meet the deadline due to
delayed delivery service.
The Owner and City intend to have the Stickley Morton Architects open, read aloud, and tabulate the sealed bids at
2:05 pm on July 3rd, 2025, in Iowa Falls City Hall Council Chambers located at 901 Washington Street, Iowa Falls,
Iowa for further consideration by the Owner and City. Consideration of the Award of contract would subsequently
occur by action of the owner and City Council by July 21st, or at a later date and time announced at said meeting.
Notice is hereby given that a public hearing will be held by the City of Iowa Falls on the proposed contract documents
(including the plans, specifications, and Form of Contract) and Estimated Construction Cost for the Project at its
regular meeting at 6:30 PM on July 21st, 2025, in the Council Chambers at 901 Washington Street, Iowa Falls, Iowa.
At the hearing, the City will receive and consider any objections made by any interested party, to the Plans and
Specifications, proposed Form of Contract, and the Estimate of the Construction Cost for the project.
Work on the improvement should commence within ten days of the issuance of a written Notice to Proceed. The
Notice to Proceed will be issued upon approval of the contract by the City Council and be completed as stated below.
The Work of the Project is defined by the Contract Documents and includes, but is not limited to, the following:
• Removal of existing roofing
• Demolition of interior second level walls, ceilings, and floor finishes
• New EIFS and stucco exterior finishes
• Roofing replacement including insulation, flashings, caps, gutters, and downspouts
• New second-floor apartment buildout with finishes, bath and kitchen fixtures, and cabinets
• Replacement of apartment exterior windows and skylights
• Replacement of second-floor mechanical, plumbing, and electrical systems
The property is listed in the National Register of Historic Places.
Bids will be received for a single prime contract.
Bidding documents consist of the Project Manual and Drawings. Web based Bidding Documents are available to
download free of charge at Rapids Reproduction Digital PlanRoom in Public PlanRoom,
https://rapidsrepro.com/digital-planroom. Physical copies of bidding documents are also available for purchase at
Rapids Reproduction. https://rapidsrepro.com at the contractor’s expense.
A mandatory pre-bid meeting will be held June 24th 2025 at 10:00 a.m. at Princess Café 607 Washington Ave. 50126.
Meet at the park on west side of building. The Pre-bid Meeting will be followed by a site walkthrough. Attendance
of the Pre-Bid Meeting and site walkthrough is a precondition for bidding.
Refer to other bidding requirements described in the Project Manual, Division 01 Section “Instructions to Bidders.”
Each bidder shall accompany its bid with bid security as defined in Iowa Code Section 26.8, as security that the
successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate
surety bond, in a form acceptable to the City, for the faithful performance of the contract, in an amount equal to 100%
of the amount of the contract. The bidder’s security shall be in the amount fixed in the Instruction to Bidders, in the
amount of five percent (5%) of the total bid and shall be in the form of a cashier’s check or a certified check drawn
on an FDIC insured bank in Iowa or on an FDIC insured bank chartered under the laws of the United States; or a
certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States; or a bid bond
on the form provided in the contract documents with corporate surety satisfactory to the City. The bid shall contain
no condition except as provided in the specifications.
No bid may be withdrawn for a period of 30 calendar days after the date of opening.
Award of contract is tentatively scheduled for July 21st, 2025.
This project is funded, in part, by a Community Development Block Grant (CDBG) and the City of Iowa Falls. The
requirements and provisions of the CDBG shall apply to this project, which include federal rules and regulations
pertaining to labor relations.
Minority Owned and Female Owned Business participation is encouraged. Bidders shall make a good faith
documented effort to encourage participation of minority owned and female owned businesses.
This project requires standard Iowa Sales tax.
By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within
the state of Iowa.
Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive
and rejected.
The project shall be substantially completed by December 1, 2026.
The City of Iowa Falls reserves the right to reject any or all bids, to waive informalities, and to enter into such contract,
or contracts, as it shall deem to be in the best interest of the City.
City Contact:
Kaci Elkin, Assistant City Manager
901 Washington St
Iowa Falls IA 50126
kelkin@cityofiowafalls.com
Phone: 641-648-2527
Point of Contact:
Mike Stickley
Stickley Morton Architects
206 Bluff Street Dubuque, IA 52001
mike@stickleymorton.com
Phone: 563-587-9371
NPHL-1
NOTICE OF PUBLIC HEARING AND LETTING
for
2025 City of Orange City Veterans Park Path Project
Public notice is hereby given that the City of Orange City, in Sioux County, Iowa, will meet on July 8,
2025, at 12:00 pm, at which time and place a public hearing will be held in the Council Chambers in the
City Hall located at 125 Central Ave. SE, Orange City, Iowa 51041 on the proposed plans and
specifications, form of contract and estimate of cost for the 2025 City of Orange City Veterans Park Path
Project for said City. Sealed proposals will be received by the City of Orange City City Administrator for
the 2025 City of Orange City Veterans Park Path Project before 10:30 A.M. on July 1, 2025, at the City of
Orange City City Hall, located at 125 Central Ave. SE, Orange City, Iowa 51041; at which time the bids
will be publicly opened and read. Proposals will be acted on by the City of Orange City Council at the
aforementioned public hearing or at such later time and place as may then be fixed.
Work to Be Done: Work generally consists of approximately 1900 LF of 5” PCC sidewalk, including but
not limited to:
- Grading, Excavation and Modified Subbase
- 5” Concrete Sidewalk
- Granular Surfacing
- Erosion Control Items
See Bid Form for exact quantities
Proposals: All proposals shall be made on official proposal forms furnished by the Engineer and shall
contain worded and figured prices for the work bid on. All proposals shall be plainly legible, sealed, and
addressed to the City of Orange City, Attn: Earl Woudstra, City Administrator, 125 Central Ave. SE,
Orange City, Iowa 51041. Bidder shall submit a Bidder Status Form with their bid. Failure to submit a
fully completed Bidder Status Form with the bid may result in the bid being deemed unresponsive and
rejected. Bid security shall be provided in the form of a cashier’s check or certified check drawn on a
state chartered or federally chartered bank, or a certified share draft drawn on a state chartered or
federally chartered credit union, or a bid bond of a reputable bonding company authorized to do
business in the State of Iowa in an amount not less than ten percent (10%) of the total amount of the
bid. The bid security shall be included in a separate sealed envelope, plainly marked “bid bond”. The bid
security shall be forfeited as liquidated damages if the successful bidder fails proper execution of the
contract documents.
The bid security of the lowest two or more bidders may be held for the earlier of 7 days after the
effective date of the agreement or 61 days after the bid opening, whereupon Bid Security furnished by
such bidders will be returned. Other bid security will be returned after the tabulation of bids is
completed.
Performance and Payment Bonds: The successful bidder must execute performance and payment
bonds, each in an amount equal to one hundred (100%) percent of the contract amount to ensure a
timely, efficient, and complete performance. The bonds shall be issued from a reputable bonding
company authorized to do business in the State of Iowa.
NPHL-2
Liquidated Damages: Liquidated damages will be assessed the contractor in the amount of five hundred
dollars ($500.00) per working day that the work remains uncompleted after the end of the contract
period with due allowances for extensions due to conditions beyond the control of the contractor.
Withdrawal of Bids: No submitted bids may be withdrawn for a period of thirty (30) days from the
scheduled closing time for the receipt of bids.
Payment: The Contractor will be paid monthly in an amount equal to ninety-seven percent (97%) of the
Work completed during the previous month according to the Engineer’s estimate. The final payment will
be made not less than thirty (30) days after completion of the Work and acceptance by the City. No final
payment will be due until the Contractor has certified that the materials, labor, and services have been
paid for in accordance with the Project Manual.
Plans, Specifications, and Contract Documents: Complete digital project bidding documents are
available at www.questcdn.com. You may download the digital plan documents at no charge by
inputting Quest project #9740305 on the website’s project search page. Please contact QuestCDN.com
at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading,
and working with this digital project information. An optional paper set of the proposal forms and
specifications for individual use may be obtained from the office of the Engineer, Beck Engineering Inc.,
806 Hartford Pl., Iowa 51041. A refundable deposit of $100.00 is required for the documents. Deposit
will be returned if plans and project manual are returned in good condition within 14 days after award
of the project.
Acceptance or Rejection of Bids: The right to accept or reject any or all bids and to waive informalities is
reserved.
Time Frame: The work shall be completed as follows:
Work shall be substantially completed by September 30, 2025
By virtue of statutory authority, preference will be given to products and provisions grown and coal
produced within the State of Iowa
In accordance with Iowa statutes, a resident bidder shall be allowed a preference as against a
nonresident bidder from a state or foreign country if that state or foreign country gives or requires any
preference to bidders from that state or foreign country, including but not limited to any preference to
bidders, the imposition of any type of labor force preference, or any other form of preferential
treatment to bidders or laborers from that state or foreign country. The preference allowed shall be
equal to the preference given or required by the state or foreign country in which the nonresident
bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply
the same resident labor force preference to a public improvement in this state as would be required in
the construction of a public improvement by the state or foreign country in which the nonresident
bidder is a resident.
The award of the contract will be made to the lowest responsive, responsible bidder.
City of Orange City ATTEST:
By: /s/ Deb Dehaan . By: /s/ Janet Brown .
Mayor City Clerk
NOTICE TO BIDDERS
For Bids for the
F.Y. 2025 PREFABRICATED SHELTER
AT 512 UNIVERSITY AVE.
REQUEST FOR QUOTE
In the City of Waterloo, Iowa
CONTRACT NO. 1113
RECEIVING OF BIDS
On behalf of the City of Waterloo and the Municipal Telecommunications Utility of the City of
Waterloo, notice is hereby given that sealed proposals will be received by the City Clerk of the City
of Waterloo, Iowa, at her office in the City Hall of the said City on the 3rd day of July 2025 until 1:00
p.m. for the construction of the F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY
AVE. CONTRACT NO. 1113, as described in detail in the plans and specifications now on file in the
Office of the City Clerk. Proposals received after the deadline for submission of bids as stated
herein shall not be considered and shall be returned to the late bidder unopened.
OPENING OF BIDS
All proposals received will be opened in the City Council Chambers at City Hall, in the City of
Waterloo, Iowa, on the 3rd day of July 2025 at 1:00 p.m.
Proposals will be considered by the Board of Trustees of the Municipal Telecommunications Utility
at its meeting at 4:00 P.M. on July 16, 2025, in the Harold E. Getty Council Chambers in City Hall,
715 Mulberry Street, Waterloo, Iowa. The Board may approve awarding a Contract at said meeting,
or at such other time and place as shall then be announced.
Proposals will be considered by the City of Waterloo City Council at its meeting at 5:30 P.M. on July
7th, 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo,
Iowa. The City Council anticipates making the award of Contract at its meeting at 5:30 P.M. on July
21, 2025, or at such other time and place as shall then be announced.
PUBLIC HEARING
The City Council of Waterloo, Iowa, will hold a public hearing on the proposed Plans, Specifications,
Form of Contract, and Estimate of Costs for the construction of said improvements at 5:30 p.m. on
the 7th day of July 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street,
Waterloo, Iowa. At said hearing, any interested person may appear and file objections thereto or to
the cost of the improvements.
The Board of Trustees of the Municipal Telecommunications Utility will hold a public hearing on the
proposed Plans, Specification, Form of Contract, and Estimate of Costs for the construction of said
improvements at 4:00 p.m. on July 16, 2025, in the Harold E. Getty Council Chambers in City Hall,
715 Mulberry Street, Waterloo, Iowa. At said hearing, any interested person may appear and file
objections thereto or to the cost of the improvements.
SCOPE OF WORK
The City of Waterloo (Owner) is seeking bids from contractors who can supply and install a
prefabricated concrete communication shelter that will securely house the network equipment,
power systems, and supporting environmental components required to operate the Waterloo Fiber
FTTU network for the Owner (the Project). The shelter will be located at 512 University Ave,
Waterloo, IA 50701 (See Attachment D – Site Location).
The Owner is seeking a Base Bid for a new concrete shelter and an Alternate Bid for a refurbished
concrete shelter. The Total of either the Base Bid or the Alternate Bid, as selected by the Owner,
shall be used for comparison of bids. The Total of the Base Bid or the Alternate Bid, whichever is
higher, shall be used for determining the sufficiency of the bid security.
BEGINNING AND COMPLETION DATES
The work under the proposed contract shall be commenced within ten (10) working days after receipt
of "Notice to Proceed." The “Notice to Proceed” is expected to be issued on or about July 22, 2025.
The Project shall be substantially completed on or before January 7, 2026.
METHOD OF PAYMENT TO CONTRACTOR
Payments will be made on the basis of estimates prepared by the Contractor and approved by the
Engineer, solely for the purpose of payment; approval by the Engineer, or the City Council, shall not
be deemed as approval or acceptance of the workmanship or materials. The Contractor will be
compensated for 95% of the work completed during a payment period, with the remaining 5% being
retained in accordance with the Iowa Code. Regular payments approved by the Engineer will be
made following the next scheduled City Council meeting. Final payment will be made thirty-one (31)
days after completion of the work and final acceptance by the Council. Before final payment is
made, vouchers showing that all subcontractors and workmen and all persons furnishing materials
have been fully paid for such materials and labor will be required unless the City is satisfied that
material, men, and laborers have been paid.
PLANS AND SPECIFICATIONS
Plans and Specifications governing the construction of the proposed improvements have been
prepared by the City of Waterloo which plans and specifications and also the prior proceedings of
the City Council referring to and defining said proposed improvements are hereby made a part of
this notice, and the proposed contract by reference shall be executed in compliance therewith.
Plans and Specifications are available for review only from the Engineering Department.
Complete digital Plans and Specifications are available at:
https://www.cityofwaterlooiowa.com/government/municipalgovermentbids.php .
Please DO NOT obtain Bid Documents from any source other than the City of Waterloo, Iowa.
Obtaining documents through any other source could prevent Bidder from being included on the
official Plan Holders List, which, in turn, may cause the Bidder to not receive addenda or other time-
sensitive / bid-critical documents. The City has the right to reject any bids that do not have current
bidding documents included in the proposal.
Upon award of project, the prime contractor, subcontractors and suppliers shall be supplied with the
needed number of plans and specifications at no additional cost.
Project Calendar Anticipated Events Dates:
• Proposal Submission Date July 3, 2025
• City consideration of bids July 7, 2025
• City public hearing on Plans, Specifications, Form of Contract
& Estimate of Cost July 7, 2025
• Utility public hearing on Plans, Specifications, Form of Contract
& Estimate of Cost July 16, 2025
• Utility consideration of bids & approval of award of contract July 16, 2025
• City Award of Contract July 21, 2025
• Contract Signed July 22, 2025
• Shelter Delivered and Offloaded by seller October 28, 2025
• All Contracts Must Have Obligations Complete by January 7, 2026
CONTRACT AWARD
A contract will be awarded to the lowest responsive, responsible bidder. The lowest responsive,
responsible bidder will be determined based on the sum of either the Base Bid or the Alternate Bid
as selected by the Owner.
The City reserves the right to reject any or all bids, re-advertise for new bids, and to waive
informalities in the bids submitted.
Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days from the
day of the opening of bids for the purpose of reviewing the bids and investigating the responsibility
of bidders, prior to awarding the contract.
By virtue of statutory authority, a preference will be given to products and provisions grown and
coal produced with the State of Iowa and preference will be given to local domestic labor in the
construction of the improvement.
PROPOSALS SUBMITTED
The bidder shall submit bids on the items listed in the proposal.
The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the
Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated
Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer-generated spreadsheet shall
include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the
signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-
generated spreadsheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the
space(s) provided on the Form of Bid or Proposal.
BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an
Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on
a credit union in Iowa or chartered under the laws of the
United States, or bid bond, (on the form furnished by the City) payable to the City of
Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified
check, certified share draft or bid bond will be held as security that the Bidder will enter into a
Contract for the construction of the work and will furnish the required bonds, and in case the
successful Bidder shall fail or refuse to enter into the Contract and furnish the required bonds, his
bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it
must be signed by both the Bidder and the surety or surety's agent. Signature of surety's agent
must be supported by accompanying Power of Attorney.
PERFORMANCE & PAYMENT BONDS
The successful bidder will be required to furnish a “Performance Bond” and a “Payment Bond”
within ten (10) days after forms are presented to him in an amount equal to one hundred percent
(100%) of the contract price, said bond to be issued by a responsible
surety approved by the City Council and shall guarantee the faithful performance of the contract
and the terms and conditions therein contained, and shall guarantee the
prompt payment of all materials and labor and protect and save harmless the City from claims of
any kind caused by the operations of the contractor.
MAINTENANCE BOND
Before the Contractor shall be entitled to receive final payment for work done under this contract, it
shall execute and file a bond in the penal sum of not less than 100% of the
total amount of the contract guaranteeing the maintenance of the improvement caused by failures
in materials and construction for a period of two (2) years from and after final acceptance of the
Project.
CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING
The program proposes numerical projections regarding utilization of Minority Business Enterprise
(MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors
and suppliers in the performance of Contracts awarded by the City of Waterloo, Iowa.
A goal of at least ten percent (10%) for MBE participation on all City funded construction projects
that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation
on all City funded construction projects that are estimated at $50,000.00 or more. Any project
funded in part or in total with federal funds shall follow the respective agencies contract compliance
program and goals. The
Prime Contractor shall make "good-faith efforts" to meet the Contract Compliance MBE/WBE goals.
The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a
reasonably competitive price for the service being rendered or the Contractor is not required to
accept their bid.
LIQUIDATED DAMAGES
Time is an essential element of this contract. It is important that the work be diligently pursued to
completion. If the work is not completed within the specified contract period, plus authorized
extensions, the contractor shall pay to the City Liquidated Damages in the amount of one thousand
dollars ($1,000.00) per day, for each day, as further described herein, in excess of the authorized
time.
Days beyond the specified contract period for which Liquidated Damages will be charged will be
working days that the contractor does, or could have worked, from Monday through Saturday.
Sundays will be counted only if work is performed. Partial working days will be considered as a full
working day. Days not chargeable for Liquidated Damages will include rain days, Sunday if no work
is done, and legal holidays.
Working days will cease to be charged when only punch list items remain to be completed. Punch
list items do not include contract bid items or approved change/extra work orders.
When the Contractor believes the project to be substantially completed, a written notice stating the
same shall be submitted to the Engineer and a request made for a Punch List. If the work under the
Contract extends beyond the normal construction season for such work the Contractor shall submit
to the Engineer in writing a request that working days counted toward the project be suspended
until work is resumed the following construction season.
This amount is not construed as a penalty. These damages are for the cost to the City of providing
the required additional inspection, engineering and contract administration.
PRE-CONSTRUCTION CONFERENCE
Before the work is commenced on this contract, a conference shall be held for the purpose of
discussing the contract. The conference shall be attended by the prime contractor, subcontractors
and City Officials.
BIDDER STATUS
Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non- Resident
Bidder requirements.
Each bidder submitting a bid shall execute and include with the bid, a Bidder Status Form in the form
herein provided.
Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being
deemed nonresponsive and rejected.
SALES TAX EXEMPTION CERTIFICATES
This project is subject to sales tax. The Contractor will keep track of sales tax as required by the
State of Iowa. The City may apply for a sales tax refund on portions of the project after City Council
acceptance.
Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa.
CITY OF WATERLOO, IOWA
00050-1
SECTION 00050
NOTICE OF LETTING AND PUBLIC HEARING
Sealed bids will be received by the City of Waverly, at the Public Works Administration Office, Public Services Center,
2900 5th Avenue NW, Waverly, Iowa, until 10:00 o'clock a.m., on the 8th day of July 2025, for the construction of
certain Pavement Improvements and work incidental thereto on improvement projects described in general as "Alley
Reconstruction 2025" and as described in detail in the Plans and Specifications for said improvements now on file in
the Public Works office. After receipt of the proposals, they will be opened and tabulated by the Public Works Director.
Bids received will be acted upon by the City at the time and place below specified or at such later time and place as
may then be fixed. Proposals received will be presented to the City Council of Waverly, Iowa and considered at a
meeting presided over by the Mayor, to be held in the Council Chambers, City Hall, Waverly, Iowa, at 7:00 o'clock
p.m., on the 21st day of July 2025.
The City Council of Waverly, Iowa, will hold a public hearing on the proposed Plans, Specifications, form of Contract
and estimate of cost for the construction of said improvements hereinafter described in accordance with the provisions
of Chapter 384, Code of Iowa, at 7:00 o'clock p.m., on the 21st day of July 2025, in the Council Chambers, City Hall,
Waverly, Iowa. At said hearing any interested person may appear and file objections thereto or to the cost of the
improvements. At the hearing, the City will receive and consider any objections made by any interested party, to the
Plans and Specifications, proposed form of Contract, and the estimate of cost for the project.
The work to be done is as follows:
- Furnish all labor, materials, and equipment to construct the following:
Alley Reconstruction
Subbase, Modified, 6 Inches
Subdrain, HDPE, 8 Inch
Footing Drain Collector, HDPE, 4 Inch
Subdrain Cleanout, Type A-1, 8 Inch
Footing Drain Outlets and Connections, HDPE, 4 Inch
Footing Drain Outlets and Connections, HDPE, 8 Inch
Intake, Nyloplast, 12 Inch, Flat Grate
Pavement, PCC, 6 Inch
Pavement Removal
Temporary Traffic Control
Mobilization
The said improvements shall include miscellaneous subsidiary and incidental work. All work and materials are to be in
strict compliance with the Plans and Specifications prepared by the Public Works Department of Waverly, Iowa, which,
together with the proposed form of contract and estimate of cost have heretofore been approved by the City and are
now on file for public examination in the Public Works office, and are by this reference made a part hereof as though
fully set out and incorporated herein.
All bids must be filed with the City on or before the time herein set. All bids shall be made on forms furnished by the
City, and must be enclosed in a separate sealed envelope and plainly identified. Each bid shall be accompanied by a
bid bond, certified check, cashier's check or a Certified Share Draft in a separate sealed envelope in an amount equal
to ten percent (10%) of the total amount bid. If Bid Bond is submitted, it must be on the form provided with the Contract
Documents. The Certified Check, Cashier's Check or Certified Share Draft shall be drawn on a bank or a Credit Union
in Iowa or a bank or Credit Union chartered under the laws of the United States of America, which Certified Checks,
Cashier's Checks or Certified Share Drafts shall be made payable to the Treasurer of the City as security that if awarded
a contract, the Bidder will enter into a contract at the prices bid and furnish the required Performance and Payment
Bonds and Certificate of Insurance. The Certified Check, Cashier's Check or Certified Share Draft may be cashed, or
the Bid Bond forfeited and the proceeds retained as liquidated damages if the Bidder fails to execute a contract or file
acceptable Performance and Payment Bonds or provide an acceptable Certificate of Insurance within ten (10) days
after the acceptance of his proposal by resolution of the Council. No bidder may withdraw a proposal within thirty (30)
00050-2
days after the date set for opening bids. The checks of the unsuccessful bidders will be promptly returned to them after
award of the Contract. The method of construction of all improvements shall be by contract in accordance with the Plans
and Specifications and general stipulations for said improvements approved by the City Council.
Payment to the contractor will be made in monthly estimates and one final payment. Monthly estimates will be
equivalent to ninety-seven percent (97%) of the contract value of the work completed during the preceding calendar
month. Estimates will be prepared on the first day of each month by the Contractor. Such monthly payment will in no
way be construed as an act of acceptance for any of the work partially or totally completed.
Final payment to the Contractor will be made no earlier than thirty-one (31) days from and after the final acceptance of
the work by the City. Subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of
Iowa. No such partial or final payment will be due until the Contractor has certified that the materials, labor and services
involved in each instance have been paid for in accordance with requirements stated in the Specifications.
By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the
State of Iowa and to Iowa domestic labor.
All bids shall NOT include Iowa Sales Tax for materials used in the project. Upon award, the successful bidder
shall immediately provide a listing of subcontractors and their address, phone number, and associated Federal
ID or Social Security number for both the contractor and subcontractors. The City of Waverly will register the
contractor and subcontractors with the Iowa Department of Revenue and will provide appropriate tax-exempt
certificates to the contractor for distribution and use.
The successful Bidder will be required to furnish a corporate surety bond in an amount equal to one hundred percent
(100%) of the contract price, said Bond to be issued by a responsible surety approved by the City and authorized to do
business in the State of Iowa, and shall guarantee the faithful performance of the contract and the terms and conditions
therein contained and the maintenance of said improvements in good repair for not less Two (2) years from the time of
acceptance of the improvements by the City. The successful bidder shall also be required to provide Payment Bond as
provided in the Specifications.
The work under the proposed contract shall be commenced within fifteen (15) days after issuance of the "Notice to
Proceed" and shall be completed between August 1 and November 1, 2025, with 20 consecutive working days allowed
for the Alley Reconstruction.
Plans and Specifications governing the construction of the proposed work have been prepared by the Public Works
Department of Waverly, Iowa, which Plans and Specifications and the proceedings of the City Council referring to and
defining said proposed improvements are hereby made a part of the Notice and the proposed contract shall be executed
in compliance therewith. Copies of said Plans and Specifications are now on file with the City Clerk in that office at
Waverly, Iowa, for examination by bidders. Copies of Plans and Specifications with Proposal forms may be obtained
from Public Works, Public Services Center, 2900 5th Avenue NW, Waverly, Iowa 50677 (Ph. 319/352-6247).
The City will receive and consider bids on the project. Awards of contract will be made to the lowest responsive,
responsible, qualified bidder. Names of subcontractors shall be listed and submitted with the proposal.
In the event of the inclusion of alternate bid items in the bid proposal, the low bid will be determined by the base bid
without consideration of alternate bid items. However, the bidder is required to submit a bid for the alternate bid items.
Alternate bid items will be evaluated after award of the contracts and will have no effect on the award of the contracts.
The City hereby reserves the right to reject any or all bids and to waive informalities and irregularities as it may deem
to be for the best interests of the City.
Published upon order of the City Council of the City of Waverly, Iowa.
CITY OF WAVERLY, IOWA
Attest: s/s/Carla Guyer
00050-3
City Clerk
00050-4
Dubuque / 430411 / NHL (Old Mill Phase 11)
NOTICE TO BIDDERS POSTING CERTIFICATE - SPONSORED INTERNET SITE:
STATE OF IOWA
COUNTY OF DUBUQUE SS:
CITY OF DUBUQUE
I, the undersigned, City Clerk of the City of Dubuque, Iowa, do hereby certify that pursuant
to the resolution of the City Council setting the date of the bid letting for the North English Road
Water Main Extension Project, the Notice to Bidders provided for therein was posted on the City's
website on J-un, , f 9 52025.
WITNESS MY HAND this ��dayof y
�� , 2025.
-
f*j L�
City Clerk
(Attach here a screenshot of the Notice to Bidders as posted on the City's website,
showing the date of posting).
-1 t-
DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA
+Y MdPi AWiSmm. • + o x
d C to d"fdubuque.org/bids.aspx?bdID=1789 Ek {T [} S
,,AGENDA t CC Vid,,, .t CC A&M CPCiviRluz .t B&C = S,I,,t q Public PoNI @ Peroker SeartF 10, Tyler ib ➢m,81, a ana 0 SbareFle e Iwa CWe ne (Bill 9 CilieenILC [I Bib,i * Ccu ly ElMionz d All Bmkmakz
Cltym
DUBUQUEGOVERNMENT RESIDENTS WING BUSINESS VISIT
Home ) Bid -carSs
pi
Category %ander
saffide open
Descaphon
man. Banned reprenrandents A(a4
Al EnBd. dead An,.. Main E,®mm
G,emjen .M231Ideal
.wu,e.nnaAnne .w OaanRoad Albania Add Amid v,ced. Basin
The pmiet aim manned Mernsdiamn of emscrmiy emm a inrn vsemen ane
aywvmmq 110 araa tat of All dal ulna_ me patient am mewed weud
Mad anee seauaute man
Endardlead Baal
Ia
eapedAna . BALM:, Language
m andinannal
q sear:, i c `. ® ® 0 .b9PM
801 Grand Avenue | Suite 4100 | Des Moines, IA | 50309-8002 | T 515.283.1000 | dorsey.com
June 11, 2025
VIA EMAIL
Jenny Larson
Chief Financial Officer
City Hall
Dubuque, Iowa
Re: 2025-2026 SRF North English Road Water Main Project
Client No. 430411
Dear Jenny:
Thank you for asking Dorsey & Whitney LLP (the “Firm”) to provide limited bond
counsel services to the City of Dubuque, Iowa (the “Borrower”) regarding the 2025-2026 SRF
North English Road Water Main Project (the “Project”) to be financed through the Iowa
Finance Authority’s (“IFA”) State Revolving Fund Loan Program (the “SRF Program”). It is
our understanding the Borrower has engaged Independent Public Advisors, LLC as its
municipal advisor (the “Municipal Advisor”) and Origin Design Co. as its engineer (the
“Engineer”) for the Project.
Because clear and timely communication is important for serving clients well, we want
to begin by stating mutual understandings about services and charges.
Services. We will provide limited bond counsel legal services related to the financing
of the Project through the SRF Program. It is our understanding the Borrower will let the
contract (the “Bid Letting”) for the construction of the Project, and enter into a long-term loan
(the “Bond Issuance”) in the approximate principal amount of $1,500,000 to finance
construction of the Project.
Eligibility for participation in the SRF Program and loans made pursuant to the LDA
(as hereinafter defined) are determined by the SRF Program pursuant to state and federal
regulations, and the SRF Program’s intended use plan (the “IUP”). It is our understanding
the terms of the financing will be established pursuant to SRF Program requirements and will
be reflected in a Loan and Disbursement Agreement (the “LDA”).
Our responsibility in providing these limited bond counsel services is to coordinate the
legal proceedings necessary to enable the Borrower to conduct the Bid Letting and authorize
the Bond Issuance under State of Iowa (“State”) law and federal law. We will prepare
appropriate resolutions, notices and certificates, consult with the Municipal Advisor and
Engineer and, at closing of the Bond Issuance, we will provide a written legal opinion
addressed to the Borrower and IFA confirming that (i) the Bond Issuance is a valid and binding
obligation of the Borrower; and (ii) the interest income will be excluded from gross income for
federal income tax purposes. We will also provide a written legal opinion addressed to the
Borrower and IFA confirming that the Bid Letting procedures complied with Iowa public
bidding requirements.
Page 2
Our limited bond counsel services will not include (1) the determination of eligibility
under the SRF Program or (2) any negotiation of the terms of the Bond Issuance, the LDA
(including rates, maturity dates, amortization schedules, and source/security for repayment
of the loan), or any other terms and requirements established by the SRF Program. Eligibility
for participation in the SRF Program and loans made pursuant to the LDA are determined by
the SRF Program pursuant to state and federal regulations. We understand the Engineer
and the Municipal Advisor will assist the Borrower with eligibility and other programmatic
requirements. Although the Firm will receive this information to carry out our scope of
services, we will not be representing the Borrower regarding these issues.
Other Representations/Consent: As mentioned above, our principal task for the
Borrower is to prepare documents that conform to the requirements and the terms of the SRF
Program and to facilitate and document the due authorization thereof based upon the
information provided by the Engineer, Municipal Advisor, and the SRF Program.
You should be aware that we serve as program and bond counsel (“Program
Counsel”) to IFA with respect to its SRF Program and, as a result, we will prepare the form
LDA for IFA by populating the LDA with the terms of the LDA as provided by the SRF
Program. As discussed herein, the terms of the financing are established pursuant to the
approved SRF Program documents and regulations and are generally not negotiable.
Therefore, we will not be representing the Borrower with the regard to the loan terms.
Because the terms are generally not negotiable, we do not believe that our simultaneously
acting as Program Counsel to IFA with respect to the SRF Program will present any
impediment to providing the limited bond counsel services identified herein to the Borrower.
We request that a signed copy of this letter be returned to indicate agreement on the
following:
1. The Borrower has engaged this Firm to provide limited bond counsel services
as set forth herein. The Borrower, by acceptance of this engagement,
acknowledges the Firm does not and will not represent the Borrower with
respect to the LDA.
2. This Firm currently represents IFA as Program Counsel to the SRF Program.
The Borrower consents to our representation of IFA in connection with the LDA.
3. It is mutually understood that our limited bond counsel services outlined above
are solely for the benefit of the Borrower.
4. The Borrower has had the opportunity to review these agreements with its legal
counsel. Please note that IFA has consented to the Firm’s representation on
this matter as Program Counsel.
Completing Our Services. We intend and expect to complete our services to your
satisfaction. Our engagement ends upon the closing of the Bond Issuance. Prior to the
completion of our services, we will withdraw from representation upon client request. We
may also withdraw in the manner and for the reasons provided by judicial and professional
rules, such as if our fees are not paid timely. At the conclusion of representation, a client may
Page 3
David D. Grossklaus
request a copy of any client files or papers to which the client is entitled, for which we may
charge a reasonable fee for the cost of gathering and/or producing electronic documents.
Fees, Disbursements and Billing. Based upon (i) our current understanding of the
terms, structure, size and schedule of the Project and the financing plan; (ii) the duties we will
undertake; (iii) the time we anticipate devoting to the representation; and (iv) the
responsibilities we assume; we estimate that our fees and expenses related to the Bid Letting
and the Bond Issuance will be $16,000. Our fees may also be affected by factors such as
additional credit facilities or multiple Bid Letting processes, unusual time constraints, use of
prior work product, and overall value of the services. Although we attempt to estimate the
fees for this engagement, legal representations often involve variables that make it difficult or
impossible to estimate fees accurately, and we will consult with the Borrower regarding any
adjustments to the fees set forth above. Disbursements for certain items, such as filing fees
and travel expenses are usually advanced by us, then billed to clients.
If these arrangements are acceptable to you, please have this letter executed in the
space below and scan and email an executed copy to lemke.susan@dorsey.com. If you have
questions, please call me at 515-283-1000.
We look forward to working with you. Thank you for the opportunity to serve the
Borrower.
Best regards,
John P. Danos
JPD/sl
cc: Crenna Brumwell
Accepted and agreed to this _____ day of _____________________, 2025.
City of Dubuque, Iowa
By:____________________________
July1st