Loading...
Initiate Public Bidding Process and Setting Date for a Public Hearing for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades ProjectCity of Dubuque City Council Copyrighted September 15, 2025 ITEMS SET FOR PUBLIC HEARING # 3. ITEM TITLE: Initiate Public Bidding Process and Setting Date for a Public Hearing for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades Project SUMMARY: City Manager recommending City Council adopt a resolution authorizing the public bidding process and the advertisement for bids; setting a public hearing for October 6, 2025; and preliminarily approving the proposed plans, specifications, form of contract, and construction estimate of $2,950,000.00 for the 2025 Water & Resource Recovery Center Motor Control Center (MCC) Communications and PLC Upgrades project. RESOLUTION To provide for a notice of hearing on proposed plans, specifications, form of contract and estimate of cost for the 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, and the taking of bids therefor SUGGUESTED Receive and File; Adopt Resolution(s), Set Public Hearing for DISPOSITION: October 6, 2025 ATTACHMENTS: 1. MVM Memo 2. Staff Memo, Initiate Bidding, WRRC Industrial Controls Project, 9-9-2025 3. Resolution Proceedings 4. NOTICE OF PUBLIC HEARING, 2025 WRRC MCC Communications and PLC Upgrades 5. NOTICE TO BIDDERS, WRRC MCC & PLC Upgrades Page 729 of 1171 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: Initiate Public Bidding Process and Setting Date for a Public Hearing for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades Project Project No: 4381500017 DATE: September 9, 2025 Water & Resource Recovery Center Director Deron Muehring is recommending City Council adopt a resolution authorizing the public bidding process and the advertisement for bids; setting a public hearing for October 6, 2025; and preliminarily approving the proposed plans, specifications, form of contract, and construction estimate of $2,950,000.00 for the 2025 Water & Resource Recovery Center Motor Control Center (MCC) Communications and PLC Upgrades project. 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 Deron Muehring, Water & Resource Recovery Center Director Page 730 of 1171 THE CAII•Ameft Dubuque DUUB__*.__TE_E City vax tii�rune Masterpiece on the Mississippi pp 2013 2°017* 2 019 zoi�*zoi9 TO: Michael C. Van Milligen, City Manager FROM: Deron Muehring, Water & resource Recovery Center Director SUBJECT: Initiate Public Bidding Process and Setting Date for a Public Hearing for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades Project Project No: 4381500017 DATE: September 9, 2025 INTRODUCTION The purpose of this memorandum is to request authorization to initiate the public bidding process and set a public hearing for Monday, October 6, 2025, for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades project (Project). BACKGROUND The Water & Resource Recovery Center (WRRC) is a critical part of Dubuque's public infrastructure, providing wastewater treatment services for residential, commercial, and industrial users throughout the region. The facility underwent a major upgrade in 2013, which included the installation of automated control systems that act as the `brains' of the WRRC across multiple buildings, telling treatment equipment when to turn on, off, or adjust, while also monitoring overall performance. Following the COVID-19 pandemic, the WRRC's control equipment began to face unexpected challenges. Global supply chain disruptions caused manufacturers to shift their limited resources away from supporting older equipment models into their new product lines. As a result, many electrical components that would typically remain supported for 20 years or more were prematurely discontinued. This has made it increasingly difficult, and in some cases impossible, to find replacement parts for key control systems. To address this issue, a multi -phase capital improvement project was developed to modernize the WRRC's control systems. Funding for the Industrial Controls Upgrade project [4381500017] was approved by the City Council as part of the Fiscal Year 2025 budget. The total project cost was originally estimated to be $3 million and was to be funded over three years through a combination of Sanitary Sewer Construction Funds and State Revolving Fund loans. DISCUSSION The Industrial Controls Upgrade project will be implemented in multiple phases to ensure continuity of operations and minimize disruption to critical treatment processes. Each Page 731 of 1171 phase will target a subset of buildings, allowing for a controlled transition to modern control infrastructure while maintaining full facility functionality. Phase I, the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades (Project), will focus on Building 10 (Headworks) and Building 75 (Solids Handling). These buildings were prioritized due to the complexity of their control systems, and the critical nature of their processes. Notably, Building 75 contains the largest number of electrical control components at the WRRC. Replacing this equipment early addresses a high -priority area and also creates an opportunity to salvage the functional legacy components which can be used in the event of electrical control failure in other buildings before their scheduled upgrades. The project construction work will span nearly two years from bid opening to final acceptance. After the contract award, the contractor will prepare and submit shop drawings for engineer review. Once approved, the contractor will order the electrical control equipment which has a long lead time. Delivery of the electrical control components is not expected until late 2026, with installation, testing, and commissioning continuing into mid-2027. The schedule for the Project is as follows: Initiate Public Bidding Process September 15, 2025 Publish Notice to Bidders, Advertise for Bids September 16, 2025 Publish Public Hearing Notice on Plans & Specs September 19, 2025 Public Hearing on Plans & Specifications October 6, 2025 Receipt of Bids (Bid Letting) October 23, 2025 Award Construction Contract November 3, 2025 Final Completion August 25, 2027 The estimate of probable construction cost for the Project is $2,950,000.00. The estimate of all Project costs, including engineering and construction costs, is as follows: Description Cost Estimate Engineering Design $110,000 Construction Contract $2,950,000 Contingency (5%) $147,500 Administration and Construction Engineering $105,000 Total Construction Cost Estimate $3,212,500 The explosion that occurred in Building 75 in early December 2024, caused significant damage to a portion of the Building 75 motor control center (MCC) which houses the building's electrical control systems. Following the December 2024 explosion, the City worked with engineering consultant Strand Associates to assess the full extent of the damage and determine how it would 2 Page 732 of 1171 affect the broader electrical and process systems in the building. One of the modifications that came about was to shift the Building 75 MCC eastward into the former operator control room which was damaged by the explosion. The December 2024 event is a covered cause of loss under the City's insurance policy. The total cost of the loss is currently estimated at between $3 million and $4 million. Of that amount, approximately $966,000 is associated with the cost to replace the damaged portion of the electrical controls in Building 75. The work to replace the damaged electrical controls in the Building 75 MCC will be accomplished as part of the 2025 WRRC MCC Communications and PLC Upgrades Project. These expenses are to be funded through insurance proceeds, which are to be reflected in the Fiscal Year 2026 CIP Budget as part of Fiscal Year 2026 Budget Amendment. RECOMMENDATION I recommend preliminary approval of the proposed plans, specifications, form of contract, and construction estimate for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades project. I further recommend establishing the date of a public hearing and authorization to advertise for bids for the Project. BUDGETIMPACT The funding plan for the Project is as follows: Project Fiscal Year Fund Description Fund Amount 4381500017 2025 Sanitary Sewer Fund $350,000 4381500017 2025 SRF Loan $750,000 4381500017 2027 Sanitary Sewer Fund $923,705 4381500017 2027 SRF Loan $76,295 4381500017 2028 SRF Loan $146,500 4381500019 2026 Insurance Proceeds $966,000 Total Project Funding $3,212,500 ACTION TO BE TAKEN I respectfully request adoption of the attached resolution authorizing the public bidding process and the advertisement for bids; setting a public hearing for October 6, 2025; and preliminarily approving the proposed plans, specifications, form of contract, and construction estimate for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades project. Attach. cc: Crenna Brumwell, City Attorney Jenny Larson, Chief Financial Officer Tony Brietbach, Purchasing and Risk Manager 3 Page 733 of 1171 DORSEY DORSEV i WHITNEY LLP September 9, 2025 VIA EMAIL Jenny Larson Chief Financial Officer Dubuque, Iowa Re: 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project Our File No. 430411-22 Dear Jenny: We have prepared and attach the necessary proceedings to enable the City Council to act at the September 15, 2025, meeting to set a date, time and place for the hearing and letting for the 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades 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 (201das 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 October 2, 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 8oi Grand Avenue I Suite 4i00 I Des Moines, IA 150309-8002 IT 53-5.283.3-000 I dorsey.com Page 734 of 1171 C :�) OORSEY (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). The Notice to Bidders must be posted not less than thirteen (13) and not more than fo , -five 45 days prior to the date designated for receiving bids. The last date on which this notice can be effectively_ posted is October 10, 2025. The Notice to Bidders should be provided to the Construction Update Network by no later than October 9, 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: Deron Muehring Crenna Brumwell Adrienne Breitfelder Strand Associates, Inc. DORSEY & WHITNEY LLP Page 735 of 1171 Dubuque / 430411-22 / NHL (WRRC Ind C[rls) PROCEEDINGS TO SET DATE FOR HEARING AND LETTING 430411-22 (NHL) Dubuque, Iowa September 15, 2025 The City Council of the City of Dubuque, Iowa, met on September 15, 2025, at 6:30 p.m., at the Historic Federal Building, 350 W. 6tb 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: Mover CAV�a1fct�1`, �ouo I I' rn6t^S F��k cr �7otie5 Pfsrwk RoUSSCI Absent: - - Other Business- - MOTION TO APPROVE RESOLUTION The City Council took up and considered the proposed 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project. Council Member Rou5se fI introduced the resolution next hereinafter set out and moved its adoption, seconded by Council Member 5prark . 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: J off S, LOVoQna Nays: r. RouSsell ('an Whereupon, the Mayor declared the motion duly carried and the resolution adopted, as follows: -I DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Dubuque / 430411-22 / NHL (WRRC Ind Ctrls) RESOLUTION NO. 303-25 Resolution to provide for a notice of hearing on proposed plans, specifications, form of contract and estimate of cost for the 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades 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 Strand Associates, Inc. (the "Project Engineers"), in consultation with the City's engineering technician (the "Engineering Technician"), which may be hereafter referred to as the "2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades 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. October 6, 2025, at 6:30 p.m., at the Historic Federal Building, 350 W. 61h 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 October 23, 2025, in the office of the City Clerk, City Hall -First Floor, 50 West 131h 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. November 3, 2025, at 6:30 p.m., at the Historic Federal Building, 350 W. 6ch 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 / 430411-22 / NHL (WRRC Ind Ctrls) 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 intemet 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 September 15, 2025. Mayor Attest: City Clerk • • Other Business, On motion and vote, the meeting adjourned. Attest: City Clerk ayor -3 DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Dubuque / 430411-22 / NHL (Old Mill Phase II) EXHIBIT A Form of Notice of Hearing CITY OF DUBUQUE, IOWA OFFICIAL NOTICE PUBLIC NOTICE: is hereby given that the Dubuque City Council will conduct a public hearing on the 611 day of October, 2025 at 6:30 p.m., in the Historic Federal Building, 350 W. 6th Street, 2nd floor, Dubuque, Iowa, at which meeting the City Council proposes to hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades Project. The scope of the Project is as follows: The work includes demolition and replacement of existing motor control centers (MCCs), supervisory control centers (SCCs), and associated electrical components at Buildings 10 and 75 of the Water & Resource Recovery Center. The contractor will remove outdated MCC and SCC equipment. New factory -assembled MCC and SCC units will be provided, including Ethernet -enabled starters, updated variable frequency drive (VFD) communication adapters, new PLC hardware, and power meters. The contractor will install new network racks, junction boxes, conduits, and power connections to integrate the upgraded equipment with the facility's SCADA system. At the meeting, the City Council will receive oral and written comments from any resident or property owner of said City to the above action. The official City Council agenda will be posted the Friday before the meeting and will contain public input options. The agenda can be accessed at https://dubugueia.portai.civicclerk.com/ or by contacting the City Clerk's Office at 563-589-4100, ctyclerk@cityofdubuque.org. Written comments on the public hearing may be submitted to the City Clerk's Office by email at ctyclerk@cityofdubuque.org or by mail to City Hall, 50 W. 13th St., Dubuque, IA 52001, before the scheduled hearing. The City Council will review all written comments at the time of the hearing. Documents related to the public hearing are on file in the City Clerk's Office and may be viewed Monday through Friday between 8:00 a.m. and 5:00 p.m. Individuals requiring special assistance should contact the City Clerk's Office as soon as feasible. Deaf or hard -of -hearing individuals can use Relay Iowa by dialing 711 or (800) 735-2942. Published by order of the City Council given on the 15th day of September 2025. Adrienne N. Breitfelder, CIVIC, City Clerk -4- DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Page 739 of 1171 Dubuque / 430411-22 / NHL (Old Mill Phase II) EXHIBIT B Form of Notice to Bidders NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT 2025 WATER & RESOURCE RECOVERY CENTER MCC COMMUNICATION AND PLC UPGRADES PROJECT IDNR SRF FILE: CS192117101 DNR PROJECT: #2025-0150A Time and Place for Filing Sealed Proposals. Sealed Bids for the work comprising each improvement as stated below must be filed before 2 P.M. on Thursday, October 23rd, 2025, in the Office of the City Clerk, City Hall —First Floor, 50 West 13t" Street, Dubuque, IA 52001. Time and Place Sealed Proposals Will be Opened and Considered. Sealed Proposals will be opened and Bids tabulated at 2 P.M. on Thursday, October 23r6, 2025, at City Hall —Conference Room A, 50 West 13th Street, Dubuque, IA, 52001, for consideration by the City Council (Council) on Monday, November 3, 2025, at the Historic Federal Building, 350 W. 61h St, Second Floor Council Chambers, Dubuque, Iowa, 50021, or at such later date as may be set at said meeting. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. Time for Commencement and Completion of Work. Work shall be commenced after Notice to Proceed has been issued and shall be fully completed by August 25, 2027, in accordance with the requirements listed in the Agreement. Bid Security. Each Bidder shall accompany its Bid with a 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, 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 shall be in the amount of 10 percent (10%) of the amount of the Contract and shall 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 governmental entity may provide for a Bidder's Bond with corporate surety satisfactory to the governmental entity. The Bid Bond shall contain no conditions excepted as provided in this section. Contract Documents. Bids are to be addressed to the City of Dubuque, Iowa, 50 West 13th Street, Dubuque, IA 52001, and shall be marked "Sealed Bid-2025 Water -s- DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Page 740 of 1171 Dubuque / 430411-22 / NHL (Old Mill Phase II) & Resource Recovery Center MCC Communication and PLC Upgrades Project, IDNR SRF File: CS192117101; DNR Project: #2025-0150A." A copy of the Contract Documents may be viewed at the City Clerk's Office, City Hall, 50 West 13th Street, Dubuque, IA 52001. Complete digital Contract Documents will also be available, for download on the City's website at www.cityofdubuque.org/bids.aspx. No plan deposit is required. Bidder will execute and file the Agreement and 100% Performance and Payment Bonds within 15 days after the Notice of Award. The City of Dubuque reserves the right to reject any or all Bids, to waive any technicality, and to accept any Bid which it deems advantageous. All Bids shall remain subject to acceptance for 60 days after the time set for receiving Bids. Contract award shall be made based on the lowest responsive and responsible Bidder. Any Contract or Contracts to be awarded are expected to be funded entirely or in part by a loan from Iowa Drinking Water State Revolving Fund. This procurement will be subject to regulations contained in appropriate State Statutes and 40 CFR Parts 31, 33, and 35 of the Federal Statutes. Award of IDNR SRF File: CS192117101 -1 DNR Project: #2025-0150A may be dependent on loan securement. A Federal Davis -Bacon Wage rate determination will prevail for this Project. General Decision Numbers IA20240003 01/05/2024 and IA20240065 07/19/2024 shall apply. Women and Minority —owned businesses are encouraged to submit Bids for this Project. Bidders must demonstrate positive efforts to utilize women's and minority owned businesses. This procurement will be subject to regulations contained in 40 CFR 35.3145(d), and P.L. 102-389 and 100-590. In addition, Bidder shall comply with Executive Orders 11625, 12138, and 12432. General Nature of Public Improvement 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, IDNR SRF File: CS192117101; DNR Project: #2025-0150A. Project consists of the replacement of obsolete motor control hardware with new equipment using Ethernet communications and replacements of programmable logic controllers and power meters in the Headworks and Solids Processing Buildings at the Water & Resource Recovery Center. 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. 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 -6- DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Page 741 of 1171 Dubuque / 430411-22 / NHL (Old Mill Phase II) 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. Sales Tax. The Bidder should not include sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the Project. Contact Information. The Bidders shall contact either David Gohdes (david.gohdes(cDstrand.com or 608-251-4843) at Strand Associates, Inc.° or Deron Muehring (dmuehrin(aD.cityofdubugue.org or 563-589-4176) at the City of Dubuque, or both parties with their questions associated with this project. 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. On the following date, September 16, 2025 this Notice was posted at the following locations: 1. Posted on the City of Dubuque Website: www.citVofdubugue.org/bids 2. Posted to Construction Update Network: www.mbionline.com -7- DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Page 742 of 1171 Dubuque / 430411-22 / NHL (Old Mill Phase ll) 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 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades 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. M II WITNESS MY HAND this day of 50f Ae./' 12025. City Clerk -s- DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA Dubuque / 430411-22 / 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 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades 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 sir', day of O� }eIJ Er , 2025. L��v� 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: 09/19/2025 and for which the charge is 44.97 a t4 -� Subscribed to before me, a Notary Public Ina d for Dubuque County, Iowa, this 19th day of September, 2025 Notary P b 'c in and for Dubuque ounty, Iowa. wmi] PAPEmber 199659ion Expires2025 Ad text CITY OF DUBUQUE, IOWA OFFICIAL NOTICE PUBLIC NOTICE: is hereby given that the Dubuque City Council will conduct a public hearing on the 6th day of October, 2025 at 6:30 p.m., in the Historic Federal Building, 350 W. 6th Street, 2nd floor, Dubuque, Iowa, at which meeting the City Council proposes to hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades Project. The scope of the Project is as follows: The work includes demolition and replacement of existing motor control centers (MCCs), supervisory control centers (SCCs), and associated electrical components at Buildings 10 and 75 of the Water & Resource Recovery Center. The contractor will remove outdated MCC and SCC equipment. New factory -assembled MCC and SCC units will be provided, including Ethernet -enabled starters, updated variable frequency drive (VFD) communication adapters, new PLC hardware, and power meters. The contractor will install new network racks, junction boxes, conduits, and power connections to integrate the upgraded equipment with the facilitys SCADA system. At the meeting, the City Council will receive oral and written comments from any resident or property owner of said City to the above action. The official City Council agenda will be posted the Friday before the meeting and will contain public input options. The agenda can be accessed at https://dubuqueia.portal.civicclerk.com/ or by contacting the City Clerk's Office at 563-589-4100, ctyclerk@cityofdubuque.org. Written comments on the public hearing may be submitted to the City Clerk's Office by email at ctyclerk@cityofdubuque.org or by mail to City Hall, 50 W. 13th St., Dubuque, IA 52001, before the scheduled hearing. The City Council will review all written comments at the time of the hearing. Documents related to the public hearing are on file in the City Clerk's Office and may be viewed Monday through Friday between 8:00 a.m. and 5:00 p.m. Individuals requiring special assistance should contact the City Clerk's Office as soon as feasible. Deaf or hard -of -hearing individuals can use Relay Iowa by dialing 711 or (800) 735-2942. Published by order of the City Council given on the 15th day of September 2025. Adrienne N. Breitfelder, CMC, City Clerk 1 t 9/19 Dubuque / 430411-22 / 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 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades 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 �L day of CC1C) �C 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 Deron Muehring From:Cindy Adams <CAdams@mbi.build> Sent:Thursday, September 18, 2025 8:37 AM To:Deron Muehring Subject:Certificate for Notice to Bidders Attachments:09.18.25 Notice to Bidders.pdf Caution! This message was sent from outside your organization. Never give your login information and password over email! Allow sender | Block sender | Report 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 – 2025 Water & Resource recovery Center – MCC Communication and PLC Upgrades Project 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): September 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. September 18, 2025 Date President/CEO of The Construction Update Plan Room Network 2 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. Notice to Proceed NP-1 SE Creekview Drive Extension (RISE) North of SE Oralabor Rd. NOTICE TO BIDDERS AND NOTICE OF PUBLIC HEARING SE CREEKVIEW DRIVE EXTENSION (RISE) CITY OF ANKENY, IOWA PUBLIC IMPROVEMENT PROJECT Public Hearing on Proposed Contract Documents and Estimated Cost for Improvement Notice is hereby given that a public hearing will be held by the City of Ankeny, Iowa on the proposed Contract Documents (plans, specifications, and form of contract), and estimated cost for the SE Creekview Drive Extension (RISE) – North of SE Oralabor Road project at its meeting at 5:30 P.M. on the 20th day of October, 2025, in the City Council Chambers, Ankeny Kirkendall Public Library, 1250 SW District Drive, Ankeny, Iowa, 50023. City of Ankeny City Council meetings are open for the public to attend in person. City Council meetings are also conducted virtually and interested persons may attend the meeting virtually by the following methods: 1. Join Meeting Electronically: https://zoom.us/j/97312992966?pwd=OEFocWZGS0NYUmtnVHNxcWZFak9Pdz09 Meeting ID: 973 1299 2966 Passcode: 1234 2. Join Meeting by Phone: Dial: +1 312 626 6799 Meeting ID: 973 1299 2966 Passcode: 1234 Time and Place for Filing Sealed Proposals Sealed proposals for the work comprising the improvement as stated below must be filed before 10:30 A.M. according to the clock in the Ankeny Public Services Building, 1210 NW Prairie Ridge Drive, Ankeny, Iowa, 50023 on the 14th day of October, 2025, at the reception desk in said Ankeny Public Services Building. 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. Time and Place Sealed Proposals Will be Opened and Considered Sealed proposals will be opened and bids tabulated at 10:30 A.M. on the 14th day of October, 2025, in said Ankeny Public Services Building. Proposals will be considered by the City of Ankeny City Council at its meeting at 5:30 P.M. on the 20th day of October, 2025, in said City Council Chambers. The City Council may award a Contract at said meeting, or at such other time and place as shall then be announced. Commencement of Work Work on the improvement shall be commenced any time after a written Notice to Proceed is issued, no earlier than November 4, 2025, and no later than March 30, 2026, and shall be completed as stated below. The Notice to Proceed will be issued after the preconstruction conference, which is expected to occur in November 2025. Notice to Proceed NP-2 SE Creekview Drive Extension (RISE) North of SE Oralabor Rd. Contract Documents An electronic copy of the Contract Documents is available at www.ankenyiowa.gov/bid-documents for no cost. Project information, estimated total cost, and planholder information is available for no cost at the same link. Downloads of the Contract Documents require the user to register for a free membership at www.QuestCDN.com. Paper copies of the Contract Documents are available from Civil Design Advantage, 4121 NW Urbandale Drive, Urbandale, Iowa 50322. The initial set is free of charge to prospective bidders, i.e. qualified general contractors. A fee of Fifty Dollars ($50.00) per set will apply to additional sets and to bidding documents requested by other than prospective bidders. This fee is refundable, provided the following conditions are met: (1) The Contract Documents are returned complete and in a good usable condition. (2) They are returned within fourteen (14) calendar days after the award of the project. An individual must call 515-369-4400 in advance to reserve a paper copy. Preference of Products and Labor By virtue of statutory authority, a 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. General Nature of the Public Improvement SE CREEKVIEW DRIVE EXTENSION (RISE) – NORTH OF SE ORALABOR ROAD The SE Creekview Drive Extension – North of SE Oralabor Road project includes extending SE Creekview Drive from approximately 2,500 feet north of SE Oralabor Road to approximately 3,700 feet north of SE Oralabor Road as a two-lane urban roadway section. The construction improvements include approximately 4,158 SY of 9” thick PCC Class C-SUD street pavement, 329 LF of water main, 1,331 LF of storm sewer, 2,356 LF of subdrain, Class 10 excavation, subgrade preparation, modified subbase, sidewalks, pavement markings, traffic signs, temporary traffic control, erosion control, final surface restoration, and miscellaneous associated work necessary to complete the project. Notice to Proceed NP-3 SE Creekview Drive Extension (RISE) North of SE Oralabor Rd. Bid Security 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 of Ankeny, for the faithful performance of the Contract, in an amount equal to one hundred percent (100%) of the amount of the Contract. The Bidder’s security shall be in the amount fixed in the Instructions to Bidders 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 of Ankeny. The bid shall contain no condition except as provided in the specifications. The City of Ankeny reserves the right to defer acceptance of any bid for a period of thirty (30) calendar days after receipt of bids and no bid may be withdrawn during this period. Performance, Payment, and Maintenance Bond Each successful Bidder will be required to furnish a corporate Surety Bond in an amount equal to one hundred percent (100%) of its Contract price. Said Bond shall be issued by a responsible Surety approved by the City of Ankeny and shall guarantee the faithful performance of the Contract and the terms and conditions therein contained and shall guarantee the prompt payment of all material and labor, and protect and save harmless the City of Ankeny from claims and damages of any kind caused by the operations of the Contract and shall also guarantee the maintenance of the improvement caused by failures in materials and construction for a period of four (4) years from and after acceptance of the Contract. Title VI Compliance The City of Ankeny, Iowa, in accordance with the provisions of Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 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 any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in r esponse to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Payment 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 97% of the work completed during a payment period, with the remaining 3% being retained in accordance with the Iowa Code. Regular payments approved by the Engineer will be made following the next scheduled City Council meeting. The retainage payment will be released thirty-one (31) days following acceptance of the project by the City of Ankeny as per provisions in the Iowa Code. Notice to Proceed NP-4 SE Creekview Drive Extension (RISE) North of SE Oralabor Rd. Sales Tax Exemption The City of Ankeny will issue a sales tax exemption certificate to the Contractor for all material purchased for incorporation into the project. Sales tax exemption certificates are applicable only for the specific project for which the sales tax exemption certificate is issued. Completion of Work The Contractor shall substantially complete the overall project within eighty (80) working days. Substantial completion for the overall project shall be defined as all utility, grading, and pavement construction completed, with the new pavement markings and signs installed, and the new street and sidewalks fully open to traffic. Should the Contractor fail to substantially complete the work in this timeframe, liquidated damages of One Thousand Dollars ($1,000.00) per calendar day will be assessed for work not substantially completed within the designated Contract term(s). The Contractor shall fully complete the overall project within ten (10) working days commencing on a mutually agreed upon date following substantial completion of the overall project. Full completion for the overall project shall be defined as all work including temporary surface restoration and punch list items completed, and all improvements ready for final acceptance. Should the Contractor fail to fully complete the work in this timeframe, liquidated damages of Five Hundred Dollars ($500.00) per calendar day will be assessed for work not fully completed within the designated Contract term(s). The City of Ankeny does hereby reserve 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. This Notice is given by authority of the City Council of the City of Ankeny, Iowa. Dated at Ankeny, Iowa, this 15th day of September, 2025. Bobbi B. Bentz, Mayor ATTEST: Michelle Yuska, City Clerk Posted to the Iowa League of Cities and the Master Builders of Iowa websites the 17th day of September, 2025. Published in the Des Moines Register the 3rd day of October, 2025. Cal883301A & Cal883220A Nutrient Reduction Wetland Project DOCUMENT AA Bid No. 25-12 NOTICE-TO-BIDDERS AA NOTICE-TO-BIDDERS ____________________________________________________________________________________________________ Cal883301A & Cal883220A Nutrient Reduction Wetland Project Section 01, Township 88 North, Range 33 West & Section 20, Township 88 North, Range 32 West Calhoun County, Iowa Sealed bids will be received by the Iowa Department of Agriculture & Land Stewardship, Division of Soil Conservation and Water Quality (Division), via the Iowa Management of Procurement and Contracts System (IMPACS), until 3:00 PM local time, Wednesday, October 8, 2025. The bid opening, open to the public, will be held through IMPACS at 3:10 PM local time, on Wednesday, October 8, 2025, when bids will be read aloud. Interested parties may call in to hear the bid opening using the Microsoft Teams call-in number: 1 469-998-7627, 38684452#. Bids must be submitted on the appropriate bid forms provided and shall include a bid bond in the amount of ten percent (10%). Bidders must also be registered with the Iowa Department of Inspections, Appeals & Licensing. Cal883301A In general, the work includes constructing a wetland that receives water from an existing tile using a pump powered using solar panels. The project includes, but is not limited to, selective clearing, excavation and grading, along with tile and o utlet structures, pump installation, county road and culvert removal and replacement, riprap placement, and seeding. This project includes around 15,752 total cubic yards of earthwork, 1,217 linear feet of various tile installation, 158 square yards of PC C pavement replacement, 390 tons of riprap along with 29 tons of Class A Roadsone, 500 linear feet of silt fence, and 14.1 acres of seeding. The project also includes installation of one pump systems with the associated solar panels and controls. The estimated construction cost range for this project is $300,000 to $400,000. Cal883220A In general, the work includes constructing a wetland that receives water from an existing drainage ditch using a pump powered using solar panels. The project includes, but is not limited to, selective clearing, excavation and grading, along w ith tile and outlet structures, pump installation, tied concrete block mat and riprap placemen t, and seeding. This project includes around 1,775 total cubic yards of earthwork, 172 linear feet of various tile installation, 2200 square feet of tied concrete block mat, two concrete structures, 218 tons of riprap, and 14 acres of seeding. The project also includes installation of one pump systems with the associated solar panels and controls. The estimated construction cost range for this project is $200,000 to $260,000. A pre-bid conference will be held at 9:00 AM, on September 23, 2025 at the Calhoun County Extension Serivce, 325 Court St, Rockwell City 50579, telephone: 712-297-8611. Attendance at the pre-bid conference by prospective bidders is not mandatory but is encouraged. The Plans and Construction Specifications governing the construction of the proposed improvements have been prepared by Juan Arellanes, P.E., JEO, and are hereby made a part of this notice by reference and the proposed contract shall be executed in compliance therewith. Copies of the Contract Documents, including Plans, Construction Specifications, and Bid Package, are available through the website links: https://iowaagriculture.gov/dscwq/requests-proposals and https://das.iowa.gov/vendors/bidding-opportunities#vendor-bid-opportunities • View Other Agency Hosted Solicitations https://solutions.sciquest.com/apps/Router/SupplierLogin?CustOrg=DASIowa In order to be included on the plan holders list, which is required to be able to receive meeting minutes, addenda and an updated plan holders list, interested parties must make a written or verbal request to the Division by telephone : 515-344- 6279, or by e-mail: tracy.bruun@iowaagriculture.gov. Bidders who attend and sign -in to the pre-bid conference will be added to the plan holders list. A printed copy of plans and construction specifications can be viewed by appointment by contacting Tracy Bruun, Division (tracy.Bruun@iowaagriculture.gov, or (515) 344-6279. Printed copies of specifications and plans will be provided to the successful bidder. Cal883301A & Cal883220A Nutrient Reduction Wetland Project DOCUMENT AA Bid No. 25-12 NOTICE-TO-BIDDERS AA The successful bidder shall be required to furnish a Performance/Payment Bond in an amount equal to one hundred percent (100%) of the contract price. Questions concerning the Plans and Construction Specifications should be in writing and addressed to Juan Arellanes, P.E., jarellanes@jeo.com, and must copy Tracy Bruun, Division, tracy.bruun@iowaagriculture.gov . All other questions concerning other Contract Documents should be addressed to Tracy Bruun, Division, tracy.bruun@iowaagriculture.gov or 515 -344- 6279. To be considered in a final addendum, written questions must be received by 3:00 PM on September 30, 2025. The Division reserves the right to reject any or all proposals and to waive technicalities and irregularities. To register and learn about IMPACS, go to: https://das.iowa.gov/state-employees/procurement/iowa-management-procurement-and-contracts-system-impacs END OF DOCUMENT AA Page 1 of 3 NOTICE TO BIDDERS WEST WASHINGTON STREET SANITARY SEWER LATERAL REHABILITATION CITY OF CENTERVILLE, IOWA Sealed bids will be received by the City Administrator of Centerville, Iowa at City Hall, 312 E. Maple Street, Centerville, Iowa, 52544 until 2:00 p.m. on October 15, 2025, for the West Washington Street Sanitary Sewer Lateral Rehabilitation project in and for the City of Centerville, Iowa. At the above time and place all bids received by the City will be opened and publicly read with the results being reported to the Centerville City Council at their meeting at 6:00 p.m. on October 20,2025 at City Hall, 312 E. Maple Street, Centerville, Iowa, at which time the Council will consider and may take action on the proposals submitted or at such time as may then be fixed. The general description of the work for which bids will be received is as follows: Cleaning and televising of 8-inch sanitary sewer main, cleaning and televising of 4-inch and 6-inch sanitary sewer laterals, cured-in-place lining of 4-inch and 6-inch sanitary sewer laterals, installation of sewer clean-outs by vacuum insertion (Vac-A-Tee by LMK Technologies, Inc.), and all other miscellaneous work required to complete the project in accordance with the plans and specifications. A more detailed description of the kinds and approximate quantities of materials and types of construction for which bids will be received are set forth in the Bid Form included in the Project Manual prepared by Hall Engineering Company, which, together with the proposed form of contract, are now on file for public examination in the office of the City Administrator, and are by this reference made part hereof as though fully set out and incorporated herein. The project is located on West Washington Street, from N. 7th Street to N. 10th Street in the City of Centerville. Site visits can be arranged by contacting Nancy Buss at Hall Engineering Company by phone at (641) 437-4477 or by email at nbuss@hall-engineering.us. All Bids shall be made on official proposal forms furnished by the Engineer and must be enclosed in a separate sealed envelope and plainly identified and addressed to the City of Centerville, Iowa. Each Bid shall be accompanied by 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 bidder's bond with corporate surety satisfactory to the City in an amount equal to Five percent (5%) of the total amount of the proposal. If bid bond is submitted, it must be in the form provided in the specifications. Said check or share draft may be cashed, or the bid bond forfeited as liquidated damages in the event the successful bidder fails or refuses to enter into a contract within fifteen (15) days of issuance of a Notice of Award and post bond satisfactory to the City insuring the faithful fulfillment of the contract and maintenance of said improvements as required by law. The bid bond should be executed by a corporation authorized to contract as a surety in the State of Iowa, and must not contain any conditions either in the body or as an endorsement thereon. Page 2 of 3 The successful bidder will be required to furnish a corporate surety bond in an amount equal to one hundred per cent (100%) of the contract price, 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, the payment for materials used in the project and the maintenance of said improvements in good repair for not less than one (1) year from the time of acceptance of said improvements by the City. The City reserves the right to defer acceptance of any bid for a period not to exceed thirty (30) calendar days from the date of receipt of bids. The City reserves the right to reject any or all bids and to waive informalities and irregularities in the form of the bid and to enter into such contract, or contracts, as it shall deem to be in the best interests of the City. Payment of the cost of said project will be made from such cash funds of the City as may be legally used for said purpose at the discretion of the City, including but not limited to, the proceeds from the sale of Revenue or General Obligation Bonds, and/or the proceeds from the sale of warrants, as authorized by Section 384.57 of the Code of Iowa, made payable from any or all of the above- mentioned sources. The Contractor will be paid ninety-seven per cent (97%) of the value of acceptable work completed at the end of the preceding month. Final payment will be made not less than thirty-one (31) days after completion of the work and acceptance by the City, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa. No such final payment will be due until the Contractor certifies to the City that the materials, labor, and services involved in the final estimate have been paid for in accordance with the requirements stated in the specifications. The City of Centerville is exempt from paying Sales and Use Tax and will supply Contractor with an “Iowa Sales Tax Exemption Certificate”. The work on this project may commence after receipt by the contractor of a written notice to proceed. All work shall be substantially completed by May 1, 2026. All work shall be completed and ready for final payment by June 1, 2026. The Contractor shall pay the City liquidated damages in the amount of $250 for each day that expires after the time specified above for substantial completion. If the Contractor fails to complete the remaining work, after the date of substantial completion, the Contractor shall pay the City liquidated damages in the amount of $500 for each day that expires after such work is completed and ready for final payment by the time specified above. To the extent allowed by Federal law and regulation, by virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa. To the extent required by Iowa law and allowed by federal law, 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. Page 3 of 3 Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected. Plans and specifications governing the proposed improvements have been prepared by the Engineer. These plans and specifications, and the proceedings of the City referring to and defining said improvements, are hereby made a part of this Notice, and the proposed contract by reference, shall be executed to comply therewith. Copies of said plans and specifications and form of contract are now on file in the office of the City Administrator, for examination by bidders. Copies may be obtained from Hall Engineering Company, 300 E. Sheridan Ave., Centerville, Iowa 52544, upon deposit of $100.00, by contacting Nancy Buss by telephone at (641) 437-4477 or by email at nbuss@hall-engineering.us. Plans and Specifications may also be obtained in an electronic format at no cost. Plans and specifications shall be refunded upon return in a reusable condition within fourteen (14) days after award of the project. If the plans and specifications are not returned within fourteen (14) days after award of the project and in a reusable condition, the deposit shall be forfeited. Published upon order of the City of Centerville, Iowa. CITY OF CENTERVILLE, IOWA BY /s/ Mike O’Connor _ Mayor ATTEST: BY /s/ Jason Fraser City Administrator NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT 2025 WATER & RESOURCE RECOVERY CENTER MCC COMMUNICATION AND PLC UPGRADES PROJECT IDNR SRF FILE: CS192117101 DNR PROJECT: #2025-0150A Time and Place for Filing Sealed Proposals. Sealed Bids for the work comprising each improvement as stated below must be filed before 2 P.M. on Thursday, October 23rd, 2025, in the Office of the City Clerk, City Hall–First Floor, 50 West 13th Street, Dubuque, IA 52001. Time and Place Sealed Proposals Will be Opened and Considered. Sealed Proposals will be opened and Bids tabulated at 2 P.M. on Thursday, October 23rd, 2025, at City Hall–Conference Room A, 50 West 13th Street, Dubuque, IA, 52001, for consideration by the City Council (Council) on Monday, November 3, 2025, at the Historic Federal Building, 350 W. 6th St, Second Floor Council Chambers, Dubuque, Iowa, 50021, or at such later date as may be set at said meeting. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. Time for Commencement and Completion of Work. Work shall be commenced after Notice to Proceed has been issued and shall be fully completed by August 25, 2027, in accordance with the requirements listed in the Agreement. Bid Security. Each Bidder shall accompany its Bid with a 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, 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 shall be in the amount of 10 percent (10%) of the amount of the Contract and shall 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 governmental entity may provide for a Bidder’s Bond with corporate surety satisfactory to the governmental entity. The Bid Bond shall contain no conditions excepted as provided in this section. Contract Documents. Bids are to be addressed to the City of Dubuque, Iowa, 50 West 13th Street, Dubuque, IA 52001, and shall be marked “Sealed Bid–2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, IDNR SRF File: CS192117101; DNR Project: #2025-0150A.” A copy of the Contract Documents may be viewed at the City Clerk’s Office, City Hall, 50 West 13th Street, Dubuque, IA 52001. Complete digital Contract Documents will also be available, for download on the City’s website at www.cityofdubuque.org/bids.aspx. No plan deposit is required. Bidder will execute and file the Agreement and 100% Performance and Payment Bonds within 15 days after the Notice of Award. The City of Dubuque reserves the right to reject any or all Bids, to waive any technicality, and to accept any Bid which it deems advantageous. All Bids shall remain subject to acceptance for 60 days after the time set for receiving Bids. Contract award shall be made based on the lowest responsive and responsible Bidder. Any Contract or Contracts to be awarded are expected to be funded entirely or in part by a loan from Iowa Drinking Water State Revolving Fund. This procurement will be subject to regulations contained in appropriate State Statutes and 40 CFR Parts 31, 33, and 35 of the Federal Statutes. Award of IDNR SRF File: CS192117101; DNR Project: #2025-0150A may be dependent on loan securement. A Federal Davis-Bacon Wage rate determination will prevail for this Project. General Decision Numbers IA20240003 01/05/2024 and IA20240065 07/19/2024 shall apply. Women and Minority–owned businesses are encouraged to submit Bids for this Project. Bidders must demonstrate positive efforts to utilize women’s and minority owned businesses. This procurement will be subject to regulations contained in 40 CFR 35.3145(d), and P.L. 102-389 and 100-590. In addition, Bidder shall comply with Executive Orders 11625, 12138, and 12432. General Nature of Public Improvement 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, IDNR SRF File: CS192117101; DNR Project: #2025-0150A. Project consists of the replacement of obsolete motor control hardware with new equipment using Ethernet communications and replacements of programmable logic controllers and power meters in the Headworks and Solids Processing Buildings at the Water & Resource Recovery Center. 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. 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. Sales Tax. The Bidder should not include sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the Project. Contact Information. The Bidders shall contact either David Gohdes (david.gohdes@strand.com or 608-251-4843) at Strand Associates, Inc.® or Deron Muehring (dmuehrin@cityofdubuque.org or 563-589-4176) at the City of Dubuque, or both parties with their questions associated with this project. 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. On the following date, September 16, 2025 this Notice was posted at the following locations: 1. Posted on the City of Dubuque Website: www.cityofdubuque.org/bids 2. Posted to Construction Update Network: www.mbionline.com Notice of Intent for CMAR RFQ: 2025-09-17 NOTICE OF INTENT TO ENTER INTO A GUARANTEED MAXIMUM PRICE CONTRACT Emmetsburg Municipal Utilities (EMU) will be publishing a request for statements of qualifications (RFQs) for Construction Manager at Risk (CMAR) services to provide Construction services for Water Treatment Facility Improvements. The Project will consist of improvements to the existing Water Treatment Facility consisting of: - Existing pressure filter rehabilitation - Cast in place concrete storage tanks - Precast concrete building - Reverse osmosis (RO) equipment - Site work - Process pumps, piping, and electrical - Backwash waste tank conversion into a lift station and forcemain - New supply well with submersible pump The proposed project is located at the current water treatment facility property at 1501 State Street, Emmetsburg, IA 50536. EMU intends to enter into a Guaranteed Maximum Price Contract with the selected CMAR during the preconstruction process. The CMAR will be engaged using a two-step solicitation process. A CMAR with sufficient qualifications based on the following selection criteria will be offered the opportunity to submit a proposal to serve as CMAR for the project: 1. Projects of similar size and scope (public or private) 2. Past Performance 3. Safety Record 4. Proposed Personnel 5. Proposed Methodology At the proposal stage, qualified respondents will be asked to submit their proposed fees for the project. EMU will select the CMAR that submits the proposal that offers the best value based on the published selection criteria and on its ranking evaluation at the conclusion of the solicitation process. * Pursuant to Iowa Code sec. 26A.3 this Notice shall be posted at least 14 days prior to issuing the RFQ for CMAR services. The notice must be posted in a relevant contractor plan room service with statewide circulation, in a relevant construction lead generating service with statewide circulation, and on an internet site sponsored by either a governmental entity of a statewide association that represents the governmental entity. 2025 Equalization Basin Joint Sealing Project 0200 – Page 1 of 2 0200 INSTRUCTIONS TO BIDDERS 2025 EQUALIZATION BASIN JOINT SEALING PROJECT 1. Optional Pre-Bid Meeting: a. Time, Date, and Location: September 23, 2025 11:00AM Waste Water Treatment Plant Conference Room 4366 Napolean St SE Iowa City, IA 52240 2. Bid Submittals: a. Time, Date and Location: September 30, 2025 3:00PM City Clerk’s Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: N/A 5. Progress and Schedule: a. Contract Times: Start Date: Once contract is fully executed Final Completion Date: November 15, 2025 Liquidated Damages: $240 per calendar day past final completion date b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Plant Hours 7:00-3:30. Extended hours available with approval of engineer. c. Site Events: i. Spring of 2026, Equalization Basin will be used to store sludge. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of one (1) year(s) after its completion and formal acceptance by the City Council. 2025 Equalization Basin Joint Sealing Project 0200 – Page 2 of 2 b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. b. Record documentation is required on all projects in accordance with Section 1090, 1.08.E of the Supplemental Specifications. Liquidated damages will be considered if adequate record documentation is not submitted by the Final Completion Date. City of Newton - 24X.136475 NOTICE TO BIDDERS September, 2025 PAGE 00100-1 V20240223 © Bolton & Menk, Inc. 2025, All Rights Reserved SECTION 00100 - NOTICE TO BIDDERS Children's Forrest Bank Stability Repairs City of Newton Newton, Iowa Receipt and Opening of Sealed Proposals. Sealed proposals for the work comprising the repair or improvement as stated below must be filed before 11:00 A.M. on October 9, 2025, in the office of the Public Works Director, 303 W 4th Street, Suite 501, Newton, Iowa 50208. Sealed proposals will be opened and publicly read with bids being tabulated at that time. The results will be reported to the City of Newton at its meeting at 6:00 P.M. on October 20, 2025, at which time the Council may take action on the proposals submitted or at such time as may then be fixed. The City of Newton Council reserves the right to reject any or all bids, to waive informalities or technicalities in any bid, and to enter into such contract, or contracts, as it shall deem to be to in the best interest of the City of Newton. Time for Commencement and Completion of Work. Work on the improvement shall commence upon approval of the contract by the Council and as stated in the Notice to Proceed. All work under the contract must be complete on or before April 30, 2026. Liquidated damages are as set forth in Section 00500 – Contract. Bid Security. 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. The Bidder’s security shall be in an amount equal to 5 percent of the total amount of the bid. The bid shall contain no condition except as provided in the specifications. If the Bidder fails to execute the contract and to furnish an acceptable Performance, Payment, and Maintenance Bond or provide a Certificate of Insurance within ten (10) days after acceptance of the bid by the City, the bid security may be forfeited or cashed by the City as liquidated damages. Contract Documents. Copies of the project documents are available through the City of Newton, 303 W 4th Street N, Suite 501, Newton, IA 50208. Preference of Products and Labor. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa, to the extent lawfully required under Iowa statutes. Sales Tax Exemption Certificates. The Bidder shall not include sales tax in the bid. The City of Newton 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. PROJECT DESCRIPTION: Repair and reshaping of the stream bank and armoring the stream against future degradation. The Notice is given by order of the Council of the City of Newton. Katrina Davis City Clerk 2 POLK COUNTY PROCUREMENT AND PURCHASING DIVISION BID NO. 713-2526 LOWER GREENWAY STREAM RESTORATION PROJECT - ARA 12 OFFICIAL PUBLICATION On behalf of the Polk County Board of Supervisors and Public Works, the Procurement and Purchasing Division will receive bids for the LOWER GREENWAY STREAM RESTORATION PROJECT - ARA 12. Project includes stabilization and restoration of approximately 2,700 linear feet of stream within Des Moines in Polk County Iowa. Project starts approximately October 9th, 2025 and specified to be completed by February 28th, 2026. Engineer’s Estimate: $611,882 Interested firms/individuals may obtain Contract Documents, project information, and submit bids via BidNet Direct until bid submission deadline/closing date and time of September 23rd, 2025, at 2:00 PM CST at: https://www.bidnetdirect.com/iowa/polkcounty. Bidder should not include sales tax in their bid and shall include a five percent (5%) bid security as defined in Section 26.8 of the Iowa Code. Any entity not yet registered on BidNet Direct may sign up for a free account for access to this posting and be included in all future Polk County solicitations. A pre-letting conference will be held on September 4th, 2025 from 9-10 AM at 4198 E. Washington Ave. Des Moines, IA. 50317. RSVP is required for attending contractors by email to Jason.foss@polkcountyiowa.gov or by phone at 515-805-8653. By virtue of statutory authority, a preference will be given to products and provisions grown and produced within the State of Iowa and to Iowa domestic labor. It is the purchasing policy of Polk County to allow the Polk County Board of Supervisors the discretion of showing preference in purchasing goods and services from vendors who produce goods or maintain an office in Iowa. Preference may also be given to goods produced in Polk County or to vendors maintaining an office in Polk County. Further, it is the policy of Polk County to actively solicit and seek out local vendors of goods and services and to encourage said vendors to stock and supply Iowa-made products. 2 POLK COUNTY PROCUREMENT AND PURCHASING DIVISION BID NO. 714-2526 HERITAGE PARK STREAM RESTORATION PROJECT- ARA 5 OFFICIAL PUBLICATION On behalf of the Polk County Board of Supervisors and Public Works, the Procurement and Purchasing Division will receive bids for the HERITAGE PARK STREAM RESTORATION PROJECT- ARA 5. Project includes stabilization and restoration of approximately 1,700 linear feet of stream within Ankeny in Polk County Iowa. Project start approximately October 22nd, 2025 and specified to be completed by March 31st, 2026. Engineer’s Estimate: $860,776 Interested firms/individuals may obtain Contract Documents, project information, and submit bids via BidNet Direct until bid submission deadline/closing date and time of October 7th, 2025, at 2:00 PM CST at: https://www.bidnetdirect.com/iowa/polkcounty. Bidder should not include sales tax in their bid and shall include a five percent (5%) bid security as defined in Section 26.8 of the Iowa Code. Any entity not yet registered on BidNet Direct may sign up for a free account for access to this posting and be included in all future Polk County solicitations. A pre-letting conference will be held on September 18th, 2025 from 9-10 AM at the Heritage Park parking lot, 300 NE. Frisk Dr. Ankeny, IA. 50021. RSVP is required for attending contractors by email to Jason.foss@polkcountyiowa.gov or by phone at 515-805-8653. By virtue of statutory authority, a preference will be given to products and provisions grown and produced within the State of Iowa and to Iowa domestic labor. It is the purchasing policy of Polk County to allow the Polk County Board of Supervisors the discretion of showing preference in purchasing goods and services from vendors who produce goods or maintain an office in Iowa. Preference may also be given to goods produced in Polk County or to vendors maintaining an office in Polk County. Further, it is the policy of Polk County to actively solicit and seek out local vendors of goods and services and to encourage said vendors to stock and supply Iowa-made products. JULY 2022 EDITION Facilities Management Design and Construction University of Iowa 1 West Prentiss Street Iowa City, Iowa 52242 319-335-5500 PROJECT MANUAL FOR UI HEALTH CARE - UNIVERSITY OF IOWA - STEAD FAMILY CHILDREN’S HOSPITAL - L4 - REPLACE CSS STERILIZER EQUIPMENT Project #1149001 THE UNIVERSITY OF IOWA IOWA CITY, IOWA PHASE: Bid PRE-BID CONFERENCE: 9:00 a.m., Central Time, September 30, 2025 Conference Room HPR3 SB5 (Large) SITE TOUR: Immediately following Pre-Bid Conference The pre-bid will be the only opportunity for a pre-bid inspection of the existing conditions. Bidders are strongly encouraged to attend. BIDS DUE: Prior to 2:01 p.m., Central Time, October 14, 2025 Via Bid Express (www.bidexpress.com) Public Bid Openings are held virtually, via Zoom. For Bid results: https://buildui.facilities.uiowa.edu/buildui/bids DESIGN PROFESSIONAL: One Eleven Design Collective Ivan Valtchev PO Box 600 Waterloo, IA 50704 (414) 732-9112 ivan.valtchev@oneeleven-design.com WITCC Building B (Corporate College) Chiller Replacement September, 2025 Sioux City, Iowa ADVERTISEMENT FOR BIDS EDA No. 2530 00 11 13 - 1 SECTION 00 11 13 - ADVERTISEMENT FOR BIDS NOTICE OF LETTING DESCRIPTION OF WORK NOTICE TO BIDDERS: Qualified bidders may submit bids for project as described in this Document. All bids shall be in accordance with Contract Documents prepared by EDA Inc., which Contract Documents are made a part of this notice by reference thereto. Project Identification: Western Iowa Tech Community College Building B (Corporate College) Chiller Replacement Project Location: 4647 Stone Avenue, Sioux City, IA 51106 Engineer: Engineering Design Associates, Inc. (EDA Inc.) 385 12th Street, NE Sioux Center, IA 51250 Project Description: Project consists of replacement of existing split system chiller with a package chiller. Project Cost Opinion: $650,000.00 TYPE OF BID Construction Contract: Bids will be received for a single prime contract. BID OPENING TIME, DATE AND LOCATION Owner will receive sealed lump sum bids until the bid time and date at the location given below. Owner will consider bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows: Bid Date: Thursday, October 30, 2025 Bid Time: 2:00 p.m., local time Location: Western Iowa Tech Community College 4647 Stone Ave., Sioux City, IA 51106 Bids will be publicly opened by the Owner and publicly read by the Owner or designee, on said date and will be acted upon by the Owner at such later time and place as may then be fixed. Award of the Contract shall be to the lowest responsive, responsible bidder determined on the basis of a combination of the Base Bid and selected Alternates. Neither the Owner nor its agents will assume liability for the inability of the bidder to submit a bid in a timely manner. Bids received after the deadline will be rejected. Bidders bear full and complete responsibility for the timely submission of such bid. Time of receipt shall be the time recorded and determined by the Owner or designee. All bids shall be filed on forms included in the Project Manual, furnished by the Engineer, sealed and plainly marked. Any alteration of the bid form may be cause for rejection of the proposal. WITCC Building B (Corporate College) Chiller Replacement September, 2025 Sioux City, Iowa ADVERTISEMENT FOR BIDS EDA No. 2530 00 11 13 - 2 EXAMINATION OF DOCUMENTS Availability of Documents: Complete hard copy sets of procurement documents may be obtained from EDA Inc., 385 12th Street, NE, Sioux Center, Iowa for a deposit sum of $100 per set, which will be refunded upon return of documents in accordance with the requirements of the Instructions to Bidders. Prime Contractors and Sub-Contractors may obtain (1) set of printed bidding documents. Other access to documents will be by electronic means. Documents may be examined at the following construction plan rooms: Construction Update Plan Room (Master Builders of Iowa), Des Moines, Iowa Dodge Data & Analytics, Arlington, Texas iSqFt, Cincinnati, Ohio Lincoln Builders Bureau, Lincoln, Nebraska Norfolk Builders Exchange, Norfolk, Nebraska Omaha Builders Exchange, Omaha, Nebraska Plains Builders Exchange, Sioux Falls, South Dakota Sioux City Construction League, Sioux City, Iowa Sioux Falls Builders Exchange, Sioux Falls, South Dakota BID SECURITY Each bid shall be made on the form furnished by the Engineer, and must be accompanied by a deposit of money, Certified Check, Cashier's Check, or Credit Union Certified Share Draft, or a Bid Bond to be executed by a corporation authorized to contract as a surety in the state of Iowa, in an amount equal to five percent (5%) of the amount of the Bid, made payable to Western Iowa Tech Community College, Sioux City, Iowa, and may be cashed by the Board as liquidated damages in the event the successful Bidder fails to enter into a Contract and file bond satisfactory to the Board assuring the faithful fulfillment of the Contract and maintenance of said improvements as required by law, the provisions of this notice and the Contract Documents within ten (10) days after acceptance of his Bid. State Sales Tax: This project is tax exempt. Do not include state sales tax in any calculation of Bid totals. Contractor will be provided with Iowa sales tax exemption number for this project. BIDDER QUALIFICATIONS By virtue of statutory authority, preference will be given to products and provisions produced within the State of Iowa, to the extent lawfully required under Iowa statutes. 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 WITCC Building B (Corporate College) Chiller Replacement September, 2025 Sioux City, Iowa ADVERTISEMENT FOR BIDS EDA No. 2530 00 11 13 - 3 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. Failure to submit a fully complete and accurate Bidder Status Form with the Proposal may result in the Proposal being deemed non-responsive and may result in the Proposal being rejected. BASIS OF BIDS Bid Security of the two lowest Bidders will be retained until contract has been awarded and executed, but no longer than 30 days after the opening of bids. No Bidder may withdraw their bid within 30 days after opening of bids. The successful Bidder will be required to furnish a Performance Bond and Material and Labor Payment Bond in an amount equal to one hundred percent (100%) of the Contract Sum, issued by a responsible surety approved by the Board and shall guarantee the faithful performance of the Contract and terms and conditions therein contained and the maintenance of said improvements pursuant to the provisions of the Contract Documents. Bids shall remain in effect for a period of thirty (30) days, commencing on bid due date. The Board reserves the right to reject any or all bids, re-advertise for all bids and to waive any or all formalities that may be in the best interest of Western Iowa Tech Community College. Monthly estimates will be paid to the Contractor as the work progresses in amounts equal to ninety-seven percent (97%) of the Contract value of the work completed during the preceding calendar 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. Final payment of the three percent (3%) retainage due to the Contractor will be made thirty (30) days after final acceptance of the work under the Contract by the Owner if no claims are on file and after receipt of satisfactory evidence that all claims pertaining to such Contract have been paid in full as provided in the Contract Documents for said work. Fabrication of new work shall begin immediately after contracts are signed and insurance certificates are approved. Verify work schedule with Owner and Engineer. The complete system shall be substantially complete by August 1, 2026. PREBID MEETING Prebid Meeting: A Prebid meeting for all bidders will be held at WITCC – Sioux City Campus, Board Room No. 507, 4647 Stone Avenue, Sioux City, IA 51106 on Thursday, October 16, 2025 at 2:00 p.m., local time. Prospective prime bidders are requested to attend. NOTIFICATION This Advertisement for Bids document is published upon order of the Board, Western Iowa Tech Community College. END OF SECTION 00 11 13 Dubuque / 430411-22 / 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 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, the Notice to Bidders provided for therein was posted on the City's website on See}em Her i� , 2025. WITNESS MY HAND this 7day of Qc+o6er, 52025. City Clerk (Attach here a screenshot of the Notice to Bidders as posted on the City's website, showing the date of posting). -11- DORSEY & WHITNEY LLP, ATTORNEYS, DES MOINES, IOWA E d C % ci"fdubuque.org/ ids.aspx?bidlD-18W {7 [} [q FIT CDCity of UBUQUE GOVERNMENT RESIDENTS DOING BUSINESS VISIT B Print Bid Number: 4381MOO17-01 Bid Title: 2025 WATER 8 RESOURCE RECOVERY CENTER MCC COMMUNICATIONAND PLC UPGRADES PROJECT Category: Engineering Status: Open Description. Project consists of the replacement at obsolete motor control hardware wit new equipment using Ethernet communications and replacemems of programmable logic controllers and powermHers in the Headworl s and Solids Processing Buildings site Water 8 Resourco Recovery Center. Publication Ba4lTime: W1620258 MAN Cbsing Ba4lTime: 102MO25200 PM Submittal Information: Sao attached bid documents. Addendum Batertime: 10-]-25 Contact Person: The Bidders shall contact either Beer! GCMes (david.gobdesigstmndcore or 608-25148E3) at Shand Associates, Inc ®for engineering ads questions or Been Munising (dmuehdn@ciryoMubqur.org or 563TUM4176) at Me City 0f Bugbear, or both parries with questions associated wit this project. Related Documents: asewowmmtivl O /GG p ISelectLanguage CITY OF DUBUQUE, IOWA OFFICIAL NOTICE PUBLIC NOTICE: is hereby given that the Dubuque City Council will conduct a public hearing on the 61h day of October, 2025 at 6:30 p.m., in the Historic Federal Building, 350 W. 6th Street, 2nd floor, Dubuque, Iowa, at which meeting the City Council proposes to hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the 2025 Water & Resource Recovery Center MCC Communications and PLC Upgrades Project. The scope of the Project is as follows: The work includes demolition and replacement of existing motor control centers (MCCs), supervisory control centers (SCCs), and associated electrical components at Buildings 10 and 75 of the Water & Resource Recovery Center. The contractor will remove outdated MCC and SCC equipment. New factory -assembled MCC and SCC units will be provided, including Ethernet -enabled starters, updated variable frequency drive (VFD) communication adapters, new PLC hardware, and power meters. The contractor will install new network racks, junction boxes, conduits, and power connections to integrate the upgraded equipment with the facility's SCADA system. At the meeting, the City Council will receive oral and written comments from any resident or property owner of said City to the above action. The official City Council agenda will be posted the Friday before the meeting and will contain public input options. The agenda can be accessed at https://dubugueia.portal.civicclerk.com/ or by contacting the City Clerk's Office at 563-589-4100, ctyclerk@cityofdubuque.org. Written comments on the public hearing may be submitted to the City Clerk's Office by email at ctyclerk@cityofdubuque.org or by mail to City Hall, 50 W. 13th St., Dubuque, IA 52001, before the scheduled hearing. The City Council will review all written comments at the time of the hearing. Documents related to the public hearing are on file in the City Clerk's Office and may be viewed Monday through Friday between 8:00 a.m. and 5:00 p.m. Individuals requiring special assistance should contact the City Clerk's Office as soon as feasible. Deaf or hard -of -hearing individuals can use Relay Iowa by dialing 711 or (800) 735-2942. Published by order of the City Council given on the 15th day of September 2025. Adrienne N. Breitfelder, CIVIC, City Clerk Page 747 of 1171 NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT 2025 WATER & RESOURCE RECOVERY CENTER MCC COMMUNICATION AND PLC UPGRADES PROJECT IDNR SRF FILE: CS192117101 DNR PROJECT: #2025-0150A Time and Place for Filing Sealed Proposals. Sealed Bids for the work comprising each improvement as stated below must be filed before 2 P.m. on Thursday, October 23rd, 2025, in the Office of the City Clerk, City Hall —First Floor, 50 West 13th Street, Dubuque, IA 52001. Time and Place Sealed Proposals Will be Opened and Considered. Sealed Proposals will be opened and Bids tabulated at 2 P.M. on Thursday, October 23rd, 2025, at City Hall —Conference Room A, 50 West 13th Street, Dubuque, IA, 52001, for consideration by the City Council (Council) on Monday, November 3, 2025, at the Historic Federal Building, 350 W. 6th St, Second Floor Council Chambers, Dubuque, Iowa, 50021, or at such later date as may be set at said meeting. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. Time for Commencement and Completion of Work. Work shall be commenced after Notice to Proceed has been issued and shall be fully completed by August 25, 2027, in accordance with the requirements listed in the Agreement. Bid Security. Each Bidder shall accompany its Bid with a 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, 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 shall be in the amount of 10 percent (10%) of the amount of the Contract and shall 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 governmental entity may provide for a Bidder's Bond with corporate surety satisfactory to the governmental entity. The Bid Bond shall contain no conditions excepted as provided in this section. Contract Documents. Bids are to be addressed to the City of Dubuque, Iowa, 50 West 13th Street, Dubuque, IA 52001, and shall be marked "Sealed Bid-2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, IDNR SRF File: CS192117101; DNR Project: #2025-0150A." A copy of the Contract Documents may be viewed at the City Clerk's Office, City Hall, 50 West 13th Street, Dubuque, IA 52001. Complete digital Contract Documents will also be available, for download on the City's website at www.cityofdubuque.org/bids.aspx. No plan deposit is required. Page 748 of 1171 Bidder will execute and file the Agreement and 100% Performance and Payment Bonds within 15 days after the Notice of Award. The City of Dubuque reserves the right to reject any or all Bids, to waive any technicality, and to accept any Bid which it deems advantageous. All Bids shall remain subject to acceptance for 60 days after the time set for receiving Bids. Contract award shall be made based on the lowest responsive and responsible Bidder. Any Contract or Contracts to be awarded are expected to be funded entirely or in part by a loan from Iowa Drinking Water State Revolving Fund. This procurement will be subject to regulations contained in appropriate State Statutes and 40 CFR Parts 31, 33, and 35 of the Federal Statutes. Award of IDNR SRF File: CS192117101; DNR Project: #2025-0150A may be dependent on loan securement. A Federal Davis -Bacon Wage rate determination will prevail for this Project. General Decision Numbers IA20240003 01/05/2024 and IA20240065 07/19/2024 shall apply. Women and Minority —owned businesses are encouraged to submit Bids for this Project. Bidders must demonstrate positive efforts to utilize women's and minority owned businesses. This procurement will be subject to regulations contained in 40 CFR 35.3145(d), and P.L. 102-389 and 100-590. In addition, Bidder shall comply with Executive Orders 11625, 12138, and 12432. General Nature of Public Improvement 2025 Water & Resource Recovery Center MCC Communication and PLC Upgrades Project, IDNR SRF File: CS192117101; DNR Project: #2025-0150A. Project consists of the replacement of obsolete motor control hardware with new equipment using Ethernet communications and replacements of programmable logic controllers and power meters in the Headworks and Solids Processing Buildings at the Water & Resource Recovery Center. 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. 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 Page 749 of 1171 required in the construction of a public improvement by the state or foreign country in which the nonresident Bidder is a resident. Sales Tax. The Bidder should not include sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the Project. Contact Information. The Bidders shall contact either David Gohdes (david.gohdes(a)-strand.com or 608-251-4843) at Strand Associates, Inc.° or Deron Muehring (dmuehrin(a)-cityofdubugue.org or 563-589-4176) at the City of Dubuque, or both parties with their questions associated with this project. 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. On the following date, September 16, 2025 this Notice was posted at the following locations: 1. Posted on the City of Dubuque Website: www.citvofdubugue.org/bids 2. Posted to Construction Update Network: www.mbionline.com Page 750 of 1171