Loading...
Westside Water System Improvements 2017 Contract C_Hwy 20 Watermain Ext._Initiate Copyrighted June 5, 2017 City of Dubuque Items to be set for Public Hearing # 4. ITEM TITLE: Westside Water System Improvements 2017 Contract C Highway 20 Watermain Extension SUMMARY: City Manager recommending initiation of the public bidding procedure for the Westside Water System Improvements 2017 Contract C Hwy 20 Water Main Extension Project, and further recommends that a public hearing be set for June 19, 2017. RESOLUTION Preliminary approval of plans, specifications, form of contract, and estimated cost; setting date of public hearing on plans, specifications, form of contract, and estimated cost; and ordering the advertisement for bids SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s), Set Public Hearing for June 19, 2017 ATTACHMENTS: Description Type Westside Water System Impro\ements Contract C- City Manager Memo MVM Memo Staff Memo Staff Memo Notice to Bidders Supporting Documentation Resolution Resolutions THE CITY OF Dubuque fta B E I 11p y Masterpiece 012 the Mississippi 2007.2012«2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Westside Water System Improvements Contract C: HWY 20 Water Main Extension DATE: May 31, 2017 Water Department Manager Denise Ihrig recommends initiation of the public bidding procedure for the Westside Water System Improvements 2017: Contract C HWY 20 Water Main Extension Project, and further recommends that a public hearing be set for June 19, 2017. 1 concur with the recommendation and respectfully request Mayor and City Council approval. r 6 vlwllu Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Denise Ihrig, Water Department Manager THE CITY OF Dubuque UBgkE 111-America III I. Masterpiece on the Mississippi 2007-2012-2013 TO: Michael C. Van Milligen, City Manager FROM: Denise Ihrig, Water Department Manager SUBJECT: Westside Water System Improvements Contract C: HWY 20 Water Main Extension DATE: May 31 , 2017 INTRODUCTION The purpose of this memorandum is to authorize the public bidding procedure for the Westside Water System Improvements 2017: Contact C HWY 20 Water Main Extension. These improvements include water main extension and connection to the Barrington Lakes water system to the City of Dubuque water supply. BACKGROUND In December 2016, the City of Dubuque purchased the Vernon Water Tower, Vernon water system and the Barrington Lakes water system from Central Iowa Water Association (CIWA). The intent of the City's purchase was to assist these communities in becoming compliant with Iowa Department of Natural Resources (IDNR) standards and provide the necessary back-up water supply and fire suppression by connecting them directly to the City's water supply. The City is honoring the agreement with CIWA to meet the IDNR water permits for these two systems in preparing plans to construct a water supply connection from the City of Dubuque's water system to Vernon and Barrington Lakes. The IDNR water permit required CIWA to provide a back-up or secondary water supply no later than December 31, 2016, however following the City's recent acquisition, the IDNR has granted a one year time extension to provide the adequate back up. The IDNR requires the two water systems be provided with a back- up or secondary water supply no later than December 31, 2017. The intent of the City is to provide the primary water supply, which has multiple back-up sources, and abandon the current primary water supply wells located in Vernon and Barrington Lakes. For the City to meet the strict IDNR water operating permit connection completion date, it was necessary for the City to seek financial and engineering assistance. The City turned to the IDNR State Revolving Fund (Iowa SRF) program and hired IIW, P.C. consulting engineers to prepare loan documents to secure funding for the project. On December 1, 20161 IIW, P.C. submitted the necessary preliminary engineering report, intended use plan application, archeological and environmental asse4ssment, and the self-assessment Iowa Water System Viability documents to request the necessary funding. IIW, P.C. was further retained to complete the final design plans, specification, and contract documents for construction. IIW, P.C. completed the design, prepared the plans for bidding and IDNR construction permit submittal for Contract A: Water Main Extension from the English Mill Road pump station to North Cascade Road and Highway 20; and Contract B: English Mill Road pump station. Contracts A and B were competitively bid in April, with the contractor prepared to start work in June 2017 to meet the December 1 sc deadline. A third contract is prepared for bidding, Contract C HWY 20 Water Main Extension. DISCUSSION IIW, P.C. working with City of Dubuque's water department staff have prepared construction plans providing for the connection of the City's water supply to the Barrington Lakes water system along Highway 20, known as Contract C. The project is scheduled to be bid to accommodate a December 1 , 2017 completion date schedule. Contract C includes the installation of a 12-inch water main from the end of an existing water main located approximately 1 ,000 LF north of the North Cascade Road and Highway 20 intersection to the north to a connection with the existing water main at the cul-de-sac of Forest Ridge Drive. The connection at Forest Ridge Drive will consist of construction of a pressure control station. The project consists of approximately 3,700 LF of 12-inch PVC water main. The project also includes various water main appurtenances including: fittings, resilient seat gate valves, fire hydrants, mechanical and push-on joint restraints, etc.; as well as erosion control including silt fence, topsoil removal and replacement, and seeding. Traffic control is included in the project to maintain a safe work site for both the Contractor and the public. This phase of the project will provide for a second connection or loop into the Barrington Lakes area; the first connection will be made under Contract A described above. PROJECT SCHEDULE The schedule for Contract C will be as follows: Advertisement for Bids June 9, 2017 Notice of Hearing on Plans & Specifications June 19, 2017 Public Hearing June 19, 2017 Receipt of Bids June 28, 2017 Award of Contract July 5, 2017 Completion Date December 1 , 2017 BUDGET The cost for the Westside System Improvements: Contract C HWY 20 Water Main Extension is estimated to be $590,900.00 plus 10% contingency for a total estimated project cost of$650,000. Contract C estimated expenses are shown in the following table in line item No. 6 and are estimated costs only. The total project costs estimated and under contract for Contracts A, B, and C are $3,283,62.58. Item Actual and Est. No. Description Contract Amount 1 Engineering Design: Contract A, B, and C $186,700.00 2 Construction Inspection: Contract B English Mill Pump $40,000.00 Station 3 Construction Inspection: Contract A and C $103,400.00 4 Construction: Contract $1,119,981.25 5 Construction: Contract B $943,712.00 6 Construction: Contract C—Engineer's Est. $590,900.00 7 Contingency, variable est 10% $298,469.33 Total Estimated Project Costs for Contracts A, B, $3.283.162.58 and C The projects are to be funded using State Revolving Loan funds and local water construction funds with reimbursable Housing TIF monies: CIP No. Fund Description Fundina 7402703 Westside Water System Improvements (State of Iowa, $3,198,812.58 Revolving Loan Fund) " 7402703 Westside Water System Improvements (Water $84,350.00 Construction Funds " Total Available Project Funding 3.283.162.58 "The English Ridge, North Cascade, and South Pointe Housing TIFs are scheduled to jointly reimburse up to an estimated $2,466,270.00 of the total construction costs with the Westside Water System Improvements, as funds become available. The SRF Intended Use Plan identified the total estimated expense associated with Contracts A, B, and C including design engineering and contingency to be $3,483,460.00. The requested funding is estimated to be $200,297.42 below the engineer's estimate for this phase of the project. REQUESTED ACTION I respectfully request that the City Council establish the date for the public hearing and to authorize the City Clerk to advertise for proposals for the Westside Water System Improvements Contract C HWY 20 Water Main Extension through adoption of the attached resolutions. cc: Jenny Larson, Budget Director Alexis Steger, Budget Analyst Jean Nachtman, Finance Director Gus Psihoyos, City Engineer RESOLUTION NO. 198-17 WESTSIDE WATER SYSTEM IMPROVEMENTS HWY 20 WATER MAIN EXTENSION PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Westside Water System Improvements — HWY 20 Water Main Extension project in the estimated amount $650,000.00, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 19th day of June 2017, at 6:00 p.m. in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not Tess than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The Westside Water System Improvements — HWY20 Water Main Extension project is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in the Master Builders of Iowa Plan Room, The Construction Update Network and posted on the City of Dubuque website at www.citvofdubuque.orq/bids and which notice shall be published not less than thirteen but not more than forty-five days before the date for filing bids before 10:00 a.m. on the 28th day of June 2017. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6:00 p.m. on the 5th day of July 2017, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Passed, adopted and approved this 5th day of June 2017. Attest: Kevin Firnstahl,CM City Clerk ,,, 0 Roy D. Buol, Mayor NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT WATER SYSTEM IMPROVEMENTS 2017 CONTRACT C HWY 20 WATER MAIN EXTENSION 120.1 Time and Place for Filing Sealed Proposals Sealed Bids for the work comprising each improvement as stated below must be filed before 10:00 a.m. on June 28, 2017, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. 120.2 Time and Placed Sealed Proposals Will be Opened and Considered Sealed proposals will be opened and Bids tabulated at 10:00 a.m. on June 28, 2017, at City Hall - Conference Room A, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council at its meeting on July 5, 2017. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. 120.3 Time for Commencement and Completion of Work Work on the Project must be commenced within ten (10) calendar days after the Notice to Proceed has been issued and shall be fully completed by December 1 , 2017. 120.4 Bid Security Each Bidder must accompany its Bid with a Bid security as security that the successful Bidder will enter into a contract for the work Bid upon and will furnish after the award of contract a corporate surety Bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The Bid security must be in the amount of ten percent (10%) of the amount of the contract and must be in the form of a cashier's check or certified check drawn on a state- chartered or federally chartered bank, or a certified share draft drawn on a state- chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no conditions except as provided in this section. 120.5 Contract Documents Copies of the Contract Documents prepared by IIW, P.C. may be obtained at Tri- State Blueprint, 696 Central Avenue, Dubuque, Iowa 52001 , phone (563) 556- 3030. The Contract Documents will also be available on the City's website at www.citvofdubuque.org/bids.aspx. No plan deposit is required. 120.6 Preference for Iowa Products and Labor By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. 120.7 Sales Tax The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the Project. 120.8 Funding Requirements This project has been awarded funds from the Iowa State Revolving Fund program. Any bidder or equipment supplier whose firm or affiliate is listed on the U.S. General Services Administration Excluded Parties List System website will be prohibited from the bidding process. Anyone submitting a bid who is listed in this website will be determined to be a nonresponsive bidder in accordance with 40 CFR Part 31 . Contractors shall fully comply with the requirements, terms and conditions of the Disadvantaged Business Enterprise (DBE) requirements. Said requirements are contained in the specifications. DBEs are encouraged to participate in this project. Davis-Bacon prevailing wage rates will apply to this project and are included in this specification or will be provided in an addendum. Per SRF funding requirements, American Iron and Steel (AIS) provisions apply to this project. Iron and steel products for this project must be produced in the United States in accordance with the H.R. 3547 - Consolidated Appropriations Act 2014. 120.9 General Nature of Public Improvement Prosect Water System Improvements 2017 — Contract C Hwy 20 Water Main Extension The extent of the work consists of the construction of a 12 inch water main from the end of an existing water main located approximately 1 ,000 LF north of the North Cascade Road and Highway 20 intersection to the north to a connection with the existing water main at the cul-de-sac of Forest Ridge Drive. The connection at Forest Ridge Drive will consist of construction of a pressure control station. The project consists of approximately 3,700 LF of 12-inch PVC water main. The project also includes various water main appurtenances including: fittings, resilient seat gate valves, fire hydrants, mechanical and push-on joint restraints, etc.; as well as erosion control including silt fence, topsoil removal and replacement, and seeding. Traffic control is included in the project to maintain a safe work site for both the Contractor and the public. Construction Cost Estimate: $650,000.00 The project specifications also provide for a $1,000/day cost of delay if not completed by December 1, 2017. 120.10 Pre-Bid Construction Conference - not applicable No Pre-Bid Construction Conference will be held for the Contract C Hwy 20 Water Main Extension project. 120.11 Title VI — Non-Discrimination Clause The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 , Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. Posted on the City of Dubuque Website: www.citvofdubuque.orq/bids Posted on Master Builders of Iowa Plan Room mbiplanroom- dsm(a)mbionline.com Posted to Master Builders of Iowa Construction Update Network NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE WESTSIDE WATER SYSTEM IMPROVEMENTS — HWY 20 WATER MAIN EXTENSION NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Westside Water System Improvements HWY 20 Water Main Extension, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:00 p.m., on the 19th day of June 2017, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: The Westside Water System Improvements — HWY 20 Water Main Extension (Contract C) includes the installation of a 12-inch water main from the end of an existing water main located approximately 1 ,000 LF north of the North Cascade Road and Highway 20 intersection to the north to a connection with the existing water main at the cul-de-sac of Forest Ridge Drive. The connection at Forest Ridge Drive will consist of construction of a pressure control station. The project consists of approximately 3,700 LF of 12-inch PVC water main. The project also includes various water main appurtenances including: fittings, resilient seat gate valves, fire hydrants, mechanical and push-on joint restraints, etc.; as well as erosion control including silt fence, topsoil removal and replacement, and seeding. Traffic control is included in the project to maintain a safe work site for both the Contractor and the public. Any visual or hearing-impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the 5th day of June 2017. Kevin S. Firnstahl, CMC, City Clerk Kevin Firnstahl From:listserv@civicplus.com Sent:Friday, June 09, 2017 10:06 AM To:Kevin Firnstahl Subject:New Bid Posting Water System Improvements 2017 Contract C Hwy 20 Water Main Extension For www.cityofdubuque.org View this in your browser Water System Improvements 2017 Contract C Hwy 20 Water Main Extension NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT WATER SYSTEM IMPROVEMENTS 2017 CONTRACT C HWY 20 WATER MAIN EXTENSION 120.1 Time and Place for Filing Sealed Proposals Sealed Bids for the work comprising each improvement as stated below must be filed before 10:00 a.m. on June 28, 2017, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. 120.2 Time and Placed Sealed Proposals Will be Opened and Considered Sealed proposals will be opened and Bids tabulated at 10:00 a.m. on June 28, 2017, at City Hall - Conference Room A, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council at its meeting on July 5, 2017. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. 120.3 Time for Commencement and Completion of Work Work on the Project must be commenced within ten (10) calendar days after the Notice to Proceed has been issued and shall be fully completed by December 1, 2017. 120.4 Bid Security Each Bidder must accompany its Bid with a Bid security as security that the successful Bidder will enter into a contract for the work Bid upon and will furnish after the award of contract a corporate surety Bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The Bid security must be in the amount of ten percent (10%) of the amount of the contract and must be in the form of a cashier’s check or certified check drawn on a state-chartered or federally chartered bank, or a certified share draft drawn on a state-chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no 1 conditions except as provided in this section. 120.5 Contract Documents Copies of the Contract Documents prepared by IIW, P.C. may be obtained at Tri-State Blueprint, 696 Central Avenue, Dubuque, Iowa 52001, phone (563) 556-3030. The Contract Documents will also be available on the City’s website at www.cityofdubuque.org/bids.aspx. No plan deposit is required. 120.6 Preference for Iowa Products and Labor By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. 120.7 Sales Tax The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the Project. 120.8 Funding Requirements This project has been awarded funds from the Iowa State Revolving Fund program. Any bidder or equipment supplier whose firm or affiliate is listed on the U.S. General Services Administration Excluded Parties List System website will be prohibited from the bidding process. Anyone submitting a bid who is listed in this website will be determined to be a nonresponsive bidder in accordance with 40 CFR Part 31. Contractors shall fully comply with the requirements, terms and conditions of the Disadvantaged Business Enterprise (DBE) requirements. Said requirements are contained in the specifications. DBEs are encouraged to participate in this project. Davis-Bacon prevailing wage rates will apply to this project and are included in this specification or will be provided in an addendum. Per SRF funding requirements, American Iron and Steel (AIS) provisions apply to this project. Iron and steel products for this project must be produced in the United States in accordance with the H.R. 3547 - Consolidated Appropriations Act 2014. 120.9 General Nature of Public Improvement Project Water System Improvements 2017 – Contract C Hwy 20 Water Main Extension The extent of the work consists of the construction of a 12 inch water main from the end of an existing water main located approximately 1,000 LF north of the North Cascade Road and Highway 20 intersection to the north to a connection with the existing water main at the cul-de-sac of Forest Ridge Drive. The connection at Forest Ridge Drive will consist of construction of a pressure control station. The project consists of approximately 3,700 LF of 12-inch PVC water main. The project also includes various water main appurtenances including: fittings, resilient seat gate valves, fire hydrants, mechanical and push-on joint restraints, etc.; as well as erosion control including silt fence, topsoil removal and replacement, and seeding. Traffic control is included in the project to maintain a safe work site for both the Contractor and the public. Construction Cost Estimate: $650,000.00 The project specifications also provide for a $1,000/day cost of delay if not completed by December 1, 2017. 120.10 Pre-Bid Construction Conference - not applicable No Pre-Bid Construction Conference will be held for the Contract C Hwy 20 Water Main Extension 2 project. 120.11 Title VI – Non-Discrimination Clause The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. Posted on the City of Dubuque Website: www.cityofdubuque.org/bids Posted on Master Builders of Iowa Plan Room mbiplanroom-dsm@mbionline.com Posted to Master Builders of Iowa Construction Update Network … Read on Status Open Bid Category Engineering Publication Date/Time June 09, 2017, 12:00 AM Closing Date/Time June 28, 2017, 10:00 AM You are receiving this message because you are subscribed to Engineering on www.cityofdubuque.org. To unsubscribe, click the following link: http://www.cityofdubuque.org/list.aspx?mode=del If clicking the link doesn't work, please copy and paste the link into your browser. * * * * * * * This complimentary message is being sent to opt-in subscribers who might be interested in its content. If you do not wish to continue receiving these messages, please accept our apologies, and unsubscribe by visiting our website at: http://www.cityofdubuque.org/list.asp?mode=del Please note, we will not sell or give your e-mail address to any organization without your explicit permission. Click here to report this email as spam. 3 Kevin Firnstahl From:Engineering <listserv@civicplus.com> Sent:Monday, June 26, 2017 3:59 PM To:Kevin Firnstahl Subject:Modified Bid Posting Water System Improvements 2017 Contract C Hwy 20 Water Main Extension For www.cityofdubuque.org View this in your browser Addendum No. 1 Issued 06/26/2017 Water System Improvements 2017 Contract C Hwy 20 Water Main Extension NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT WATER SYSTEM IMPROVEMENTS 2017 CONTRACT C HWY 20 WATER MAIN EXTENSION 120.1 Time and Place for Filing Sealed Proposals Sealed Bids for the work comprising each improvement as stated below must be filed before 10:00 a.m. on June 28, 2017, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. 120.2 Time and Placed Sealed Proposals Will be Opened and Considered Sealed proposals will be opened and Bids tabulated at 10:00 a.m. on June 28, 2017, at City Hall - Conference Room A, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council at its meeting on July 5, 2017. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. 120.3 Time for Commencement and Completion of Work Work on the Project must be commenced within ten (10) calendar days after the Notice to Proceed has been issued and shall be fully completed by December 1, 2017. 120.4 Bid Security Each Bidder must accompany its Bid with a Bid security as security that the successful Bidder will enter into a contract for the work Bid upon and will furnish after the award of contract a corporate surety Bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The Bid security must be in the amount of ten percent (10%) of the amount of the contract and must be in the form of a cashier’s 1 check or certified check drawn on a state-chartered or federally chartered bank, or a certified share draft drawn on a state-chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no conditions except as provided in this section. 120.5 Contract Documents Copies of the Contract Documents prepared by IIW, P.C. may be obtained at Tri-State Blueprint, 696 Central Avenue, Dubuque, Iowa 52001, phone (563) 556-3030. The Contract Documents will also be available on the City’s website at www.cityofdubuque.org/bids.aspx. No plan deposit is required. 120.6 Preference for Iowa Products and Labor By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. 120.7 Sales Tax The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the Project. 120.8 Funding Requirements This project has been awarded funds from the Iowa State Revolving Fund program. Any bidder or equipment supplier whose firm or affiliate is listed on the U.S. General Services Administration Excluded Parties List System website will be prohibited from the bidding process. Anyone submitting a bid who is listed in this website will be determined to be a nonresponsive bidder in accordance with 40 CFR Part 31. Contractors shall fully comply with the requirements, terms and conditions of the Disadvantaged Business Enterprise (DBE) requirements. Said requirements are contained in the specifications. DBEs are encouraged to participate in this project. Davis-Bacon prevailing wage rates will apply to this project and are included in this specification or will be provided in an addendum. Per SRF funding requirements, American Iron and Steel (AIS) provisions apply to this project. Iron and steel products for this project must be produced in the United States in accordance with the H.R. 3547 - Consolidated Appropriations Act 2014. 120.9 General Nature of Public Improvement Project Water System Improvements 2017 – Contract C Hwy 20 Water Main Extension The extent of the work consists of the construction of a 12 inch water main from the end of an existing water main located approximately 1,000 LF north of the North Cascade Road and Highway 20 intersection to the north to a connection with the existing water main at the cul-de-sac of Forest Ridge Drive. The connection at Forest Ridge Drive will consist of construction of a pressure control station. The project consists of approximately 3,700 LF of 12-inch PVC water main. The project also includes various water main appurtenances including: fittings, resilient seat gate valves, fire hydrants, mechanical and push-on joint restraints, etc.; as well as erosion control including silt fence, topsoil removal and replacement, and seeding. Traffic control is included in the project to maintain a safe work site for both the Contractor and the public. Construction Cost Estimate: $650,000.00 The project specifications also provide for a $1,000/day cost of delay if not completed by December 1, 2017. 2 120.10 Pre-Bid Construction Conference - not applicable No Pre-Bid Construction Conference will be held for the Contract C Hwy 20 Water Main Extension project. 120.11 Title VI – Non-Discrimination Clause The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. Posted on the City of Dubuque Website: www.cityofdubuque.org/bids Posted on Master Builders of Iowa Plan Room mbiplanroom-dsm@mbionline.com Posted to Master Builders of Iowa Construction Update Network … Read on Status Open Bid Category Engineering Publication Date/Time June 09, 2017, 12:00 AM Closing Date/Time June 28, 2017, 10:00 AM You are receiving this message because you are subscribed to Engineering on www.cityofdubuque.org. To unsubscribe, click the following link: http://www.cityofdubuque.org/list.aspx?mode=del If clicking the link doesn't work, please copy and paste the link into your browser. * * * * * * * This complimentary message is being sent to opt-in subscribers who might be interested in its content. If you do not wish to continue receiving these messages, please accept our apologies, and unsubscribe by visiting our website at: http://www.cityofdubuque.org/list.asp?mode=del Please note, we will not sell or give your e-mail address to any organization without your explicit permission. Click here to report this email as spam. 3