NOTICE TO BIDDERS

PDF of the notice can be downloaded HERE.

osceola streetscape notice to bid

Click to open/download PDF

NB-1 239132

NOTICE TO BIDDERS
CENTRAL BUSINESS DISTRICT STREETSCAPE
OSCEOLA, IOWA
State Revolving Fund Sponsored Project
CWSRF CS192087801
Iowa DOT Agreement No. 5-21-USTEP-021

Sealed bids for the work comprising of the improvements as stated below must be filed before 2:00 PM on the 29th day of October, 2024, in the office of the City Clerk at City Hall, 115 North Fillmore, Osceola, Iowa. Bids received after the deadline for submission of bids as stated herein shall not be considered and shall be returned to the late bidder unopened.

Sealed proposals will be opened and tabulated at 2:00 PM on the 29th day of October, 2024, in the office of the City Clerk at City Hall, 115 North Fillmore, Osceola, Iowa for consideration by the City Council at its meeting on November 12, 2024. Consideration of the award of contract would subsequently occur by the Osceola City Council at the same meeting, at 7:00 P.M. on the 12th day of November, 2024 at City Hall, presided over by the Mayor.
Work on the improvement shall commence within ten days of the issuance of a written Notice to Proceed. The Notice to Proceed will be issued upon approval of the contract by the Council, and be completed as stated below.

The Work will include but is not limited to the following improvements:

CENTRAL BUSINESS DISTRICT STREETSCAPE

Construct Central Business District Streetscape project including all labor, materials, and equipment necessary to construct approximately 4,400 square yards of 10” portland cement concrete, 8,200 square yards of 8” portland cement concrete, approximately 6,700 square yards of sidewalk and driveway removal and replacement, approximately 48,000 square feet of permeable interlocking pavers, 3,300 linear feet of 15-inch thru 36-inch storm sewer, 600 linear feet of 8-inch thru 18-inch sanitary sewer pipe, services, manholes, intakes, 2,500 linear feet of 8-inch and 10-inch water main, services, fittings, valves, hydrant assembly, street lights, subbase, subdrains, surface restoration, testing, mobilization, traffic control and miscellaneous work, including cleanup.
Copies of the bid documents including project drawings and technical specifications will be on file starting September 25, 2024 and may be inspected at the office of the City Clerk at City Hall, 115 North Fillmore, Osceola, Iowa. A complete set of bid documents, including the Plans and Specifications, may be obtained from the Engineer, Veenstra & Kimm, Inc., 3000 Westown Parkway, West Des Moines, IA 50266, 515-225-8000.

All bids must be filed at City Hall on or before the time herein set. All bids shall be made on forms furnished by the City and obtained from Veenstra & Kimm, Inc. 3000 Westown Parkway, West Des Moines, IA 50266, 515-225-8000 and must be enclosed in a separate sealed envelope and plainly identified.

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 Osceola, for the faithful performance of the contract, in an amount equal to 100% of the amount of the contract. The bidder’s security shall be in the amount fixed in the Instruction to Bidders 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 Osceola. The bid shall contain no condition except as provided in the specifications.
The Certified Check, Certified Share Draft or Cashier’s Check may be cashed, or the Bid Bond forfeited, and the proceeds retained as liquidated damages if the bidder fails to execute a contract or file acceptable performance bonds or provide an acceptable certificate of insurance within ten (10) days after the acceptance of his proposal by resolution of the City.

No bidder may withdraw a proposal within sixty (60) days after the date set for opening bids.

Each successful bidder will be required to furnish a corporate surety bond in an amount equal to 100% of its contract price. Said bond shall be issued by a responsible surety approved by the City of Osceola 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 Osceola 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 years from and after acceptance of the contract.

All Contractor(s) and subcontractor(s) are required to obtain tax exemption certificates from the City of Osceola, Iowa for this project. These tax exemption certificates are only for use on this specific project as covered under the Contract. Before final payment will be made on this project, the Contractor(s) and subcontractor(s) shall provide lien waivers as required in the Specifications.

Bidders will be required to take affirmative steps to involve Disadvantaged Business Enterprise (DBE) in the work under the contract. Bidders shall complete the applicable certification attached to the proposal. The certification shall include a listing of DBEs, the work and estimated dollar amount to be performed by each such enterprise, and the percentage of the total bid to be used for disadvantaged business enterprise(s). The bidder commits itself to the goals for DBE participation contained herein and all other requirements, terms and conditions of these bid conditions when it submits a properly signed bid.

Any bidder or equipment supplier whose firm or affiliate is listed in the GSA publication “List of Parties Excluded from Federal Procurement and Nonprocurement Programs” will be prohibited from the bidding process. Anyone submitting a bid who is listed in this publication will be determined to be a nonresponsive bidder in accordance with 40 CFR Part 31.

A Contractor’s Suspension/Debarment Certification will be contained in the specifications; however, this certification should not preclude any interested party from ascertaining whether the certifying person is actually on the “List of Parties Excluded from Federal Procurement and Nonprocurement Programs”.
The project shall be fully completed including final surface restoration by June 15, 2026. Failure to complete the work under the specified schedule will result in liquidated damages of $500.00 per day until the project is complete.

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.

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.

Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected.

If it is determined that adherence to these Iowa statutory requirements may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of

ll be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements.

A non-mandatory pre-bid meeting will be held at the City of Osceola’s, Council Chambers, 115 North Fillmore, Osceola, Iowa on October 15, 2024 at 2:00 p.m.

The City of Osceola reserves the right to reject any or all bids, to waive informalities, and to enter into such contract, or contracts, as it shall deem to be in the best interest of the City.

Posted by the order of the City of Osceola, Iowa, on this __17th__day of September, 2024.

CITY OF OSCEOLA, IOWA,
By: Ty Wheeler
Title: City Administrator