ADVERTISEMENT AND INVITATION TO BID

PDF of the notice/Invitation to bid can be downloaded HERE.

 

1.1  PROJECT INFORMATION

A.  Notice to Bidders: Qualified bidders are invited to submit bids for Project as described in this Document according to the Instructions to Bidders.

B.   Project Identification: CDBG Osceola Façade Rehabilitation Project.

  1.  Project Location: Multiple subject properties in the Osceola Downtown District; Osceola, Iowa.

C.  Owner: The City of Osceola, Iowa.

  1.  Owner’s Representative: Ty Wheeler – City Administrator.

D.  Architect: The Franks Design Group, PC.

E.   For bonding purposes, the estimated value of the Work is approximately $650,000.00.

F.  Project Description: Project consists of façade rehabilitation at multiple existing buildings.

1.  The scope of work varies from building to building and the work will generally include historical treatment procedures, selective demolition, cast-in-place concrete, masonry repair and restoration, cement plastering (stucco), metal fabrications, miscellaneous and finish carpentry, building insulation, weather barriers, joint sealants, wood doors and frames, aluminum-framed entrances and storefronts, wood windows, historic wood window restoration, door hardware, glazing, gypsum board, exterior painting, interior painting, and other work as indicated in the Contract Documents.

2.  The Work includes historic buildings being reviewed under Section 106 NHPA and HUD regulations for NEPA (24 CFR Part 58.5[b]). The Work will follow historic guidelines established by the Secretary of the Interior and Standards for the Treatment of Historic Properties.

3.  The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. Related Required Contract Provisions are included, or referenced, in this Project Manual.

4. Work of this Contract is subject to compliance with The Davis-Bacon and Related Acts.

G.   Construction Contract: Bids will be received for the following Work:

1. Single Prime General Construction Contract:

1.2  BID SUBMITTAL AND OPENING

A.  Owner will receive sealed bids until the bid time and date at the location indicated below. Owner will consider bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows:

1. Bid Date: 16 November 2023.

2. Bid Time: 2:00 p.m. local time.

3.  Location: Osceola City Hall; 115 N Fillmore St, Osceola, IA 50213.

B.  Bids will be thereafter opened and read aloud.

1.3  BID SECURITY

A.                     Bid security shall be submitted with each bid in the amount of 5 percent of the bid amount. No bids may be withdrawn for a period of 30 days after opening of bids. Owner reserves the right to reject any and all bids and to waive informalities and irregularities.

1.4  PREBID CONFERENCE

A.  A prebid conference for all bidders will be held on 2 November 2023 at 10:00 a.m., local time. Prospective bidders are requested to attend. The prebid conference will be convened at Osceola City Hall; 115 N Fillmore St, Osceola, IA 50213. An exterior walking tour of the participating subject properties will be included.

1.5  DOCUMENTS

A.  Printed Procurement and Contracting Documents: Obtain after 18 October 2023, by contacting A&D Technical Supply, Omaha Office, 4320 South 89th Street, Omaha, NE 68127, Toll free: 800-228-2753 or 402-592-4950.

  1.  Deposit: $100.00 payable to the Owner.
  2.  Documents will be loaned to qualified entities upon receipt of the deposit per set as deposit or by presenting an MBI, ABC, NECA, OBC or other pre-approved non-cash plan deposit card. Checks for plan deposit shall be made payable to The City of Osceola, Iowa, and if mailed, shall be addressed to A & D Technical Supply Co. at the above location. Deposit will be refunded to an entity if complete documents are delivered to or returned postage paid and in reusable condition to A & D Technical Supply Co. within 14 days after bids are due. Documents are the property of The City of Osceola, Iowa and entities receiving documents shall be financially liable for them being returned in a reusable condition within the time stated above as required by Iowa Code 26.3(2).
  3.  The Documents will also be available in PDF format by digital download at no charge to prospective bidders, subcontractor bidders, suppliers, and contractor plan room services.
  4. Shipping: Documents issued to prospective bidders, subcontractor bidders, suppliers, and contractor plan room services will be shipped at Owner expense, per Iowa Code requirements.
  5. It is the desire of the Owner and Architect to reduce the number of printed sets to a minimum therefore the Architect encourages Contractors to review the project details to confirm their interest prior to requesting bid sets.

B.  Online Procurement and Contracting Documents: Obtain access after 19 October 2023 by contacting A&D Technical Supply, Omaha Office, 4320 South 89th Street, Omaha, NE 68127. Bidding Documents may also be viewed online at www.adtechsupply.com. Online access will be provided to all registered bidders and suppliers. Bidders are encouraged to check this website for the current list of plan holders and for notice of any late-issued Addenda before submitting a bid.

C.  Viewing Procurement and Contracting Documents: Examine after 19 October 2023, at the locations below:

1. Osceola City Hall; 115 N Fillmore St, Osceola, IA 50213

2.  Construction Update Plan Rooms

For more information, visit http://www.mbionline.com

a.  Master Builders of Iowa/Construction Update Plan Room 221 Park Street PO Box 695 Des Moines, IA 50303 Phone: (515) 288-8904

b. Construction Update Plan Room, Fort Dodge 24 N 9th St, Suite A, Fort Dodge, IA 50501 Phone: (515) 955-5500

c.   Master Builders of Iowa – Omaha Builders Exchange 4255 South 94th St., Omaha, Nebraska 68127 Phone: (402) 593-6908

d. North Iowa Builders Exchange – 9 N Federal, Mason City, IA 50401 Phone: (641) 423-5334

3. CLEARINGHOUSES FOR SOLICITATION OF MINORITY OWNED AND FEMALE OWNED BUSINESSES

Small Business Administration District Office 210 Walnut Street, Room 749
Federal Building
Des Moines, IA 50309
Contact Person: Jayne Armstrong 515/284-4913
http://www.sba.gov/offices/district/ia/des-moines

Sioux City Construction League 3900 Stadium Drive
P.O. Box 3346
Sioux City, IA 51102-3346 712/255-9730
http://www.siouxcityconstructionalliance.com

Illinois MBDA Business Center 105 W. Adams Street
Suite 230
Chicago, IL 60603 312/755-2565

National Association of Women in Construction (NAWIC) 327 S. Adams Street
Fort Worth, TX 76104 Toll Free: 800-552-3506
Fax: 817-877-0324
Web: www.nawic.org

Iowa Chapters

#80 – Greater Des Moines Amber Darby
515-778-6116

#160 – Cedar Rapids/Iowa City Carol Hustad
319-848-3133

http://www.nawicdesmoines.org

4.  Other industry plan rooms as directed by the Owner.

 

1.6  TIME OF COMPLETION AND LIQUIDATED DAMAGES
 

A. Bidders shall begin the Work on receipt of the Notice to Proceed and shall complete the Work within the Contract Time. Work is subject to liquidated damages.

1.7   BIDDER’S QUALIFICATIONS
 

A. Bidders must be eligible for clearance by The Iowa Economic Development Authority.

B. Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. A Performance Bond, a separate Labor and Material Payment Bond, and Insurance in a form acceptable to Owner will be required of the successful Bidder.

END OF ADVERTISEMENT AND INVITATION TO BID (Section 3 Language follows)

Section 3 language for procurement documents (This language is to be included in all procurement documents/ solicitations)

A.    The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing.

B.    The parties to this contract agree to comply with HUD’s regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations.

C.    The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers’ representative of the contractor’s commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin.

D.   The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135.

E.   The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor’s obligations under 24 CFR part 135.

F.  Noncompliance with HUD’s regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts.

G.  With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b).

Section 3 Businesses are encourage to respond to this proposal. A Section 3 business is a business that is:

51% owned by Section 3 residents*

Whose permanent, full-time staff is comprised of at least 30% Section 3 residents* Has committed 25% of the dollar amount of its subcontracts to Section 3 businesses

*A Section 3 resident is defined as a public housing resident or someone with a household income that is less than 80% of the area median income.

Businesses that believe they meet the Section 3 criteria are encouraged to register as a Section 3 Business through HUD’s website: https://portalapps.hud.gov/Sec3BusReg/BRegistry/RegisterBusiness

–     End of Section 3 Language and complete publication announcement –