Similar Projects
County Road R74 Paving Project - County of Winnebago
Infrastructure
Conception
$750,000 CJ est. value
Forest City, IA 50436

County Road R74 Paving Project - County of Winnebago
Infrastructure
Conception
$750,000 CJ est. value
Forest City, IA 50436

PCC Patching
Infrastructure
Results

Granular Surfacing of Roadway
Infrastructure
Results

Conservation Board Environmental Education Center - Winnebago County
New Construction, Infrastructure
Pending Verification
$500,000 CJ est. value
Leland, IA 50453

Winnebago County Public Health Building Expansion - Winnebago County
Addition, Demolition, Infrastructure
Pending Verification
$800,000 CJ est. value
Forest City, IA 50436

G-17-N1 Bridge Replacement - 27078 - County of Winnebago
Demolition, Infrastructure
Conception
$280,000 CJ est. value
Buffalo Center, IA 50424

A16 - HMA Resurfacing/Cold in-Place Recycling
Infrastructure
Results
IA

E-9-W1 Bridge Replacement - 37060 - County Winnebago
Demolition, Infrastructure
Conception
$500,000 CJ est. value
Forest City, IA 50436

Rake Area Paving on 500th St - 50869 County of Winnebago
Infrastructure
Conception
$900,000 CJ est. value
Leland, IA 50453

Last Updated 01/03/2023 04:38 PM
Project Title

North Oaks Court Paving Project

Physical Address View project details and contacts
City, State (County) Lake Mills, IA 50450   (Winnebago County)
Category(s) Heavy and Highway
Sub-Category(s) Maintenance, Paving/Reconstruction, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $93,458 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The location and description of the work to be done and the kinds and sizes of materials proposed to be used are as follows: North Oaks Court Paving Project The Project is located on the south side of North 3 rd Avenue east of Maple Court. The Project includes all labor, materials and equipment necessary to construct approximately 1,125 SY of 6" PCC roadway pavement and miscellaneous associated work, including cleanup. The method of construction of all improvements shall be by contract in accordance with the plans and specifications and general stipulations for said improvements approved by the City Council. All proposals and bids in connection therewith shall be submitted to the City Clerk of said City on or before the time herein set for receiving bids. All proposals shall be made on official bidding blanks furnished by the City, and any alterations in the official form of proposal will entitle the City Council, at its option, to reject the proposal involved from consideration. Each proposal shall be sealed and plainly identified. Each proposal shall be accompanied by a bid security in a sealed envelope by either (1) a certified or cashiers check drawn on a solvent Iowa bank or a bank chartered under the laws of the United States, or a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, in an amount equal to 5% of the bid, or (2) a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the penal sum of 5% of the bid. Contractor shall determine amount of bid bond based on the amount of the base bid and all alternate construction bid items. The bid security should be made payable to THE CITY OF LAKE MILLS, IOWA. The bid security must not contain any conditions either in the body or as an endorsement thereon. The bid security shall be forfeited to the City as liquidated damages in the event the successful bidder fails or refuses to enter into a contract within 10 days after the award of contract and post bond satisfactory to the City insuring the faithful fulfillment of the contract and the maintenance of said work, if required, pursuant to the provisions of this notice and other contract documents. Bidders shall use the bid bond form included in the specifications. 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. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa. The City reserves the right to reject any or all bids, to waive informalities or technicalities in any bid and to enter into such contract as it shall deem for the best interest of the City. The City reserves the right to defer acceptance of any proposal for a period not to exceed thirty (30) calendar days from the date of letting. It is anticipated Notice to Proceed will be issued by April 17, 2023. Work for all items shall be completed in a continuous manner and shall be completed by May 31, 2023. The successful bidder will be required to furnish a bond in an amount equal to one hundred (100) percent of the contract price, said bond to be issued by a responsible surety approved by the City Council and listed in the U.S. Treasury Department's most current list (Circular 570, as amended) and authorized to transact business in the State of Iowa and shall guarantee the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment for all materials and labor to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work and protect and save harmless the City from claims and damages of any kind caused by the operations of the Contractor, and shall guarantee the work against faulty workmanship and materials for a period as required by the specifications after its completion and acceptance by the City Council. Liquidated damages in the amount of Five Hundred Dollars ($500) per working day will be assessed for each calendar day that work on the total project, or portions of the contract where specific completion dates are specified or otherwise agreed to, that remain uncompleted after the end of the contract period, with due allowance for extensions of the contract period due to conditions beyond the control of the Contractor. Any Bidder or equipment supplier whose firm or affiliate is listed in the GSA publication List of Parties Excluded from Federal Procurement and Non-procurement Programs will be prohibited from the bidding process. Anyone submitting a bid who is listed in this publication will be determined to be a non-responsive bidder in accordance with 40 CFR Part 31

Details

Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents