Similar Projects
City Hall Skylight Replacement - ADMIN-SKY - City of Newton
Infrastructure
Conception
$200,000 CJ est. value
Newton, IA 50208

Westwood Storage Shed - GOL-I-SHED - City of Newton
Infrastructure
Conception
$210,000 CJ est. value
Newton, IA 50208

HMA Resurfacing
Infrastructure
Bidding
$500,000 CJ est. value
Newton, IA 50208

HMA Resurfacing
Infrastructure
Bidding
$500,000 CJ est. value
Newton, IA 50208

6 Inch Lambs Grove Water Main Replacement
Infrastructure
Post-Bid
$500,000 est. value
Newton, IA

2022 Alley Patching with HMA Project
Infrastructure
Post-Bid
$300,000 CJ est. value
Newton, IA 50208

PCC Pavement - Grade and New
Infrastructure
Results
IA

PCC Sidewalk/Trail
Infrastructure
Results
IA

Childrens Forest Sanitary Sewer Rehabilitation - WPC-I-Child - City Of Newton
Infrastructure
Conception
$1,100,000 CJ est. value
Newton, IA 50208

PCC Patching
Infrastructure
Bidding
$250,000 CJ est. value
Newton, IA 50208

Construction of a New Baseball Field
Infrastructure
Post-Bid
$500,000 CJ est. value
Newton, IA 50208

PCC Pavement - Grade and Replace
Infrastructure
Results
IA

Splash Pad Construction - PAR-I-SPLASH - City Of Newton
Infrastructure
Conception
$625,000 CJ est. value
Newton, IA 50208

RFQ Construction Manager at Risk (CMAR) - Secondary Roads yard on Liberty Avenue
Infrastructure
Post-Bid
$500,000 CJ est. value
Newton, IA 50208

HMA Resurfacing with Milling
Infrastructure
Results
IA

Last Updated 03/09/2023 10:01 PM
Project Title

City Hall Alley Reconstruction 2023

Physical Address View project details and contacts
City, State (County) Prairie City, IA 50228   (Jasper County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $220,370 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Project Category Code: Traffic Control, Erosion Control - Temporary, Street/Road Concrete Reconstruction, Alley (Resurfacing or Reconstruction) This project is generally described as alley reconstruction and trenched storm sewer construction: Along the City Hall alleyway from S. Marshall Street to S. State Street. The project also includes water service connections for 106 Marshall Street, 105 State Street, and 104 Marshall Street. Paving will include parking along the alleyway for the Prairie City City Hall, 203 E Jefferson Street. The improvements in include approximately:5,760 LF of trenched 8" diameter water main; 145 LF of trenchless cased 8" diameter; 75 water service connections; 16 fire hydrant assemblies; 43 valves, 8" diameter; 21 connections to existing mains; 380 LF of storm sewer removal & replacements; 900 SY of full depth HMA pavement patches; 45 SY of full depth PCC pavement patches; 415 SY of PCC sidewalk; 260 SY of PCC driveways. Other associated improvements include, fittings, appurtenances, traffic control, erosion control, surface restoration, and miscellaneous work necessary to complete the project. Notice is hereby given that a public hearing will be held by the City of Prairie City on the proposed contract documents (plans, specifications, and form of contract) and estimated cost for the improvement at its meeting at 6:30 PM on March 8, 2023, in the City Council Chambers, City Hall, 203 E Jefferson St, Prairie City, IA 50228 for the City Hall Alley Reconstruction 2023 project. Work on the improvement shall be commenced any time after a written Notice to Proceed is issued, no earlier than April 13, 2023, and shall be completed as stated below in the Completion of Work Section. The Notice to Proceed will be issued after the preconstruction conference, which is expected to occur in April, 2023. By virtue of statutory authority, 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. 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 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. 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 Prairie City, 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 Prairie City. 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 sixty (60) calendar days after receipt of bids and no bid may be withdrawn during this period. 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 Prairie City 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 Prairie City 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. The City of Prairie City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42U.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 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, or national origin in consideration for an award. The City of Prairie City will issue a sales tax exemption certificate to the Contractor for all material purchased for incorporation into the project. Tax exemption certificates are applicable only for the specific project for which the tax exemption certificate is issued. The Contractor also must file appropriate lien waivers before final payment will be released. The Contractor shall substantially complete the project by no later than June 16, 2023. Substantially complete shall be defined as all utility and grading construction being completed, with the new infrastructure being tested and put into service, including storm sewer, water service connections, new streets, driveways, and sidewalks fully open to traffic. Should the Contractor fail to substantially complete the work in this timeframe, liquidated damages of $500.00 per calendar day will be assessed for work not completed within the designated Contract term(s). The Contractor shall fully complete the project by no later than July 14, 2023. Fully complete shall be defined as all surface restoration being completed, and all improvements being ready for final acceptance. Should the Contractor fail to fully complete the work in this timeframe, liquidated damages of $200.00 per calendar day will be assessed for work not completed within the designated Contract term(s).

Details

Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
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