Similar Projects
Meskwaki Training Center
New Construction
Conception
Tama, IA

Auxiliary Services Site Phase 2 - FP011 - City of Davenport
New Construction
Conception
$1,200,000 est. value
Davenport, IA 52802

2022 Ambulance Shed
Renovation
Design
$300,000 CJ est. value
Ackley, IA 50601

Pavilion Railing Replacement
Infrastructure
Design
$249,500 CJ est. value
Council Bluffs, IA 51501

Marshalltown Facade Rehabilitation
Renovation
Bidding
Marshalltown, IA 50158

Motor Mill Inn Renovation
Renovation
Bidding
$475,000 CJ est. value
Elkader, IA 52043

DPS Post 9 Parking Lot Replacement
Infrastructure
Sub-Bidding
$500,000 CJ est. value
Cedar Falls, IA 50613

Avoca Line Ground Line Inspection and Treatment
Term Contract
Sub-Bidding
$100,000 CJ est. value
Harlan, IA 51537

Asbestos Abatement
Term Contract - 24,000 SF
Post-Bid
Orange City, IA 51041

Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract(s) for General Construction with Design/Build Capabilities
New Construction
Post-Bid
Less than $500,000,000 est. value

Emeis Maintenance Facility
New Construction
Results
Davenport, IA 52806

State of Iowa Capitol Small Domes
Renovation
Results
Des Moines, IA

Cedar Rapids Homeless Housing and Job Center
New Construction
Construction
$3,420,000 est. value
Cedar Rapids, IA 52405

Downtown Facade Project - Phase IV - 5010-11 - City of Oskaloosa
Renovation
Conception
$1,100,000 est. value
Oskaloosa, IA 52577

Coon Rapids Facade Rehabilitation Project
Renovation
Bidding
$650,000 CJ est. value
Coon Rapids, IA 50058

Last Updated 08/05/2022 01:10 PM
Project Title

North Market Facade Improvements

Physical Address View project details and contacts
City, State (County) Ottumwa, IA 52501   (Wapello County)
Category(s) Government/Public
Sub-Category(s) Misc. Buildings
Contracting Method Competitive Bids
Project Status Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value $277,777 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

The project will include restoration of the front façade of select downtown buildings on the East and West sides of North Market St. The side façade of one building will be included. All buildings will require special attention. Work will include but not be limited to: new storefront window systems, framing, moulding, painting, custom transoms, tuckpointing, new/refurbished upper level windows, demolition, and upper level entry doors Bids will be acted upon by the City Council at the hearing scheduled to be held at 5:30 P.M., Local Time, on Tuesday, June 21st, 2022 in meeting room 108, 105 3rd St. E, Ottumwa, IA 52501. The work on this project shall begin upon receipt of the Notice to Proceed, and be fully completed no later than May 31st, 2023. Partial or separated documents will not be provided. Electronic documents may be obtained for no cost by request via email from Rod Curtis (Rod.curtis@curtisarchitecture.com) with Curtis Architecture & Design P.C. A non-refundable postage and handling fee of Twenty-five dollars ($25.00) will be added for each set of Construction Documents to be mailed. Special arrangements must be made for overnight mail delivery. 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 Award of Contract a corporate surety bond, in a form acceptable to the Jurisdiction, for the faithful performance of the contract, in an amount equal to 5% 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 Jurisdiction. The bid shall contain no condition except as provided 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. The Contractor shall NOT include sales or use taxes in the bid. Pursuant to Iowa Code and Iowa Administrative Code, the Contractor will be authorized to purchase building materials that will be incorporated into real property on this project tax-free. Iowa Construction Sales Tax Exemption Certificates will be issued by the City, which will authorize suppliers of building materials to sell materials exempt from Iowa sales tax and any applicable local option sales tax and school infrastructure local option sales tax to the entity listed on the certificate. Upon award of the Contract, the successful Contractor will be required to provide project information on the contractor, and each subcontractor and supplier requiring the exemption certificates. Contractor will maintain records identifying the materials purchased sales tax exempt and will maintain records verifying the use of said materials on said improvement. The Contract will be awarded to the lowest responsive, responsible bidder. However, the City reserves the right to reject any or all proposals, re-advertise for new bids, to waive irregularities, and to accept any proposals, which in the opinion of the City Council, is deemed to be in the best interest of the City. The City of Ottumwa 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 100% of its Contract price. Said bond shall be issued by a responsible surety approved by City of Ottumwa, 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 Ottumwa from claims and damages of any kind caused by the operations of the Contract. Liquidated damages in the amount of Five Hundred Dollars ($500.00) per working day will be assessed for each day that the work shall remain uncompleted after the end of the Contract period with due allowance for extension of Contract period due to conditions beyond the control of the Contractor. CDBG Requirements. The work to be performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development, Community Development Block Grant, and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 V. All contractors and subcontractors must be registered with the Iowa Workforce Development and with the Federal SAM database. Prevailing Wages and EEO Requirements. Bidders are advised that all wages are subject to the minimum wages as set forth in a Federal Wage Determination for this project. Bidders are also advised work under this Contract will be required to comply with Labor Standards Contract Provisions and Presidential Executive Order No. 11246.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

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