Loading...
HomeMy WebLinkAbout2017-02-06-H01 SE Westown Pkwy Extension-GPP Greenbelt Weirs - PHNO V/aukee • Irl P THE KEY TO GOOD LIVING AGENDA ITEM: CITY OF WAUKEE, IOWA CITY COUNCIL MEETING COMMUNICATION MEETING DATE: February 6, 2017 AGENDA ITEM: On plans, specifications, form of contract and estimate of cost [SE Westown Parkway Extension and Grand Prairie Parkway Extension and Grand Prairie Parkway Greenbelt Weirs, SE Parkview Crossing Drive to Grand Prairie Parkway] FORMAT: Public Hearing SYNOPSIS INCLUDING PRO & CON: FISCAL IMPACT INCLUDING COST/BENEFIT ANALYSIS: COMMISSION/BOARD/COMMITTEE COMMENT: STAFF REVIEW AND COMMENT: RECOMMENDATION: Hold Public Hearing. ATTACHMENTS: I. Notice of Hearing and Letting PREPARED BY: Beth Richardson REVIEWED BY: John Gibson PUBLIC NOTICE INFORMATION — NAME OF PUBLICATION: DATE OF PUBLICATION: NOTICE TO BIDDERS Sealed bids will be received by the City Clerk of Waukee, Iowa in the City Hall at 230 West Hickman Road, Waukee, Iowa 50263, before 2:00 p.m. on Tuesday, January 31, 2017 for the following described public improvement: SE WESTOWN PKWY EXTENSION & GPP GREENBELT WEIRS SE PARKVIEW CROSSING DR TO GRAND PRAIRIE PKWY WAUKEE, IOWA FOTH PROJECT NO. 14W021.02 At the above time and place all bids received by the City will be opened and publicly read with the results being reported to the Waukee City Council at their meeting on Monday, February 6, 2017 at 5:30 p.m. at which time the Council may take action on the proposals submitted or at such time as may then be fixed. The extent of work on this project is the furnishing of all labor, equipment, and materials for the construction of improvements in Waukee generally described as follows: Construct the SE Westown Pkwy Extension & GPP Greenbelt Weirs including all materials, labor and equipment necessary for installation of approximately: 69,000 CY of excavation, 9,100 SY of subgrade preparation, 8,500 SY of PCC paving, 2,200 SY of PCC sidewalk and shared use path, 1,300 LF of 12" water main, 1040 LF of storm sewer, 140 LF of arch pipe storm sewer, 4 EA storm sewer manholes, 10 EA storm intake structures, 2 EA flared end sections, 3,000 LF of subdrain, 6 EA subdrain cleanouts, 615 CY of Structural concrete, 86,000 LB of structural steel, pavement markings, street lighting, erosion control, surface restoration and miscellaneous related work and appurtenances. The kinds of materials, estimated quantities, and work to be done for the project on which bids will be received are as shown on the bid proposal for said project. All work is to be done in strict compliance with the Plans and Specifications prepared by the Engineer which have been heretofore approved by the City Council and which are now on file for public examination in the office of the City Clerk. All bids shall be made on a form furnished by the City and shall be filed before the time specified above, in a sealed envelope addressed to the City Clerk of Waukee, Iowa, clearly stating that the envelope contains a bid on this project. NOTICE - 1 NOTICE TO BIDDERS 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, for the faithful performance of the contract and guaranteeing payment to all persons supplying labor and/or materials in the execution of the work provided for in the contract, in an amount equal to 100% of the amount of the contract. Additionally the bidder must provide the City with a guarantee of maintenance of said improvement for a period of four (4) years from the time of acceptance by the City. The bidder's security shall be in an amount equal to ten percent (10%) of the total amount of the bid 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. The bid shall contain no condition except as provided in the specifications. If the bidder fails to execute the contract and to furnish an acceptable performance, payment, and maintenance bond or provide a Certificate of Insurance within ten (10) days after acceptance of the bid by the City, the bid security may be forfeited or cashed by the City as liquidated damages. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa. 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. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. Work on said project shall commence within ten (10) days of a written notice to proceed and shall be completed by: Stage 1 - May 31, 2017; Stage 2 - September 15, 2017 NOTICE-2 NOTICE TO BIDDERS The duration of the work is critical to the project so as to minimize damage to other streets and public infrastructure and the disruption associated with the project to the public. Damages in the amount of Seven Hundred Fifty Dollars ($750.00) per calendar day will be assessed for each day the work shall remain uncompleted after the end of the contract period at the sole discretion of the City which at the option of the City may be deducted from any retainage prior to release, the final payment to contractor, or through the commencement of a cause of action by the City, in the City's sole discretion. The selection by the City of any particular course of action hereunder is not exclusive and shall not preclude the pursuit of additional remedies by the City. In the event the City institutes legal proceedings, the Contractor shall be responsible for any and all attorney's fees and expenses. Payment for the work will be made by the City in cash from such funds as may be legally available including cash on hand, proceeds from the sale and issuance of General Obligation Bonds and such other funds including the proceeds from the sale and issuance of such other bonds as may lawfully be issued as the City Council may at its sole discretion determine and provide. Payment will be made to the contractor based on monthly estimates in amounts equal to ninety- five (95%) percent of the contract value of the work completed during the preceding calendar month, and will be based upon an estimate prepared by the Contractor on the first day of the month, subject to the approval of the Engineer. Any such payment by the City shall in no way be construed as an act of acceptance for any part of the work partially or totally completed. Final payment by the City will be made in accordance with Iowa statutes and the contract documents. Bidding forms may be obtained from Foth Infrastructure and Environment, LLC at 8191 Birchwood Court, Suite L, Johnston, Iowa 50131. Copies of Plans and Specifications and contract documents can be obtained at the same address. The City reserves the right to reject any and/or all bids and to waive any and/or all technicalities and/or all irregularities. William F. Peard, Mayor ATTEST: Rebecca D. Schuett, City Clerk Post Notice to Bidders: January 4, 2017 NOTICE-3