HomeMy WebLinkAboutNTB - Fire Station 1 & City Hall 3rd Floor Reno - POST 11-6-2400 11 60
NOTICE TO BIDDERS
FIRE STATION 1 AND CITY HALL 3RD FLOOR RENOVATION PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on
the 19th day of December 2024. Sealed proposals will be opened immediately thereafter. Bids
submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project.
Proposals received after this deadline will be returned to the bidder unopened.
Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat
Hall at 6:00 P.M. on the 7th day of January, 2025, or at special meeting called for that purpose.
The Project will involve the following;
Within Fire Station 1, demolition of existing sleeping partitions and bathroom and reconstruction
of 8 bedrooms, 3.5 bathrooms and a wellness room. Within the 3rd Floor of City Hall, selective
demolition of walls to prepare for construction of 4 new offices. Replacement of carpet and lights
on entire floor and painting of all walls.
All work is to be done in strict compliance with the Volume 1 Project Manual prepared by Slingshot
Architecture, of Des Moines, Iowa in addition to Volume 2 Project Manual prepared by Shive-
Hattery, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are
on file for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the
City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10)
calendar days of the City Council’s award of the contract and post bond satisfactory to the City
(in the form shown in Section 00 61 10) ensuring the faithful performance of the contract and
maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance
of the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder’s bonds of unsuccessful bidders to the bidders as soon as
the successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the
City from all claims and damages of any kind caused directly or indirectly by the operation of the
contract, and shall also guarantee the maintenance of the improvement for a period of one (1)
year from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: January 29th, 2025
Substantial Completion-FS1: May 28th , 2025
Substantial Completion-3rd Floor: June 17th, 2025
Final Completion: July 1st, 2025
Liquidated Damages: $250 per day
All of the bid items listed in Section 00 42 10 – Proposal shall be completed by the
Substantial Completion Date except installation of base trim and touch up painting.
The Project Manual and Plans may be examined at the office of the City Clerk. Copies of said
project manual and plans and blank bidding forms may be secured at the office of Technigraphics,
a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa
52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of Targeted Small Business contractors can be
obtained from the Iowa Department of Administrative Services at (515) 242-5120.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE GRACE, CITY CLERK