Similar Projects
Lincoln Trail - 325049 - City of Cedar Rapids
Infrastructure
Conception
$1,957,000 CJ est. value
Cedar Rapids, IA 52401

Downtown Lot Improvements - City of Cedar Falls
Infrastructure
Conception
$300,000 CJ est. value
Cedar Falls, IA 50613

Seerley Park Renovation - 150 - City of Cedar Falls
Infrastructure
Design
$300,000 CJ est. value
Cedar Falls, IA 50613

Cedar River Safety and Recreational River lmprovements Phase I - City of Cedar Falls
Infrastructure
Design
$4,831,000 est. value
Cedar Falls, IA

North Cedar Heights Area Reconstruction Phase I Project
Infrastructure
Bidding
$500,000 CJ est. value
Cedar Falls, IA 50613

North Cedar Heights Area Reconstruction Phase I Project
Infrastructure
Bidding
$500,000 CJ est. value
Cedar Falls, IA 50613

Preserve at Crossroads - Project #01 - Asphalt Repairs
Infrastructure, Renovation
Sub-Bidding
$200,000 CJ est. value
Waterloo, IA 50702

Preserve at Crossroads - Project #02 - Erosion Control/Turf Repairs
Infrastructure, Renovation
Sub-Bidding
$200,000 CJ est. value
Waterloo, IA 50702

Oak Park BLVD Sewer Replacement Project
Infrastructure, Renovation
Post-Bid
$545,000 CJ est. value
Cedar Falls, IA 50613

Oak Park BLVD Sewer Replacement Project
Infrastructure, Renovation
Post-Bid
$545,000 CJ est. value
Cedar Falls, IA 50613

Cedar Falls West Viking Road Industrial Park Phase V
Addition, Infrastructure - 180,675 SF
Results
Cedar Falls, IA 50613

Cedar Falls West Viking Road Industrial Park Phase V
Addition, Infrastructure - 180,675 SF
Results
Cedar Falls, IA 50613

Gibson Property Development - Phase lll-V - City of Cedar Falls
New Construction, Infrastructure
Pending Verification
$1,400,000 CJ est. value
Cedar Falls, IA 50613

Union at North Crossing
New Construction, Infrastructure
Pending Verification
$68,000,000 CJ est. value
Waterloo, IA 50703

Gibson Property Development - Phase I - 2 - City of Cedar Falls
New Construction, Infrastructure
Conception
$500,000 CJ est. value
Cedar Falls, IA 50613

Last Updated 02/24/2023 07:29 AM
Project Title

Wastewater Treatment Facility Improvements

Physical Address View project details and contacts
City, State (County) La Porte City, IA 50651   (Black Hawk County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Parking Garage, Sewage Treatment Plant, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $3,000,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

For Wastewater Treatment Facility Improvements The work for which bids are asked generally includes the following: Construction of a masonry screen and pump station building with attached Garage and a separate UV building, replacement of the grit removal system, conversion of the SBR plant to an Aero-Mod plant, construction of reeds for sludge drying, site piping, and earthwork and other miscellaneous site improvements at the WWTF site generally located on 8th Street, La Porte City, IA. Sweet's Lift shall include upgrades to the existing lift station including replacement of pumps and controls. Sweet's Lift Station is generally located at the intersection of Schull and Bowers Avenues, La Porte City, IA. The work under the contract shall commence within ten (10) days after the date set forth in the written Notice to Proceed. All work under the contract shall be substantially complete 720 days after the Notice to Proceed is issued and final completion shall be achieved 780 days after the Notice to Proceed is issued. NOTICE IS HEREBY GIVEN: On February 27, 2023 at 7:00 p.m. at La Porte City City Hall located at 202 Main Street, La Porte City, IA 50651, the City Council of the CITY OF LA PORTE CITY shall consider the construction bids received and will award a contract, reject all bids, or adjourn action thereon to a subsequent meeting of the City Council. Each BIDDER shall accompany its bid with a bid security 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, acceptable to the OWNER, for the faithful performance of the CONTRACT, in an amount equal to 100 percent of the amount of the CONTRACT. The bid security shall be 5% of the bid amount and shall be in the form of a cashier's check, or certified check drawn on a state chartered or federally charted bank, or a certified share draft drawn on a state-chartered or federally chartered credit union. The Bid Bond shall contain no exceptions. By virtue of statutory authority, a preference will 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. OWNER is designated a Tax Exempt Entity. As such, CONTRACTOR, and any subcontractors, under this contract, shall be provided a Tax Exempt Certificate and authorization letter from the OWNER. Tax Exempt certificate and authorization letter shall be used by CONTRACTOR to secure building materials or equipment intended for completion of this project without payment of sales tax. CONTRACTOR is not mandated to complete Iowa Department of Revenue Form 35002 - Iowa Contractor's Statement upon execution of agreement. CONTRACTOR agrees to this method of sales tax exemption and it shall not be modified during the course of construction. BIDDER shall satisfy themselves of the accuracy of the estimated quantities in the BID schedule by examination of the site and review of the contract documents; including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or nature of the WORK to be done. The successful BIDDER shall be required to furnish a performance BOND and a payment BOND, each in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, within ten (10) calendar days of the date when the NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary AGREEMENT and BOND forms. In case of failure of the BIDDER to execute the AGREEMENT, the OWNER may at his option consider the BIDDER in default, in which case the BID BOND shall become property of the OWNER. BIDDERS must indicate on the BID form the proposed equipment and subcontractors who will be performing the major portions of the work. No BID submitted by any BIDDER which contains a condition or qualification shall be recognized or accepted by the OWNER and any letter or communication accompanying the BID which contains a condition or qualification upon the BID which has the effect of qualifying or modifying any provision of the contract documents in any manner will be construed as a qualifying BID and will be rejected by the OWNER as non responsive. Any bidder or equipment supplier who 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. A contractor's Suspension/Debarment Certification will be contained in the specifications; however, this certification should not preclude any interested party from ascertaining whether the certifying person is actually on the "List of Parties Excluded from Federal Procurement and Non-procurement Programs." Any contract or contracts awarded under this Advertisement for Bids are expected to be funded in by a loan from the Iowa State Revolving Fund (SRF), Water Treatment Financial Assistance Program (WTFAP). The procurement will be subject to the Davis Bacon Act (40 USC 276a through 276a-5) as defined by the United States Department of Labor and the "Use of American Iron and Steel" requirements as contained in Section 436 of H.R. 3547, The Consolidated Appropriations Act, 2014. By the submission of its bid, each bidder acknowledges that it understands and agrees to be bound by the equal opportunity requirements of EPA regulations (40 CFR Part B, particularly Section 8.4(b)), which shall be applicable throughout the performance of work under any contract awarded pursuant to this solicitation. Each bidder agrees that if awarded a contract, it will similarly bind contractually each subcontractor. In implementation of the foregoing policies, each bidder further understands and agrees that if awarded a contract, it must engage in affirmative action directed at promoting and ensuring equal employment opportunity in the workforce used under the contract (and that it must require contractually the same effort of all subcontractors whose subcontracts exceed $10,000). The bidder understands and agrees that "affirmative action" as used herein shall constitute a good faith effort to achieve and maintain that amount of minority employment in the on-site workforce used on the project which corresponds, for each trade used, to the minority population in the serving labor market area from which workers are reasonably available for hire for the project. No bidder may withdraw its bid within 60 days after the actual date of the opening thereof OWNER reserves the right to waive any informalities or to reject any or all bids. The BIDDING DOCUMENTS may be examined at the offices of MSA Professional Services, Inc., Dubuque, Iowa; and the City Of La Porte City. Additionally, copies of the BIDDING DOCUMENTS are available electronically. You may download the digital plan documents at No Charge by inputting #7877752 electronically. Please contact at 952-233-1632 or email for assistance in free membership registration, downloading, and working with the digital project information.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Specialties, Storage Assemblies.
Division 11 - Equipment, Vehicle and Pedestrian Equipment, Laboratory Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Systems, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, Grading, Earthwork Methods.
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, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Water Utility Pumping Stations, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 40 - Process Integration, Water Process Piping.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

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