Online bids for the construction of certain City of Fort Madison, Iowa improvements and work incidental thereto on an improvement project described in general as “Fort Madison Municipal Airport – AWOS Replacement” must be filed before 1:30 p.m. on the 25th day of April, 2023, utilizing online bidding through QuestCDN. (EBid Reference No. 8375381), in accordance with the Plans and Specifications now on file in the office of the City Clerk. At said time and place, Proposals will be opened and tabulated by the Engineer.
Proposals received will be presented to the City of Fort Madison and considered at a meeting presided over by the Mayor, to be held at 811 Avenue E, at 5:30 p.m. on the 2nd of May, 2023. At such time and place, the City of Fort Madison shall also hold a Public Hearing on the proposed Plans, Specifications, form of Contract and estimate of cost for the construction of said improvements hereinafter described in accordance with the provisions of Chapter 384, Code of Iowa, at 5:30 p.m. on the 2nd of May, 2023 at 811 Avenue E, Fort Madison, Iowa. At the hearing, the City of Fort Madison will receive and consider any objections made by any interested party, to the Plans and Specifications, proposed form of Contract, and the estimate of the cost for the project.
Copies of the Plans, Specifications and wage rate are on file and may be inspected at the office of the City Clerk, at City Hall, 811 Avenue E, Fort Madison, Iowa. Complete digital project bidding documents are available at www.questcdn.com. You may download the digital documents for no charge by inputting the project title of “FORT MADISON MUNICIPAL AIRPORT – AWOS REPLACEMENT", Quest project number 8375381 on the website’s Project Search page. Please contact QuestCDN.com at 952.233.1632 or for assistance in free membership registration, downloading, and working in this digital project information.
A pre-bid conference for this project is not anticipated.
Bidders will be required to familiarize themselves with the site conditions in accordance with the specifications. To examine the job site, please reach out to Dave Woodley, Airport Manager at 319.372.1138.
Contract Work items:
This project will involve the following work improvements:
- Mobilization
- Traffic Control
- Site Restoration, (Seeding, Fertilizing, Mulching)
- Communication Line No. 22 AWG, 12 Pair, Solid Copper, Installed in Conduit
- No. 2 AWG, 600V, L-824, Type C Cable, Installed in Conduit
- No. 6 AWG, 600V Equipment Ground, L-824, Type C Cable Installed in Conduit
- 2" Schedule 40 PVC/HDPE Conduit in Trench or Plowed
- 2" Schedule 80 PVC Conduit, Directionally Bored
- L-867 Electrical Handhole, 16" Dia.
- AWOS III-P/T System, Complete, In-Place
- Remove Existing AWOS System
- Granular Surfacing Pad
- Geotextile Fabric
All bids must be filed with the City of Fort Madison on or before the time herein set. All bids must be on file on QuestCDN.com on or before the time herein set. Each bid shall be accompanied by a Bid Bond in an amount equal to five (5%) of the total amount of the bid. Bid Bonds must be on the form provided with the Contract Documents. The Certified Check, Certified Share Draft or Cashier's Check shall be drawn on a bank or Credit Union in Iowa or a bank or Credit Union chartered under the laws of the United States of America and payable to the City of Fort Madison, Iowa as security that if awarded a contract, the bidder will enter into a contract at the prices bid and furnish the required performance and payment bonds and certificates of Insurance. The Certified Check, Certified Share Draft or Cashier's Check may be cashed, or the Bid Bond forfeited, and the proceeds retained as liquidated damages if the bidder fails to execute a contract or file acceptable performance bonds or provide an acceptable certificate of insurance within fifteen (15) calendar days after the acceptance of his proposal by resolution of the Airport Commission. No bidder may withdraw a proposal within ninety (90) days after the date set for opening bids.
The right is reserved, as the City of Fort Madison may require, to reject any and all bids and to waive any informality in the bids received.
All Contractor(s) and subcontractor(s) are required to obtain tax exemption certificates from the City of Fort Madison for this project. These tax exemption certificates are only for use on this specific project as covered under the Contract. Before final payment will be made on this project, the Contractor(s) and subcontractor(s) shall provide lien waivers as required in the Specifications.
All work of the Contract shall be completed and ready for operation according to the following schedule:
Construction Window:
Work Phase | Anticipated Start Date* | Contract Time | Estimated Completion Date | Liquidated Damages |
Phase 1 | 9/4/2023* | 30 calendar days | 10/4/2023 | $400/calendar day |
Closeout | Final Inspection | 14 calendar days | After final inspection | $250/ calendar day |
* Start date dependent on component lead time. Contract time shall be 30 calendar days after delivery of equipment to site and issuance of Notice-To-Proceed by Sponsor.
This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor.
This project is subject to the requirements of 49 CFR Part 26 Disadvantaged Business Enterprise Participation. The owner has established a contract goal of 0.99 percent participation for small business concerns owned and controlled by qualified disadvantaged business enterprises (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Part 26, to meet the established goal.
Award of contract is also subject to the following Federal provisions:
Executive Order 11246 and DOL Regulation 41 CFR PART 60-4 - Affirmative Action to Ensure Equal Employment Opportunity
DOL Regulation 2 CFR § 200 Appendix II (D) – Davis Bacon Act
2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5- DOT Suspension & Debarment Procedures & Ineligibility
15 CFR § 29 – Government wide Requirements for Drug-free Workplace
DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction).
TITLE 49 United States Code §50101 – Buy American Preferences
By virtue of statutory authority, 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, providing that the award of the contract will be made to the lowest responsible bidder submitting the lowest acceptable bid, which shall be without regard to state or local law whereby preference is given on factors other than the amount of the bid.
Published by the order of the City of Fort Madison, Iowa, this 21st day of March, 2023.
CITY OF KEOKUK, IOWA
CITY OF FORT MADISON
By: /s/ Matt J. Mohrfeld
Matt J. Mohrfeld, Mayor