35th Street NE from Oakland Road to F Avenue Pavement Reconstruction

Agency: City of Cedar Rapids
State: Iowa
Level of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10993188151130864
Posted Date: Nov 30, 2023
Due Date: Dec 13, 2023
Solicitation No: 3012336-02
Source: Members Only
Bid Information
Type Request for Bid
Status Issued
Number 3012336-02 Addendum 1 (35th Street NE from Oakland Road to F Avenue Pavement Reconstruction)
Issue Date & Time 11/22/2023 10:30:02 AM (CT)
Close Date & Time 12/13/2023 11:00:00 AM (CT)
Notes
Project Description: The Public Improvement, upon which bids are requested, generally consists of total reconstruction of the existing roadway; new sidewalk on both sides of the roadway; ADA sidewalk ramp construction; and storm sewer, sanitary sewer, and minor water improvements located at 35th Street NE from Oakland Road to F Avenue. The Engineer’s estimate of probable cost is $4,630,000.
Early Start Da te: Overall: Upon Receipt of Notice to Proceed
Late Start Date: 03/18/2024
Milestones:
Phase 1A - Intersection of 35th Street NE and Eastern/Zach Johnson Drive - 6/15/2024
Phase 2A - Intersection of 35th Street NE and Prairie Drive NE - 6/15/2024 and 6/15/2025
Final Completion: Overall: Working Days - 260
Contact Information
Name
Address Engineering
500 15th Avenue SW
Cedar Rapids, IA 52404-2631 USA
Phone
Fax
Email

Attachment Preview

3012336-02 Addendum 1
35th Street NE from Oakland Road to F Avenue Pavement
Reconstruction
Issue Date: 11/22/2023
Questions Deadline: 12/7/2023 04:30 PM (CT)
Response Deadline: 12/13/2023 11:00 AM (CT)
Public Works
Contact Information
Address: Engineering
Engineering
500 15th Avenue SW
Cedar Rapids, IA 52404-2631
Page 1 of 17 pages
Deadline: 12/13/2023 11:00 AM (CT)
3012336-02 Addendum 1
Event Information
Number:
3012336-02 Addendum 1
Title:
35th Street NE from Oakland Road to F Avenue Pavement Reconstruction
Type:
Request for Bid
Issue Date:
11/22/2023
Question Deadline: 12/7/2023 04:30 PM (CT)
Response Deadline: 12/13/2023 11:00 AM (CT)
Notes:
Project Description: The Public Improvement, upon which bids are requested, generally consists of
total reconstruction of the existing roadway; new sidewalk on both sides of the roadway; ADA
sidewalk ramp construction; and storm sewer, sanitary sewer, and minor water improvements
located at 35th Street NE from Oakland Road to F Avenue. The Engineer’s estimate of probable cost
is $4,630,000.
Early Start Date: Overall: Upon Receipt of Notice to Proceed
Late Start Date: 03/18/2024
Milestones:
Phase 1A - Intersection of 35th Street NE and Eastern/Zach Johnson Drive - 6/15/2024
Phase 2A - Intersection of 35th Street NE and Prairie Drive NE - 6/15/2024 and 6/15/2025
Final Completion: Overall: Working Days - 260
Bid Activities
Pre-Bid Conference
11/29/2023 11:00:00 AM (CT)
A pre-Bid conference will be held at 11:00 a.m. on 11/29/2023 via Zoom. Representatives of OWNER and ENGINEER
will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. ENGINEER
will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to
questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally
effective.
Join via web browser:
Go to zoom.com from the browser of your choice
Select "Join a Meeting" from the top of the page
Enter Meeting ID: 851 1287 0389
Select "Open Zoom Meetings"
Enter Passcode: 65682669
Join via the Zoom application:
Open the app
Select "Join"
Enter Meeting ID: 851 1287 0389
Enter Passcode: 65682669
Join via Phone:
Dial 646-518-9805
Enter Meeting ID: 851 1287 0389
Enter Passcode: 65682669
Page 2 of 17 pages
Deadline: 12/13/2023 11:00 AM (CT)
3012336-02 Addendum 1
Bid Attachments
3012336-02 Bid Bond Form.pdf
Bid Bond Form
3012336-02 Bidder Status Form.pdf
Bidder Status Form
3012336-02 Project Manual Final for Printing.pdf
Project Manual
3012336-02 Plans Final for Printing.pdf
Plans
3012336-02 Unit Price Reference Sheet.xlsx
Unit Price Reference Sheet
3012336-02_Addendum1.pdf
3012336-02 ADDENDUM NO. 1
Requested Attachments
Bid Bond
(Attachment required)
Bid Attachments
(Attachment required)
Bidder Status Form & Worksheet: Authorization to Transact Business
Download
Download
Download
Download
Download
Download
Page 3 of 17 pages
Deadline: 12/13/2023 11:00 AM (CT)
3012336-02 Addendum 1
Bid Attributes
1 Bidder Acknowledgment
1. The bidder proposes and agrees, if this bid is accepted, to enter into a contract with Jurisdiction in the form
included in the bid documents to perform all work as specified or indicated in the bid documents for the prices
and within the times indicated in this bid and in accordance with the other terms and conditions of the bid
documents.
2. Bidder accepts all of the terms and conditions of the Notice to Bidders, including without limitation those
dealing with the disposition of bid security. The bid will remain subject to acceptance for 60 days after the bid
opening, or for such longer period of time that bidder may agree to in writing upon request of Jurisdiction.
Bidder will sign and deliver the required number of counterparts of the Contract with the bonds, insurance
certificates, and other documents required by the bid requirements within 15 days after Jurisdiction’s Notice
of Award.
3. In submitting this bid, bidder represents, as set forth in the Contract, that:
Bidder has carefully examined the site of the proposed work; the plans, specifications, and all other
contract documents; that the bidder is fully informed concerning the requirements of the contract, the
physical conditions to be encountered in the work, and the character, quality, and the quantity of work
to be performed, as well as materials to be furnished.
Bidder is familiar with and is satisfied as to all Federal, State, County, and City laws and regulations
that may affect cost, progress and performance of the work.
Bidder has given the Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that
bidder has discovered in the bid documents, and the written resolution thereof by the Engineer is
acceptable to bidder.
The bid documents are generally sufficient to indicate and convey understanding of all terms and
conditions for the performance of the work for which this bid is submitted.
Bidder has obtained and is familiar with the referenced edition of SUDAS (Statewide Urban Design and
Specifications) and City of Cedar Rapids, Iowa General Supplemental Specifications to SUDAS.
4. Bidder included the attachments listed in the specifications Section 00200 (Instructions to Bidders), Article
5.01, in the envelope delivered for this Bid.
5. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of
comparison of bids, and final payment for all unit price bid items will be based on actual quantities performed,
determined as provided in the contract documents.
I certify all the following as true:
(Required: Check if applicable)
2 Receipt of Addenda
Bidder has reviewed this project's listing on the Ion Wave platform, and has checked the Attachments section for
Addenda. Bidder acknowledges receipt of all Addenda issued at the time of the bid's submission.
I certify all the following as true:
(Required: Check if applicable)
Page 4 of 17 pages
Deadline: 12/13/2023 11:00 AM (CT)
3012336-02 Addendum 1
3 Equal Employment Opportunity / Non-Discrimination Policy Statement
1. My company (hereinafter referred to as Contractor) has a policy of Non-Discrimination and providing Equal
Opportunity to all employees and applicants for employment in accordance with all applicable Equal
Employment Opportunity/Affirmative Action laws, directives and regulations of Federal, State and Local
governing bodies or agencies thereof, and specifically Iowa Statutes.
2. Contractor will not discriminate against any employee or applicant for employment because of race, creed,
color, sex, religion, national origin, ancestry, age, marital status, families with children, sexual orientation,
gender identity, genetic information, disability, status with regard to public assistance, status as a veteran, or
any classification protected by federal, state, or local laws except where age and sex are essential bona fide
occupational requirements, or where disability or handicap is a bona fide occupational disqualification.
3. Contractor will take Affirmative Action to ensure that all employment practices are free of such discrimination.
Such employment practices include, but are not limited to, the following: hiring, upgrading, demotion, transfer,
recruitment or recruitment advertising, selection, layoff disciplinary action, termination, rates of pay or other
forms of compensation and selection for training, including apprenticeship. Contractor, further assures that
managers and employees comply with both the spirit and intent of federal, state, and local legislation,
government regulation, and executive orders in providing affirmative action as well as equal opportunity.
4. Contractor will use its best efforts to afford minority and female business enterprises with the maximum
practicable opportunity to participate in the performance of subcontracts for construction projects that this
employer engages in.
5. Contractor will commit the necessary time and resources, both financial and human to achieve the goals of
Equal Employment Opportunity and Affirmative Action.
6. Contractor fully supports incorporation of nondiscrimination and affirmative action rules and regulations into
contracts.
7. Contractor, or his collective bargaining representative, will send to each labor union or representative of
workers with which he has a collective bargaining agreement or other Contract or understanding, a notice
advising the said labor union or workers' representatives of Contractor's commitments under this selection.
8. Contractor will evaluate the performances of its management and supervisory personnel on the basis of their
involvement in achieving the Affirmative Action objectives as well as other established criteria. Any employee
of this organization, or subcontractor to this employer, or to who does not comply with the Equal Employment
Opportunity policies and procedures as set forth in this Statement and Plan will be subject to disciplinary
action. Any subcontractor not complying with applicable Equal Employment Opportunity/Affirmative Action
laws, directives and regulations of the Federal, State, and Local governing bodies or agencies thereof,
specifically Iowa statutes, will be subject to appropriate legal sanctions.
I affirm the following is true:
(Required: Check if applicable)
4 Responsible Person
Contractor has appointed the following individual to manage the Equal Employment Opportunity activities and
reporting the effectiveness of this Affirmative Action program, as required by Federal, State, and Local agencies.
An official for Contractor will receive and review reports of the progress of the program. If any employee or applicant
for employment believes he/she has been discriminated against, please contact the following person:
(Required: Maximum 1000 characters allowed)
5 Responsible Person Contact
Enter the phone number of the Responsible Person
(__ __ __) __ __ __ - __ __ __ __ ext:
(Required)
Page 5 of 17 pages
Deadline: 12/13/2023 11:00 AM (CT)
3012336-02 Addendum 1
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >