HomeMy WebLinkAboutADDENDUM NO. 2 - Contract 1123Contract 1123 Addendum No. 2 Page 1 of 2
ADDENDUM NO. 2
TO THE BIDDING DOCUMENTS
HUNTINGTON ROAD AND KATOSKI DRIVE RECONSTRUCTION
FROM WATERLOO CITY LIMITS TO GREENHILL ROAD
CONTRACT NO. 1123
CITY OF WATERLOO, IOWA
DATE: February 27, 2026
LETTING DATE & TIME: March 12, 2026, 1:00 P.M., Local Time
TO ALL BIDDERS ON THE ABOVE PROJECT:
All Bidders submitting a bid on the above contract shall carefully read this Addendum and
give it consideration in the preparation of their bid.
TO ALL BIDDERS ON THE ABOVE PROJECT:
I. The Project Specifications for this project are hereby revised as follows:
The Contractor shall use the attached revised Addendum 2 – Proposal to submit
their bids. The following changes have been made.
• Item 7.1 PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN. changed to
PAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.
• Item 7.2 PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN., COLORED
changed to PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN.,
COLORED
• Item 7.3 PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN., REINFORCED
changed to PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN.,
REINFORCED
II. The Project Plans for this project are hereby revised as follows:
Sheet C.2 the following changes have been made.
• Item 7.1 PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN. changed to
PAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.
• Item 7.2 PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN., COLORED
changed to PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN.,
COLORED
• Item 7.3 PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN., REINFORCED
changed to PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN.,
REINFORCED
Sheet C.5 the following changes have been made.
• Bid item and Estimate Reference Notes changes for items 7.1, 7.2, and 7.3
Contract 1123 Addendum No. 2 Page 2 of 2
Any revisions to any of the Contract Documents made by this Addendum shall be
considered as the same revision to any and all related areas of the Contract Documents not
specifically called out in this Addendum.
The bidder shall acknowledge receipt of this Addendum by inserting the number and date in
the spaces provided in the Form of Bid or Proposal, Item 9.
_____________________________________________________________________________________
Andy Floy, P.E. Foth Infrastructure & Environment
Senior Transportation Engineer
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 1 of 9
ADDENDUM 2 - FORM OF BID OR PROPOSAL
HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT
CONTRACT NO. 1123
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of ________________,
a Partnership consisting of the following partners: ________________________________________________
_________________________________________________________ , having familiarized (himself) (themselves)
(itself) with the existing conditions on the project area affecting the cost of the work, and with all the
contract documents listed in the Table of Contents and Addenda (if any), as prepared by Foth
Infrastructure & Environment, LLC now on file in the office of the City Clerk, City Hall, Waterloo, Iowa,
hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools,
appurtenances, equipment, and services, including utility and transportation services required to
construct and complete this HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT,
Contract No. 1123, all in accordance with the above-listed documents and for the unit prices for work in
place for the following items and quantities:
HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
DIVISION 2 - EARTHWORK
2.1 2010-A CLEARING & GRUBBING, UNIT UNIT 609 $ $
2.2 2010-D-1* TOPSOIL, 4 INCHES, ON OR
OFF-SITE SY 45390 $ $
2.3 2010-D-2 TOPSOIL, COMPOST
AMENDED, CY 231 $ $
2.4 2010-E EXCAVATION, CLASS 10,
ROADWAY & BORROW CY 21737 $ $
2.5 2010-E EXCAVATION, CLASS 10,
WASTE CY 11925 $ $
2.6 2010-E EMBANKMENT IN PLACE,
CONTRACTOR FURNISH CY 13007 $
$
2.7 2010-G SUBGRADE PREPARATION, 12
IN. SY 41324 $
$
2.8 2010-J* MODIFIED SUBBASE, 8 IN. SY 43862 $ $
2.9
2010-K-2-C*
REMOVAL, ENTRANCE PIPE,
LESS THAN OR EQUAL TO 18
IN. LF 111 $
$
2.10 2010-K-2-C* REMOVAL, CULVERT, 36 IN. LF 368 $ $
2.11 2010-K-2-C* REMOVAL, SUBDRAIN LF 9470 $ $
SUBTOTAL EARTHWORK = $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 2 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
DIVISION 4 - SEWERS AND DRAINS
4.1 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 30 IN. LF 779 $ $
4.2 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 36 IN. LF 331 $ $
4.3 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 60 IN. LF 211 $ $
4.4 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 72 IN. LF 262 $ $
4.5 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS V, 15 IN. LF 2774 $ $
4.6 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS V, 18 IN. LF 884 $ $
4.7 4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS V, 24 IN. LF 155 $ $
4.8 4020-D
REMOVE STORM SEWER PIPE,
LESS THAN OR EQUAL TO 36
IN. LF 2325 $ $
4.9 4020-D
REMOVE STORM SEWER PIPE,
GREATER THAN 36 IN. LF 202 $ $
4.10 4030-A*
PIPE CULVERT, CONCRETE, 12
IN. DIA. LF 40 $ $
4.11 4030-B*
APRON, CONCRETE, 12 IN.
DIA. EA 2 $ $
4.12 4030-B*
APRON, CONCRETE, 15 IN.
DIA. EA 2 $ $
4.13 4030-B*
APRON, CONCRETE, 30 IN.
DIA. EA 1 $ $
4.14 4030-B*
APRON, CONCRETE, 36 IN.
DIA. EA 3 $ $
4.15 4030-B*
APRON, CONCRETE, 72 IN.
DIA. EA 1 $ $
4.16 4040-A*
SUBDRAIN, 6" PVC, CASE B,
TYPE 1 LF 14928 $ $
4.17 4040-A*
SUBDRAIN, 6" HDPE, CASE B,
TYPE 1 LF 880 $ $
4.18 4040-C-1
SUBDRAIN CLEANOUT, TYPE
A-1 EA 34 $ $
4.19 4040-C-1 SUBDRAIN CLEANOUT, TYPE B EA 4 $ $
4.20 4040-D-1*
SUBDRAIN OUTLETS AND
CONNECTIONS EA 150 $ $
4.21 SPECIAL
FIELD TILE REPAIR AND
FITTINGS, PVC, UNSPECIFIED
DIAMETER LF 250 $ $
SUBTOTAL SEWERS AND DRAINS = $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 3 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
DIVISION 5 – WATER MAIN AND APPURTENANCES
5.1 5020-C
REMOVE AND REINSTALL FIRE
HYDRANT ASSEMBLY EA 2 $ $
5.2 5020-G VALVE BOX EXTENSION EA 3 $ $
5.3 5020-H VALVE BOX REPLACEMENT EA 8 $ $
SUBTOTAL WATER MAIN AND APPURTENANCES = $
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
6.1 6010-A*
MANHOLE, STORM SEWER,
SW-401, 48 IN. EA 2 $ $
6.2 6010-A*
MANHOLE, STORM SEWER,
SW-401, 60 IN. EA 2 $ $
6.3 6010-A*
MANHOLE, STORM SEWER,
SW-401, 72 IN. EA 1 $ $
6.4 6010-A*
MANHOLE, STORM SEWER,
SW-401, 96 IN. EA 3 $ $
6.5 6010-A*
MANHOLE, STORM SEWER,
SW-403, 9' x 9' EA 1 $ $
6.6 6010-B
INTAKE, SW-505, DOUBLE
GRATE EA 55 $ $
6.7 6010-B
INTAKE, SW-505, DOUBLE
GRATE, MODIFIED EA 3 $ $
6.8 6010-B
INTAKE, SW-506, DOUBLE
GRATE EA 10 $ $
6.9 6010-B INTAKE, SW-512, 24 IN. EA 1 $ $
6.10 6010-B*
INTAKE, SW-516, DOUBLE
GRATE W/ MANHOLE EA 3 $ $
6.11 6010-B*
INTAKE, SW-516, DOUBLE
GRATE W/ MANHOLE, MOD 1 EA 1 $ $
6.12 6010-B*
INTAKE, SW-516, DOUBLE
GRATE W/ MANHOLE, MOD 2 EA 1 $ $
6.13 6010-E-1*
MANHOLE ADJUSTMENT,
MINOR, STORM OR SANITARY EA 8 $ $
6.14 6010-F-1*
MANHOLE ADJUSTMENT,
MAJOR, STORM OR SANITARY EA 11 $ $
6.15 6010-G-1
CONNECTION TO EXISTING
MANHOLE EA 8 $ $
6.16 6010-H-1* REMOVE MANHOLE EA 10 $ $
6.17 6010-H-2* REMOVE INTAKE EA 36 $ $
SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 4 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
DIVISION 7 – STREETS AND RELATED WORK
7.1 7010-A*
PAVEMENT, PCC, CLASS C-SUD
or C-4WR W/ CLASS 3 AGG., 8
IN. SY 35914 $ $
7.2 7010-A*
PAVEMENT, PCC, CLASS C-
4WR W/ CLASS 3 AGG., 8 IN.,
COLORED SY
1094
$ $
7.3 7010-A*
PAVEMENT, PCC, CLASS C-
4WR W/ CLASS 3 AGG., 8 IN.,
REINFORCED SY
394
$ $
7.4 7010-G* CONCRETE MEDIAN, 6 IN. SY 2554 $ $
7.5 7030-A-1
REMOVAL OF SIDEWALK OR
SHARED USE PATH SY 2785 $ $
7.6 7030-A-3 REMOVAL OF DRIVEWAY SY 1457 $ $
7.7 7030-C SHARED USE PATH, PCC, 6 IN. SY 6295 $ $
7.8 7030-E* SIDEWALK, PCC, 4 IN. SY 189 $ $
7.9 7030-E* SIDEWALK, PCC, 6 IN. SY 1660 $ $
7.10 7030-G* DETECTABLE WARNINGS SF 1170 $ $
7.11 7030-H-1* DRIVEWAY, PAVED, PCC, 6 IN. SY 404 $ $
7.12 7030-H-1* DRIVEWAY, PAVED, PCC, 8 IN. SY 422 $ $
7.13 7030-H-3
GRANULAR SURFACING,
CLASS-A CRUSHED STONE,
DRIVEWAY, 6 IN. TON
41
$ $
7.14 7040-H PAVEMENT, REMOVAL SY 38088 $ $
SUBTOTAL STREETS AND RELATED WORK =
DIVISION 8 – TRAFFIC SIGNALS AND TRAFFIC CONTROL
8.1 8010-C TRAFFIC SIGNAL REMOVAL LS 1 $ $
8.2 8020-C*
PAINTED PAVEMENT
MARKINGS, DURABLE STA 380.65 $ $
8.3 8020-H*
PRECUT SYMBOLS AND
LEGENDS EA 25 $ $
8.4 8030-A*
TEMPORARY TRAFFIC
CONTROL LS 1 $ $
8.5 8040-B TRAFFIC SIGNS SF 602.65 $ $
8.6 8040-D
PERFORATED SQUARE STEEL
TUBE POSTS LF 1152.5 $ $
8.7 8040-G
PERFORATED SQUARE STEEL
TUBE POST ANCHORS, SOIL EA 72 $ $
8.8 8040-G
PERFORATED SQUARE STEEL
TUBE POST ANCHORS,
CONCRETE EA
39
$ $
8.9 8040-I
REMOVE AND REINSTALL
TRAFFIC SIGNS EA 2 $ $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 5 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
8.10 SPECIAL REMOVAL OF SIGNS EA 53 $ $
8.11 SPECIAL
TEMPORARY ACCESS
INFORMATION SIGN EA 30 $ $
8.12 SPECIAL
RECTANGULAR RAPID
FLASHING BEACONS (RRFB) LS 9 $ $
8.13 SPECIAL
PORTABLE DYNAMIC
MESSAGE SIGNS CDAY 126 $ $
8.14 SPECIAL
TEMPORARY BARRIER RAIL,
CONCRETE LF 50 $ $
SUBTOTAL TRAFFIC SIGNALS AND TRAFFIC CONTROL = $
DIVISION 9 - SITE WORK AND LANDSCAPING
9.1 9010-B*
HYDRAULIC SEEDING, FERT. &
MULCH., TYPE 1 (PERM. LAWN
MIX.) SY
36935
$ $
9.2 9010-B*
HYDRAULIC SEEDING, FERT. &
MULCH., TYPE 4 (URBAN
TEMP. EROS. CONTROL MIX.) SY
36935
$ $
9.3 9020-A SOD, FESCUE SY 1492 $ $
9.4 9030-A
PLANTS, PERINNIALS,
CONTAINERIZED EA 448 $ $
9.5 9030-A
PLANTS, UNDERSTORY TREES,
BALLED AND BURLAPPED EA 16 $ $
9.6 9030-A
PLANTS, OVERSTORY TREES,
BALLED AND BURLAPPED EA 91 $ $
9.7 9030-A
PLANTS, EVERGREEN TREES,
BALLED AND BURLAPPED EA 6 $ $
9.8 9040-D-1 FILTER SOCKS, 9 IN. LF 21068 $ $
9.9 9040-D-2 FILTER SOCKS, REMOVAL LF 21068 $ $
9.10 9040-J RIP RAP, CLASS E TON 335.6 $ $
9.11 9040-N-1
SILT FENCE OR SILT FENCE
DITCH CHECK LF 4970 $ $
9.12 9040-N-2
SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
SEDIMENT LF
4970
$ $
9.13 9040-N-3
SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
DEVICE LF
4970
$ $
9.14 9040-O-2 TRACK-OUT CONTROL TON 72 $ $
9.15 9040-T-1*
INLET PROTECTION DEVICE,
INTERMEDIATE AND DROP IN EA 147 $ $
9.16 9040-T-2*
INLET PROTECTION DEVICE,
MAINTENANCE EA 147 $ $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 6 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
9.17 9060-D
REMOVAL AND
REINSTALLATION OF EXISTING
FENCE, CHAIN LINK LF
56
$ $
SUBTOTAL SITE WORK AND LANDSCAPING = $
DIVISION 11 - MISCELLANEOUS
11.1 11010-A CONSTRUCTION SURVEY LS 1 $ $
11.2 11020-A MOBILIZATION LS 1 $ $
11.3 11030-A
MAINTENANCE OF POSTAL
SERVICE LS 1 $ $
11.4 11030-B
MAINTENANCE OF SOLID
WASTE COLLECTION LS 1 $ $
11.5 11040-B
TEMPORARY GRANULAR
SIDEWALK SY 268 $ $
11.6 11050-A CONCRETE WASHOUT LS 1 $ $
11.7 SPECIAL
LIMESTONE BLOCKS, 12 IN. X
12 IN. LF 588 $ $
11.8 SPECIAL
LIMESTONE EDGING, 4 IN. X 4
IN. LF 199 $ $
11.9 SPECIAL TRAP ROCK, 1-4 INCH SIZE TON 18.8 $ $
11.10 SPECIAL
MULCH, DOUBLE SHREDDED
HARDWOOD, 3 IN. DEPTH CY 44 $ $
11.11 SPECIAL
STREET SIGNAGE, CORTEN
STEEL, INTEGRALLY LIGHTED
ACRYLIC LETTERS LF
50
$ $
11.12 SPECIAL
MONUMENT SIGNAGE,
CORTEN STEEL, INTEGRALLY
LIGHTED ACRYLIC LETTERS LF 62 $ $
11.13 SPECIAL
LOGO SIGNAGE, CORTEN
STEEL, WATERJET CUTOUT,
ACRYLIC BACKER BOARD LF
19
$ $
11.14 SPECIAL
GRADE MOUNTED ELECTRICAL
METER, MAIN LOAD CENTER
PEDESTAL EA 4 $ $
11.15 SPECIAL
CONDUIT, BELOW GRADE
SCHEDULE 40 NON-METALLIC,
1 INCH DIA. LF 500 $ $
11.16 SPECIAL
CONDUIT, BELOW GRADE
SCHEDULE 40 NON-METALLIC,
3/4 INCH DIA. LF 200 $ $
11.17 SPECIAL
CONDUCTORS, #8 AWG CU
THWN-2, FROM METER/MAIN
PEDESTAL TO PULL BOX LF
1800
$ $
11.18 SPECIAL
CONDUCTORS, #10 AWG CU
THWN-2, FROM PULL BOX TO
SIGN LF
600
$ $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 7 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
11.19 SPECIAL
POLYMER / CONCRETE BELOW
GRADE OPEN BOTTOM PULL
AND JUNCTION BOX EA
13
$ $
11.20 SPECIAL
METER / MAIN LOAD CENTER
PEDESTAL MOUNTED BUTTON
PHOTOCONTROL EA
4
$ $
11.21 SPECIAL
METER / MAIN LOAD CENTER
PEDESTAL MOUNTED
ELECTRICALLY HELD OPEN
TYPE CONTACTOR EA
4
$ $
11.22 SPECIAL
F1 SIGNAGE LED STRIPS,
CHANNELS, LENSES AND MISC.
WIRING COMPONENTS LF
35
$ $
11.23 SPECIAL
F1 SIGNAGE 120VAC/24VDC
DIMMING POWER SUPPLY EA 6 $ $
11.24 SPECIAL
F1 SIGNAGE 120/277V
WALLBOX MOUNTED
CONTROLLER WITH 0-10V
DIMMING EA
6
$ $
11.25 SPECIAL
WEATHER TIGHT 2-5/8 INCH
DEEP SINGLE GANG DEVICE
BOX, COVER, AND MISC.
FITTINGS EA
13
$ $
11.26 SPECIAL BENCH EA 1 $ $
11.27 SPECIAL BIKE RACK EA 1 $ $
11.28 SPECIAL LITTER RECEPTICLE EA 1 $ $
SUBTOTAL MISCELLANEOUS = $
DIVISION 12 - STRUCTURES
12.1 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ $
12.2 2402-0425031 GRANULAR BACKFILL TON 276 $ $
12.3 2402-0425040 FLOODED BACKFILL CY 433 $ $
12.4 2402-2720000 EXCAVATION, CLASS 20 CY 2522 $ $
12.5 2402-3825025
GRANULAR MATERIAL FOR
BLANKET CY 679 $ $
12.6 2403-0100000
STRUCTURAL CONCRETE
(MISCELLANEOUS) CY 29.5 $ $
12.7 2403-0100020
STRUCTURAL CONCRETE (RCB
CULVERT) CY 35.6 $ $
12.8 2404-7775000 REINFORCING STEEL LB 9408 $ $
12.9 2415-2111204
PRECAST CONCRETE BOX
CULVERT, 12 FT. X 4 FT. LF 170 $ $
12.10 2415-2201204
PRECAST CONCRETE BOX
CULVERT STRAIGHT END
SECTION, 12 FT. X 4 FT. EACH
2
$ $
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 8 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE
12.11 2418-0000010
TEMPORARY STREAM
DIVERSION EACH 2 $ $
12.12 2507-8029000 EROSION STONE TON 15.8 $ $
12.13 2519-1001000
FENCE, CHAIN LINK, VINYL
COATED LF 152 $ $
12.14 2599-9999020 GRANULAR BEDDING TON 91 $ $
SUBTOTAL STRUCTURES = $
TOTAL BID = $___________________________
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to
reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to
the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed
form and furnish the required bond and certificate of the insurance within ten (10) days after the
agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed"
is issued.
4. Security in the sum of _______________________________________________________Dollars ($
) in the form of , is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the
City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with
the Non-Collusion Affidavits of All Subcontractor(s).
ADDENDUM 2 - FORM OF BID CONTRACT NO. 1123 Page 9 of 9
The Contractor shall submit information on subcontractors on “SUBCONTRACTOR REQUEST AND
APPROVAL” Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to
the award of a contract due to budgetary limitations.
(Name of Bidder) (Date)
BY: Title
Official Address: (Including Zip Code):
I.R.S. No.
WATERLOO COMMUNITY SCHOOL DISTRICTDIVISION 2
CITY OF WATERLOODIVISION 1
72720TONTRACK-OUT CONTROL9040-O-29.14
497025932377LFSILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE9040-N-39.13
497025932377LFSILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT9040-N-29.12
497025932377LFSILT FENCE OR SILT FENCE DITCH CHECK9040-N-19.11
335.6263.172.5TONRIP RAP, CLASS E9040-J9.10
21068883012238LFFILTER SOCKS, REMOVAL9040-D-29.9
21068883012238LFFILTER SOCKS, 9 IN.9040-D-19.8
606EAPLANTS, EVERGREEN TREES, BALLED AND BURLAPPED9030-A9.7
91091EAPLANTS, OVERSTORY TREES, BALLED AND BURLAPPED9030-A9.6
16016EAPLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED9030-A9.5
4480448EAPLANTS, PERINNIALS, CONTAINERIZED9030-A9.4
149201492SYSOD, FESCUE9020-A9.3
369352017116764SYHYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.)9010-B9.2
369352017116764SYHYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.)9010-B9.1
DIVISION 9 - SITE WORK AND LANDSCAPING
50500LFTEMPORARY BARRIER RAIL, CONCRETESPECIAL8.14
1264284CDAYPORTABLE DYNAMIC MESSAGE SIGNSSPECIAL8.13
954LSRECTANGULAR RAPID FLASHING BEACONS (RRFB)SPECIAL8.12
301515EATEMPORARY ACCESS INFORMATION SIGNSPECIAL8.11
533122EAREMOVAL OF SIGNSSPECIAL8.10
211EAREMOVE AND REINSTALL TRAFFIC SIGNS8040-I8.9
392613EAPERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE8040-G8.8
725220EAPERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL8040-G8.7
1152.5576.25576.25LFPERFORATED SQUARE STEEL TUBE POSTS8040-D8.6
602.65427.9174.75SFTRAFFIC SIGNS8040-B8.5
10.50.5LSTEMPORARY TRAFFIC CONTROL8030-A8.4
25916EAPRECUT SYMBOLS AND LEGENDS8020-H8.3
380.65214.24166.41STAPAINTED PAVEMENT MARKINGS, DURABLE8020-C8.2
10.50.5LSTRAFFIC SIGNAL REMOVAL8010-C8.1
DIVISION 8 - TRAFFIC CONTROL
380881575622332SYPAVEMENT, REMOVAL7040-H7.14
41410TONGRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN.7030-H-37.13
4224220SYDRIVEWAY, PAVED, PCC, 8 IN.7030-H-17.12
40461343SYDRIVEWAY, PAVED, PCC, 6 IN.7030-H-17.11
1170858312SFDETECTABLE WARNINGS7030-G7.10
16601166494SYSIDEWALK, PCC, 6 IN.7030-E7.9
1899693SYSIDEWALK, PCC, 4 IN.7030-E7.8
629506295SYSHARED USE PATH, PCC, 6 IN.7030-C7.7
14571280177SYREMOVAL OF DRIVEWAY7030-A-37.6
27855272258SYREMOVAL OF SIDEWALK OR SHARED USE PATH7030-A-17.5
255413341220SYCONCRETE MEDIAN, 6 IN.7010-G7.4
394207187SYPAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., REINFORCED7010-A7.3
1094783311SYPAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., COLORED7010-A7.2
359141666919245SYPAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.7010-A7.1
DIVISION 7 - STREETS AND RELATED WORK
361719EAREMOVE INTAKE6010-H-26.17
1028EAREMOVE MANHOLE6010-H-16.16
853EACONNECTION TO EXISTING MANHOLE6010-G-16.15
1129EAMANHOLE ADJUSTMENT, MAJOR, STORM OR SANITARY6010-F-16.14
844EAMANHOLE ADJUSTMENT, MINOR, STORM OR SANITARY6010-E-16.13
110EAINTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MODIFIED 26010-B6.12
110EAINTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MODIFIED 16010-B6.11
312EAINTAKE, SW-516, DOUBLE GRATE W/ MANHOLE6010-B6.10
101EAINTAKE, SW-512, 24 IN.6010-B6.9
1037EAINTAKE, SW-506, DOUBLE GRATE6010-B6.8
312EAINTAKE, SW-505, DOUBLE GRATE, MODIFIED6010-B6.7
551936EAINTAKE, SW-505, DOUBLE GRATE6010-B6.6
110EAMANHOLE, STORM SEWER, SW-403, 9' x 9'6010-A6.5
312EAMANHOLE, STORM SEWER, SW-401, 96 IN.6010-A6.4
101EAMANHOLE, STORM SEWER, SW-401, 72 IN.6010-A6.3
211EAMANHOLE, STORM SEWER, SW-401, 60 IN.6010-A6.2
202EAMANHOLE, STORM SEWER, SW-401, 48 IN.6010-A6.1
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWER
853EAVALVE BOX REPLACEMENT5020-H5.3
330EAVALVE BOX EXTENSION5020-G5.2
Division 2Division 1TotalDivision 2Division 1Unit
As BuiltEstimated
Quantities
ItemItem CodeItem No.
ESTIMATED PROJECT QUANTITES
Modified
100-01B
pw://foth-pw.be
ntley.com:foth-pw-0
1
/Docum
ents/Clients/Waterloo IA C/Hu
ntingto
n Road and Ka
toski Drive Recons/CAD/Pla
ns/0025
W01
3
.00_C_SHT
CLIENT PROJECT NO:
DESIGNED BY:
LETTING DATE:
CAD FILE:
CHECKED BY:
CAD DATE:
c:\pw_workdir\pw_ie\fvd_gak1\d0874473\0025W013.00_C_SHT.dgn
2/27/2026
DRAWN BY:
6:53:42 AM
FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO.
C.2G. MEIDENBAUER A. FLOY G. MEIDENBAUER
0025W013.00
MARCH 5, 2026
HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION
FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD
WATERLOO, IA
ESTIM ATED QUANTITIES AND TABULATIONS
2 2/27/26 ASF REVISED PCC BID ITEMS
Refer to V-sheets for details, breakdown of quantities, and additional information. All items shall follow Iowa DOT Specifications.
GRANULAR BEDDING2599-999902012.14
FENCE, CHAIN LINK, VINYL COATED2519-100100012.13
EROSION STONE2507-802900012.12
TEMPORARY STREAM DIVERSION2418-000001012.11
PRECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, 12 FT. X 4 FT.2415-220120412.1
PRECAST CONCRETE BOX CULVERT, 12 FT. X 4 FT.2415-211120412.9
REINFORCING STEEL2404-777500012.8
STRUCTURAL CONCRETE (RCB CULVERT)2403-010002012.7
STRUCTURAL CONCRETE (MISCELLANEOUS)2403-010000012.6
GRANULAR MATERIAL FOR BLANKET2402-382502512.5
EXCAVATION, CLASS 202402-272000012.4
FLOODED BACKFILL2402-042504012.3
GRANULAR BACKFILL2402-042503112.2
REMOVALS, AS PER PLAN2401-675000112.1
STRUCTURES--------------------------
12
DIVISION
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be by Each Bench, Bike Rack, or Litter Recepticle. Basis of Payment shall be by Each Bench, Bike Rack, or Litter Recepticle installed.
Item includes purchase, delivery, and installation of all site furnishing items per plans.
Refer to KE-sheets for locations and additional information. Any hardware required for installation shall be incidental.
LITTER RECEPTICLESPECIAL11.28
BIKE RACKSPECIAL11.27
BENCHSPECIAL11.26
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
LF items method of measurement shall be Lineal Foot. Basis of Payment shall be Lineal Foot of item installed.
EA items method of measurement shall be by Each. Basis of Payment shall be by Each item installed.
MidAmerican Energy.
channels/dimming controller/power supply, single gang device boxes, and electrical/lighting items per plans. Coordinate all connections to existing electrical with
DescriptionItem CodeItem No.
ESTIMATE REFERENCE INFORMATION
Modified
100-04A
Items include purchase, delivery, and installation of all required electrical meters/pedestals, conduit, conductors, pull boxes, photocontrols, fixtures/mounting,
Refer to K-sheets for locations and additional information. Any required mounting hardware shall be incidental. Coordinate all connections to existing electrical with MidAm.
WEATHER TIGHT 2-5/8 INCH DEEP SINGLE GANG DEVICE BOX, COVER, AND MISC. FITTINGSSPECIAL11.25
F1 SIGNAGE 120/277V WALLBOX MOUNTED CONTROLLER WITH 0-10V DIMMINGSPECIAL11.24
F1 SIGNAGE 120VAC/24VDC DIMMING POWER SUPPLYSPECIAL11.23
F1 SIGNAGE LED STRIPS, CHANNELS, LENSES AND MISC. WIRING COMPONENTSSPECIAL11.22
METER / MAIN LOAD CENTER PEDESTAL MOUNTED ELECTRICALLY HELD OPEN TYPE CONTACTORSPECIAL11.21
METER / MAIN LOAD CENTER PEDESTAL MOUNTED BUTTON PHOTOCONTROLSPECIAL11.2
POLYMER / CONCRETE BELOW GRADE OPEN BOTTOM PULL AND JUNCTION BOXSPECIAL11.19
CONDUCTORS, #10 AWG CU THWN-2, FROM PULL BOX TO SIGNSPECIAL11.18
CONDUCTORS, #8 AWG CU THWN-2, FROM METER/MAIN PEDESTAL TO PULL BOXSPECIAL11.17
CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 3/4 INCH DIA.SPECIAL11.16
CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 1 INCH DIA.SPECIAL11.15
GRADE MOUNTED ELECTRICAL METER, MAIN LOAD CENTER PEDESTALSPECIAL11.14
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Lineal Foot of Logo Signage. Basis of Payment shall be Lineal Foot of Logo Signage installed.
Item includes shop drawings, purchase, fabrication, delivery, and installation of Logo Signage per plans.
Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental.
LOGO SIGNAGE, CORTEN STEEL, WATERJET CUTOUT, ACRYLIC BACKER BOARDSPECIAL11.13
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Lineal Foot of Monument Signage. Basis of Payment shall be Lineal Foot of Monument Signage installed.
Item includes shop drawings, purchase, fabrication, delivery, and installation of Monument Signage per plans.
Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental.
MONUMENT SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERSSPECIAL11.12
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Lineal Foot of Street Signage. Basis of Payment shall be Lineal Foot of Street Signage installed.
Item includes shop drawings, purchase, fabrication, delivery, and installation of Street Signage per plans.
Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental.
STREET SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERSSPECIAL11.11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Cubic Yards of Mulch. Basis of Payment shall be Cubic Yards of Mulch installed.
Item includes purchase, delivery, and installation, and maintenance of Mulch and weed fabric at trees and planting areas. Weed fabric is incidental to this bid item.
Refer to K-sheets for locations and additional information.
MULCH, DOUBLE SHREDDED HARDWOOD, 3 IN. DEPTHSPECIAL11.1
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Tons of Trap Rock. Basis of Payment shall be Tons of Trap Rock installed.
Item includes purchase, delivery, and installation of Trap Rock.
Refer to K-sheets for locations and additional information. Non-woven geotextile fabric shall be incidental.
TRAP ROCK, 1-4 INCH SIZESPECIAL11.9
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Lineal Foot of Limestone. Basis of Payment shall be Lineal Foot of Limestone installed.
Item includes purchase, delivery, and installation of limestone per plans.
Refer to K-sheets for locations and additional information.
LIMESTONE EDGING, 4 IN. X 4 IN.SPECIAL11.8
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Method of measurement shall be Lineal Foot of Limestone. Basis of Payment shall be Lineal Foot of Limestone installed.
Item includes purchase, delivery, and installation of limestone per plans. Subbase, fabric, and field cuts (to fit last blocks in radius) are incidental to this bid item.
Refer to K-sheets for locations and additional information.
LIMESTONE BLOCKS, 12 IN. X 12 IN.SPECIAL11.7
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Locations to be determined by the Contractor and approved by the City.
CONCRETE WASHOUT11050-A11.6
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to J-sheets for locations. Item included to maintain pedestrian access to the school.
TEMPORARY GRANULAR SIDEWALK11040-B11.5
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- -
MAINTENANCE OF SOLID WASTE COLLECTION11030-B11.4
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
detail in B-sheets for details.
in accordance with Section 11,030 3.01. Contractor shall notify all property owners a minimum of 48 hours prior to any changes in postal services. Refer to typical mailbox
This bid item also includes relocation of existing curbside mailboxes along Huntington. Coordinate delivery of mail with the USPS and all properties within the project area
MAINTENANCE OF POSTAL SERVICE11030-A11.3
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- -
MOBILIZATION11020-A11.2
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
marked according to Section 11010, 3.02, D of the SUDAS Standard Specifications.
establishing permanent monumentation (iron pins or cut "X") at 500 ft. tangents, PC's, PT's, Intersection PI's, and property pins, post construction. Property limits shall be
project limits following completion of the construction activities. This item shall also include resetting and filing of tie certificates on disturbed section corners;
DescriptionItem CodeItem No.
ESTIMATE REFERENCE INFORMATION
Modified
100-04A
staking shall be performed by a licensed surveyor or licensed engineer. The Contractor will be responsible for maintaining all horizontal and vertical control within the
This bid item shall include all survey work necessary for construction of this project as intended by the contract documents and approved revisions. All construction
CONSTRUCTION SURVEY11010-A11.1
MISCELLANEOUS--------------------------DIVISION 11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Item included on Parcel 20 to allow room for construction of the RCB extension and channel grading.
Refer to R-sheets and Tab 9060-200 for location.
REMOVAL AND REINSTALLATION OF EXISTING FENCE, CHAIN LINK9060-D9.17
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Intermediate protection shall be incidental to Drop In item. See B-sheets for details.
All Inlet Protection Devices shall be drop-in. Refer to RR-sheets and Tab 9040-7 in the RC-sheets for locations.
INLET PROTECTION DEVICE, MAINTENANCE9040-T-29.16
INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN9040-T-19.15
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
seasons. Engineering fabric is considered incidental. Unit price also includes removal and disposal of accumulated sediment, and removal and disposal of Track-out Stone.
Refer to RR-sheets and J-sheets for information. Thickness assumed to be 6 inches. Additional quantity included for maintenance or replacement between construction
TRACK-OUT CONTROL9040-O-29.14
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
for replacement (replacement to paid separately), or for areas that have achieved 70% permanent growth.
This item is included for silt fence and ditch check removal required for staging reasons,
SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE9040-N-39.13
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Item quantity was estimated as 10% of the total Silt Fence quantity.
This item is included for cleanout and repair of the silt fence and ditch checks during the project.
SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT9040-N-29.12
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
replacements.
Refer to RR-sheets and Tab 9040-2 in the RC-sheets for locations and additional information. Silt Fence quantity includes 25% additional quantity for field adjustments and
SILT FENCE OR SILT FENCE DITCH CHECK9040-N-19.11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to RR-sheets and Tab 9040-6 in the RC-sheets for locations and additional information. Engineering fabric is considered incidental.
RIP RAP, CLASS E9040-J9.1
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to RR-sheets and Tab 9040-4 in the RC-sheets for locations and additional information. Item includes 25% additional quantity for field adjustments and replalcements.
FILTER SOCKS, REMOVAL9040-D-29.9
FILTER SOCKS, 9 IN.9040-D-19.8
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Percolation testing shall be incidental to tree planting. Tree wells, if required based on failed percolation test, are also incidental.
Refer to K-sheets for locations and details. Stake trees under 4 inch caliper using metal stakes, 3 per tree at 120 degree separation. Stakes shall be painted black.
PLANTS, EVERGREEN TREES, BALLED AND BURLAPPED9030-A9.7
PLANTS, OVERSTORY TREES, BALLED AND BURLAPPED9030-A9.6
PLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED9030-A9.5
PLANTS, PERINNIALS, CONTAINERIZED9030-A9.4
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to K-sheets for locations and details.
SOD, FESCUE9020-A9.3
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Engineer.
Meathod of measurement and basis of payment shall be by Square Yard. Mowing will be incidental to this item for the duration of the care period and/or as directed by the
responsibility of the Contractor at no additional costs to the City. Contractor shall provide seed tickets for quantity verification after each application.
Item includes quantity for restoration of all areas within the construction limits as shown in the plans. Seeding areas outside the construction limits shall be the
HYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.)9010-B9.2
HYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.)9010-B9.1
SITE WORK AND LANDSCAPING--------------------------DIVISION 9
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
place throughout winter shutdown and until the project is completely closed out.
Method of measurement shall be Linear Foot of Temporary Barrier Rail. Basis of Payment shall be Linear Foot of Temporary Barrier Rail installed. Barrier shall remain in
Refer to J-sheets for locations. Item included to block traffic from entering the dead end leg of the roundabout at the main schol entrance.
TEMPORARY BARRIER RAIL, CONCRETESPECIAL8.14
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Quantity based on placement of PDMS for seven (7) days prior to changes in traffic control.
The Contractor will be paid the contract unit price for each calendar day the PDMS is used. PDMS shall be placed at locations determined by the Engineer.
Refer to the Iowa DOT Standard Specifications Section 4188.07 for details. The quantity of Portable Dynamic Message Signs shall be determined by calendar days.
PORTABLE DYNAMIC MESSAGE SIGNSSPECIAL8.13
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to N-sheets for locations and details. Refer to Special Provisions for additional information.
RECTANGULAR RAPID FLASHING BEACONS (RRFB)SPECIAL8.12
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
as needed during the course of the project.
Method of measurement shall be per Each sign installed. Basis of payment shall be per Each sign and will include the signs, installing, maintaining and removing the signs
DescriptionItem CodeItem No.
ESTIMATE REFERENCE INFORMATION
Modified
100-04A
the discretion of the Engineer.
Item included for temporary directional signing for alternative routes to businesses and school. Refer to J-sheets for locations. Additional quantity included to be used at
TEMPORARY ACCESS INFORMATION SIGNSPECIAL8.11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to PM-sheets and Tab 8040-100 locations and details. Refer to R-sheets and Tab 8040-200 for removal locations.
REMOVAL OF SIGNSSPECIAL8.1
REMOVE AND REINSTALL TRAFFIC SIGNS8040-I8.9
PERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE8040-G8.8
PERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL8040-G8.7
PERFORATED SQUARE STEEL TUBE POSTS8040-D8.6
TRAFFIC SIGNS8040-B8.5
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Place Sidewalk Closed Ahead signs and Trail Closed Ahead signs prior to work affecting existing sidewalk or path.
Engineer and all other work necessary to control traffic during construction. All detour signing is incidental to Temporary Traffic Control item.
This bid item shall include the furnishing, installation, maintenance, and removal of all signs, barricades, and safety closures as detailed hereon and as required by the
Refer to the J-Sheets for details
TEMPORARY TRAFFIC CONTROL8030-A8.4
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
of the symbols or legends.
Grooving for the Precut Symbols and Legends is incidental. Grind area to a depth of 1/8 inch below the plane of pavement surface and treat with sealer prior to placement
Refer to PM-sheets, Tab. 8020-100 and Tab. 8020-101 for locations and additional information.
PRECUT SYMBOLS AND LEGENDS8020-H8.3
PAINTED PAVEMENT MARKINGS, DURABLE8020-C8.2
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Deliver equipment to the City lot at 1400 Black Hawk Street.
Salvage signal heads, cabinets, mast arms, poles, cameras, and whips back to the City. Coordinate delivery of items with Safia Elahi at Traffic Operations (319-291-4440).
Includes removal of poles, concrete pads, foundations, footings, wiring, conduit, cabinets, pedestrian signal equipment, handholes, and manholes.
Refer to R-sheets for locations. Items includes removal of all traffic signal infrastructure at the Katoski Drive intersections with Downing Avenue and Greenhill Road.
TRAFFIC SIGNAL REMOVAL8010-C8.1
TRAFFIC CONTROL--------------------------DIVISION 8
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
that have been damaged prior to placement of proposed pavement. No additional payment will be made for variances in pavement depth.
Refer to Tab 7040-100 and R-sheets for locations and additional information. Contractor will be responsible for providing additional full-depth saw cuts to edges of concrete
PAVEMENT, REMOVAL7040-H7.14
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to L-sheets and Tab 7030-200 for locations and details.
GRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN.7030-H-37.13
DRIVEWAY, PAVED, PCC, 8 IN.7030-H-17.12
DRIVEWAY, PAVED, PCC, 6 IN.7030-H-17.11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
MetaDome, LLC – MetaCast; EJ Group, Inc. – Detectable Warning Plates; Neenah Foundry Company
Detectable Warning Surfaces shall be cast iron. Approved vendors include:
Provide 'BT' joints at all curb ramp and street pavement connections, 'B' joints between ramps and turning spaces, and 'E' joint 'between turning spaces and shared use path.
Incidental to this item is the preparation and compaction of the top 6" of subgrade. Sidewalk, PCC, 6 IN. to be used for ADA compliant ramps and turning spaces.
Refer to the B-Sheets, Tab 7030-100 on the C -Sheets, and S-Sheets for locations and details
DETECTABLE WARNINGS7030-G7.1
SIDEWALK, PCC, 6 IN.7030-E7.9
SIDEWALK, PCC, 4 IN.7030-E7.8
SHARED USE PATH, PCC, 6 IN.7030-C7.7
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
placement of proposed pavement.
made for variances in existing pavement depth or composition. Contractor will be responsible for additional full depth sawcuts to edges that have been damaged prior to
Refer to the R-Sheets and Tabs 7030-101 and 7030-201 for locations. Includes all necessary sawcuts. Driveway pavement depths may vary. No additional payment will be
REMOVAL OF DRIVEWAY7030-A-37.6
REMOVAL OF SIDEWALK OR SHARED USE PATH7030-A-17.5
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Ramp Median noses are incidental to roadway pavement.
Refer to B-sheets, L-sheets, and Tab 7010-101 for locations and details. Item includes granular subbase beneath median.
CONCRETE MEDIAN, 6 IN.7010-G7.4
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Reinforced C-4WR included for areas above RCBs. See B-sheets and L-sheets for locations and details.
paving and C-SUD or C-4WR for hand pours. Colored C-4WR included for hand pours in the truck aprons. Thickened edge at back of curb is incidental.
Refer to L-sheets for jointing and geometric information. Material Testing for Plastic and Hardened Concrete will be performed by the City of Waterloo. C-SUD for slipform
Refer to Tab. 7010-100 for quantities and additional information. Refer to B-sheets for typical sections. Refer to D-sheets and E-sheets for plan and profile information.
PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., REINFORCED7010-A7.3
PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., COLORED7010-A7.2
PAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.7010-A7.1
STREETS AND RELATED WORK--------------------------DIVISION 7
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
where the structure was removed.
DescriptionItem CodeItem No.
ESTIMATE REFERENCE INFORMATION
Modified
100-04A
Remove Manhole or Intake will include complete removal of the structure and backfilling the area as required to complete the construction in the area
Refer to Tab 6010-200 on C-sheets for details. Refer to R-sheets for locations.
REMOVE INTAKE6010-H-26.17
REMOVE MANHOLE6010-H-16.16
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to M-sheets for locations. Core drill opening for connection.
CONNECTION TO EXISTING MANHOLE6010-G-16.15
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
All sanitary sewer castings and adjusting rings to be sealed with heat shrink sleeves.
at 3505 Easton Avenue. Minor adjustments shall not allow extension rings for intakes and extensions shall be poured integral with boxouts.
See City of Waterloo Supplement Specifications for required castings and covers. Existing castings are to be delivered to the City of Waterloo Waste Management yard
Refer to Tab 6010-100 on C-sheets for details. Refer to R-sheets for locations.
MANHOLE OR INTAKE ADJUSTMENT, STORM OR SANITARY, MAJOR6010-F-16.14
MANHOLE OR INTAKE ADJUSTMENT, STORM OR SANITARY, MINOR6010-E-16.13
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
All manholes shall contain steps.
Rubber O-Ring or Profile Gaskets will be used for Precast Riser Joints. Engineering Fabric Wrap shall not be used.
See City of Waterloo Supplemental Specifications for required castings and covers.
Casting Extension Rings will be considered incidental to manhole construction. In lieu of extension rings for intakes, extensions shall be poured integral with boxouts.
Refer to B-Sheets for details and M-Sheets for locations
INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 26010-B6.12
INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 16010-B6.11
INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE6010-B6.1
INTAKE, SW-512, 24 IN.6010-B6.9
INTAKE, SW-506, DOUBLE GRATE6010-B6.8
INTAKE, SW-505, DOUBLE GRATE, MOD 16010-B6.7
INTAKE, SW-505, DOUBLE GRATE6010-B6.6
MANHOLE, STORM SEWER, SW-403, 9' x 9'6010-A6.5
MANHOLE, STORM SEWER, SW-401, 96 IN.6010-A6.4
MANHOLE, STORM SEWER, SW-401, 72 IN.6010-A6.3
MANHOLE, STORM SEWER, SW-401, 60 IN.6010-A6.2
MANHOLE, STORM SEWER, SW-401, 48 IN.6010-A6.1
STRUCTURES FOR SANITARY AND STORM SEWERS--------------------------DIVISION 6
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to R-sheets and Tab 5020-200 for locations and details.
VALVE BOX REPLACEMENT5020-H5.3
VALVE BOX EXTENSION5020-G5.2
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
block; reinstallation of hydrant assembly; furnishing and installing extension barrel section and stem; and all necessary appurtenances.
Refer to R-sheets and Tab 5020-200 for location and details. The unit price includes, but is not limited to, excavation, removal of the fire hydrant, hydrant valve, and thrust
REMOVE AND REINSTALL FIRE HYDRANT ASSEMBLY5020-C5.1
WATER MAIN AND APPURTENANCES--------------------------DIVISION 5
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Actual size to be determined in the field. Item shall be measured and paid for by the Linear Foot of contract price.
This bid item includes all material and equipment to reconnect and/or repair existing field tile encountered during construction.
FIELD TILE REPAIR AND FITTINGS, PVC, UNSPECIFIED DIAMETERSPECIAL4.21
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Use CMP Outlet and removable grate rodent guards. Refer to SUDAS detail 4040.233 for more information.
Connections to existing subdrain network as well as core drilling into existing structures shall be incidental to these bid items.
Refer to M-Sheets and SUDAS detail 4040.231 for locations and information.
SUBDRAIN OUTLETS AND CONNECTIONS4040-D-10004.2
SUBDRAIN CLEANOUT, TYPE B4040-C-10204.19
SUBDRAIN CLEANOUT, TYPE A-14040-C-10004.18
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Installation of subdrains shall be completed prior to construction of the subbase.
Use perforated HDPE single wall for all subdrain within inner circle of the roundabout. Wrap subdrain pipe with geotextile meeting ASTM D6707.
Refer to List of Subdrain Work (104-5C) on Sheet M.3. Refer to the M-Sheets for details and locations.
SUBDRAIN, 6" HDPE, CASE B, TYPE 14040-A-22064.17
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ASTM D6707. Installation of subdrains shall be completed prior to construction of the subbase.
Use perforated, solid wall PVC for all subdrain installed 2 feet off back of curb under new pavement unless otherwise specified. Wrap subdrain pipe with geotextile meeting
Refer to List of Subdrain Work (104-5C) on Sheet M.3. Refer to the M-Sheets for details and locations.
SUBDRAIN, 6" PVC, CASE B, TYPE 14040-A-12064.16
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to List of Intakes and Utility Accesses (104-5B) on sheet M.1. Unit price includes footings per 4030.221 for all aprons 30" or larger and apron guards for all sizes.
APRON, CONCRETE, 72 IN. DIA.4030-B4.15
APRON, CONCRETE, 36 IN. DIA.4030-B4.14
DescriptionItem CodeItem No.
ESTIMATE REFERENCE INFORMATION
Modified
100-04A
APRON, CONCRETE, 30 IN. DIA.4030-B4.13
APRON, CONCRETE, 15 IN. DIA.4030-B4.12
APRON, CONCRETE, 12 IN. DIA.4030-B4.11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to M-Sheets for location and information.
PIPE CULVERT, CONCRETE, 12 IN. DIA. 4030-A4.1
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Options for maintenance of drainage may include, but are not limited to installation of temporary culverts, temporary connections to storm sewer, and pumping.
LF of length as measured in the field. Incidental to this item is maintence of existing drainage patterns until proposed system is installed.
Refer to the R-Sheets and to Tab 4020-100 in the C-Sheets for details and locations. Removal of pipe aprons and apron footings is included in this item and will be paid per
REMOVAL OF STORM SEWER GREATER THAN 36 IN.4020-D4.9
REMOVAL OF STORM SEWER LESS THAN OR EQUAL TO 36 IN.4020-D4.8
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to J-sheets for locations where temporary connections may be needed. Submit temporary drainage plan to City for review.
section. Options for maintenance of drainage may include, but are not limited to installation of temporary culverts, temporary connections to storm sewer, and pumping.
Incidental to this item is maintence of existing ditch drainage following removal of driveway culverts and roadway storm sewer and prior to construction of the full cross
Unit price shall also include pipe supports, dewatering, and concrete collars per SUDAS detail SW-211.
Proposed storm sewer placed 12 IN. or less over an existing utility will require the installation of a pipe support per SUDAS detail 3010.901.
Storm sewer bedding and backfill shall be class R-2 with trench backfill compacted to a minimum of 95% standard proctor density, unless otherwise noted in the M-Sheets.
and incidental to these items. If 36 IN. or smaller, bell and spigot joints shall be used. If larger than 36 In., may use tongue and groove joints.
Refer to B-Sheets and M-Sheets for additional information and storm sewer locations. Rubber, Confined, O-ring or Profile gasket complying with ASTM C 443 shall be used
Refer to Tab 104-5B in the M-sheets for location and details.
STORM SEWER, TRENCHED, RCP, CLASS V, 24 IN.4020-A-14.7
STORM SEWER, TRENCHED, RCP, CLASS V, 18 IN.4020-A-14.6
STORM SEWER, TRENCHED, RCP, CLASS V, 15 IN.4020-A-14.5
STORM SEWER, TRENCHED, RCP, CLASS III, 72 IN.4020-A-14.4
STORM SEWER, TRENCHED, RCP, CLASS III, 60 IN.4020-A-14.3
STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN.4020-A-14.2
STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN.4020-A-14.1
SEWERS AND DRAINS--------------------------DIVISION 4
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to R-sheets and Tab 2010-300 for locations and details.
REMOVAL, SUBDRAIN2010-K-2-C2.11
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to R-sheets and Tab 4020-100 for locations and details.
REMOVAL, CULVERT, 36 IN.2010-K-2-C2.1
REMOVAL, ENTRANCE PIPE, LESS THAN OR EQUAL TO 18 IN.2010-K-2-C2.9
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
area under PCC Medians.
Refer to Typical Sections in the B-sheets and Tabs 7010-100 and 7010-101 in the C-sheets. Area includes proposed paving limits plus 2-ft. beyond back of curb, and includes
MODIFIED SUBBASE, 8 IN.2010-J2.8
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Refer to Typical Sections in the B-sheets. Area includes proposed paving limits plus 2-ft. beyond back of curb.
SUBGRADE PREPARATION, 12 IN.2010-G2.7
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
location with the City of Waterloo and the interchange contractor.
Waste location for material at the end of the project shall be located at the SE corner of the Ansborough Avenue and US-20 interchange. Contrator shall coordinate exact
Contact Zach Kelly (319-433-1828) with Waterloo Community School District regarding available fill material near project site.
Katoski. Contrator shall coordinate exact location with the high school contractor.
Waste material from Stage 1 to be used as embankment in Stage 2 can be placed on the Waterloo Community School District property (Parcel 33) on the east side of
Refer to T-sheets for additional information. Topsoil volumes listed in the T-sheet are for information only.
EMBANKMENT IN PLACE, CONTRACTOR FURNISH2010-E2.6
EXCAVATION, CLASS 10, WASTE2010-E2.5
EXCAVATION, CLASS 10, ROADWAY & BORROW2010-E2.4
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
item. Non-woven geotextile fabric, where rquired per plans, is incidental to this bid item.
Item included for the top 12 or 24 inches of soil in the center circle of the roundabouts. Refer to K-sheets for additional details. Planting soil testing is incidental to this
TOPSOIL, COMPOST AMENDED2010-D-22.3
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
spreading depth is assumed to be a minimun of 4 inches. Topsoil will be measured and paid by Square Yard of topsoil respread to a minimum thickness of 4 inches.
Given quantity is for areas within grading limits and additional areas shown in the plans. Refer to RR-sheets for locations. Stripping depth is assumed to be 6 inches and
TOPSOIL, 4 INCHES, ON OR OFF-SITE2010-D-12.2
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Engineer or City.
site. Incidental to these items is the removal of all necessary fencing/posts/rock/debris/abondoned utilities encountered during construction and as directed by the
Refer to the R-sheets and Tab 2010-100 for locations. Verify all removals with the Engineer or City prior to work. Burning will not be allowed. Wood chips shall be hauled off
CLEARING AND GRUBBING, UNIT2010-A2.1
EARTHWORK---------------------DIVISION 2
DescriptionItem CodeItem No.
ESTIMATE REFERENCE INFORMATION
Modified
100-04A
pw://foth-pw.bentley.com:foth-pw-01/Docum
ents/Clients/Waterloo IA C/Huntingto
n Road and Katoski Drive Recons/CAD/Plans/0025W013.00_C_SHT
CLIENT PROJECT NO:
DESIGNED BY:
LETTING DATE:
CAD FILE:
CHECKED BY:
CAD DATE:
c:\pw_workdir\pw_ie\fvd_gak1\d0874473\0025W013.00_C_SHT.dgn
2/27/2026
DRAWN BY:
7:01:02 AM
FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO.
C.5G. MEIDENBAUER A. FLOY G. MEIDENBAUER
0025W013.00
MARCH 5, 2026
HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION
FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD
WATERLOO, IA
ESTIM ATED QUANTITIES AND TABULATIONS
2 2/27/26 ASF REVISED PCC BID ITEMS