Loading...
HomeMy WebLinkAboutADDENDUM NO. 1 - Contract 1147SHEET 3 DATE: 3/4/2026 L:\ C O N T 1 1 4 7 - F . Y . 2 0 2 6 8 0 0 B l k U p t o n A v e n u e S a n i t a r y A n d W a t e r M a i n E x t e n t i o n s \ A n s b o r o u g h & U p t o n . d w g 3/ 4 / 2 0 2 6 8 : 3 3 A M ES T I M A T E D Q U A N I T I E S A N D E S T I M A T E D RE F E R E N C E I N F O R M A T I O N CI T Y O F W A T E R L O O , I O W A EN G I N E E R I N G D E P A R T M E N T 71 5 M U L B E R R Y S T R E E T WA T E R L O O , I O W A 5 0 7 0 3 (3 1 9 ) 2 9 1 - 4 3 1 2 P H O N E (3 1 9 ) 2 9 1 - 4 2 6 2 F A X F. Y . 2 0 2 6 8 0 0 B L K U P T O N A V E N U E SA N I T A R Y A N D W A T E R M A I N EX T E N S I O N S CO N T R A C T # 11 4 7 FORM OF BID CONRACT NO. 1147 Page 1 of 5 FORM OF BID OR PROPOSAL F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO. 1147 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 the City Engineer of the City of Waterloo 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 F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS, Contract No. 1147, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO.1147 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT UPTON AVENU E QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 515.0 $ $ 2 2010-108-E * EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 0.6 $ $ 3 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 298.0 $ $ 4 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 45.0 $ $ 5 2010-108-G * SUBGRADE PREPARATION SY 1,661.0 $ $ 6 2010-108-J * SUBBASE, MODIFIED, 8-INCH SY 1,661.0 $ $ SUBTOTAL EARTHWORK = $ DIVISION 4 - SEWERS AND DRAINS SANITARY SEWERS 7 4010-108-A SANITARY SEWER, TRENCHED, TRUSS, 8- INCH LF 201.0 $ $ 8 4010-108-E SANITARY SEWER SERVICE STUB, SDR 23.5, 6-INCH LF 66.0 $ $ STORM SEWERS FORM OF BID CONRACT NO. 1147 Page 2 of 5 9 4020-108-A STORM SEWER, TRENCHED, RCP 2000D, 24-INCH LF 26.0 $ $ 10 4020-108-A STORM SEWER, TRENCHED, RCP 2000D, 15-INCH LF 30.0 $ $ 11 4020-108-D REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36-INCH LF 56.0 $ $ 12 4020-108-D REMOVAL OF STORM SEWER, SUBDRAIN LF 272.0 $ $ SUBDRAINS 13 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 710.0 $ $ 14 4040-108-C-1 SUBDRAIN CLEANOUT, TYPE 1-A, 6-INCH EAC H 2.0 $ $ 15 4040-108-D * SUBDRAIN OUTLET TO STRUCTURE, 6 INCH EAC H 2.0 $ $ SUBTOTAL SEWERS AND DRAINS - SEWERS AND DRAINS = $ DIVISION 5 - WATER MAIN AND APPURTENANCES PIPES AND FITTINGS 16 5010-108-A WATER MAIN, TRENCHED, POLYWRAPPED, DIP, 6" LF 299.0 $ $ 17 5010-108-C FITTING, MJ LOCKING CROSS, 12"x6" EAC H 1.0 $ $ 18 5010-108-C FITTING, MJ LOCKING TEE, 6"x6"x6" EAC H 1.0 $ $ 19 5010-108-C FITTING, 45° MJ BEND, 6" EAC H 4.0 $ $ 20 5010-108-E-1 WATER SERVICE STUB, COPPER, 3/4- INCH LF 37.0 $ $ 21 5010-108-E-2 WATER SERVICE, CORPORATION, 3/4- INCH EAC H 2.0 $ $ 22 5010-108-E-3 WATER SERVICE, CURB STOP AND BOX, 3/4-INCH EAC H 2.0 $ $ VALVES, FIRE HYDRANTS, AND APPURTENANCES 23 5020-108-A VALVE, MJ GATE, 12" EAC H 1.0 $ $ 24 5020-108-A VALVE, MJ GATE, 6" EAC H 4.0 $ $ 25 5020-108-C FIRE HYDRANT ASSEMBLY EAC H 1.0 $ $ SUBTOTAL WATER MAIN AND APPURTENANCES = DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 26 6010-108-A MANHOLE, SW-301, 48-INCH EAC H 2.0 $ $ 27 6010-108-E-1 MANHOLE ADJUSTMENT, MINOR, SW- 301 EAC H 1.0 $ $ 28 6010-108-E-1 MANHOLE ADJUSTMENT, MINOR, SW- 401 EAC H 1.0 $ $ FORM OF BID CONRACT NO. 1147 Page 3 of 5 29 6010-108-F-2 * INTAKE ADJUSTMENT, MAJOR, SW-509 EAC H 2.0 $ $ 30 6010-108-G CONNECTION TO EXISTING MANHOLE OR INTAKE, SUBDRAIN EAC H 2.0 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION 7 - STREETS AND RELATED WORK ASPHALT PAVEMENT 31 7020-108-B * PAVEMENT, HMA, 1.5-INCH, STANDARD TRAFFIC (ST) SURFACE, 1/2", PG58-28S, NO FRICTION SY 974.0 $ $ 32 7020-108-B * PAVEMENT, HMA, 1.5-INCH, STANDARD TRAFFIC (ST) INTERMEDIATE, 1/2", PG58-28S SY 974.0 $ $ 33 7020-108-B * PAVEMENT, HMA, 3-INCH, STANDARD TRAFFIC (ST) BASE, 3/4", PG58-28S SY 974.0 $ $ 34 7020-108-B * MISC. PAVEMENT, 3-INCH HMA / 8.5- INCH PCC SY 299.0 $ $ 35 7010-108-E CURB & GUTTER, 30-INCH WIDE, 6-INCH DEPTH, PCC, C-4WR, CLASS 3 AGG. LF 644.0 $ $ SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 36 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 14.6 $ $ 37 7030-108-E * PCC SIDEWALK, 4-INCH, C-4 SY 12.2 $ $ 38 7030-108-G * DETECTABLE WARNINGS SF 20.0 $ $ 39 7030-108-H ALLEY, PCC, 6-INCH, C-4 SY 46.9 $ $ 40 7030-108-H DRIVEWAY, PCC, 5-INCH, C-4 SY 13.6 $ $ PAVEMENT REHABILITATION 41 7040-108-H * PAVEMENT REMOVAL SY 1,539.0 $ $ SUBTOTAL STREETS AND RELATED WORK = $ DIVISION 8 - TRAFFIC CONTROL 42 8030-108-A * TRAFFIC CONTROL LS 1.0 $ $ 43 IADOT 2528- 2518010 SAFTEY CLOSURE EAC H 5.0 $ $ SUBTOTAL TRAFFIC CONTROL = $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 44 9010-108-B * HYDRAULIC SEEDING, FERTILIZING AND MULCHING - TYPE 1 SY 515.0 $ $ EROSION AND SEDIMENT CONTROL 45 9040-108-T-1 * INLET PROTECTION DEVICE, INSTALLATION, DROP-IN EAC H 8.0 $ $ 46 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EAC H 8.0 $ $ FORM OF BID CONRACT NO. 1147 Page 4 of 5 SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 47 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 48 11020-108-A MOBILIZATION LS 1.0 $ $ 49 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ SUBTOTAL MISCELLANEOUS = $ 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). The Contractor shall submit information on subcontractors on “SUBCONTRACTOR REQUEST AND APPROVAL” Form to be provided by City prior to approval of contract. FORM OF BID CONRACT NO. 1147 Page 5 of 5 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.