Loading...
HomeMy WebLinkAboutCont 1143 - Addendum No. 13/26/2026 ADDENDUM NO. 1 SHEET 3 DATE: 3/20/2026 L:\ C O N T 1 1 4 3 - F Y 2 0 2 6 A S P H A L T O V E R L A Y P R O G R A M \ F r o n t S h e e t s . d w g 3/2 0 / 2 0 2 6 1 1 : 5 0 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 FY 2 0 2 6 A S P H A L T O V E R L A Y PR O G R A M CO N T R A C T # 11 4 3 ADDENDUM NO. 1 15 + 0 0 16 + 0 0 17 + 0 0 18 + 0 0 19 + 0 0 20 + 0 0 9+ 1 7 10 + 0 0 11 + 0 0 12 + 0 0 13 + 0 0 14 + 0 0 15 + 0 0 RR RR RR SCALE: 1" = 40' HOR W. 6 T H S T W. 7 T H S T W. 8 T H S T SHEET 14 DATE: 2/26/2026 L: \ C O N T 1 1 4 3 - F Y 2 0 2 6 A S P H A L T O V E R L A Y P R O G R A M \ J e f f e r s o n S t \ J e f f e r s o n . d w g 3/2 0 / 2 0 2 6 1 1 : 4 8 A M JE F F E R S O N S T R E E T ST R I P I N G - W . 6 T H S T T O S T A . 2 0 + 5 0 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 FY 2 0 2 6 A S P H A L T O V E R L A Y PR O G R A M CO N T R A C T # 11 4 3 SCALE: 1" = 40' HOR SLW4 155 LF 1.55 STA BLW4 120 LF 0.30 STA RRCW x 3 SLW2 24 LF 1.44 STA BLW4 300 LF 0.75 STA DCY4 222 LF 4.44 STA RTAW x 2 BLW4 300 LF 0.75 STA NOTE: FACTOR USES 4" PAINT WIDTH REMOVED RRCW SLW2 24 LF 1.44 STA ADDENDUM NO. 1 FORM OF BID CONRACT NO. 1143 Page 1 of 4 FORM OF BID OR PROPOSAL F.Y. 2026 ASPHALT OVERLAY PROGRAM CONTRACT NO. 1143 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 ASPHALT OVERLAY PROGRAM, Contract No. 1143, 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 ASPHALT OVERLAY PROGRAM CONTRACT NO.1143 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT TOTAL EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 1 - GENERAL PROVISIONS AND COVENANTS 1 1070-302 RAILROAD PROTECTION INSURANCE - CN RAILROAD LS 1.0 $ $ SUBTOTAL MISCELLANEOUS = $ DIVISION 2 - EARTHWORK 2 2010-108-D-3* TOPSOIL, 6", OFFISTE SY 87.2 $ $ 3 2010-108-E * CLASS 10 EXCAVATION SY 749.0 $ $ SUBTOTAL EARTHWORK = $ DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 4 6010-108-B INTAKE, SW-501 EACH 4.0 $ $ 5 6010-108-B INTAKE, SW-507 EACH 4.0 $ $ 6 6010-108-E-1 * SANITARY MANHOLE ADJUSTMENT, MINOR EACH 22.0 $ $ 7 6010-108-E-1 * STORM MANHOLE ADJUSTMENT, MINOR EACH 11.0 $ $ 8 SEE EST. REF. SANITARY MANHOLE ADJUSTMENT, UMAR EACH 1.0 $ $ 9 SEE EST. REF. STORM MANHOLE ADJUSTMENT, UMAR EACH 1.0 $ $ 10 SEE EST. REF. INTAKE ADJUSTMENT, RISER EACH 16.0 $ $ 11 6010-108-H * REMOVE INTAKE EACH 8.0 $ $ FORM OF BID CONRACT NO. 1143 Page 2 of 4 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION 7 - STREETS AND RELATED WORK 12 7010-108-E CURB & GUTTER, 30-INCH WIDE, 8-INCH DEPTH, PCC, C-4 LF 32.0 $ $ 13 7010-108-E CURB & GUTTER, 24-INCH WIDE, 9.5- INCH DEPTH, PCC, C-4 LF 374.0 $ $ 14 7010-108-E CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH, PCC, C-4 LF 76.0 $ $ 15 7020-108-A PAVEMENT, HMA, STANDARD TRAFFIC (ST) SURFACE, 1/2", PG 58-28S, NO FRICTION TON 2140.0 $ $ 16 7020-108-A PAVEMENT, HMA, STANDARD TRAFFIC (ST) INTERMEDIATE, 1/2", PG 58-28S, NO FRICTION TON 2503.0 $ $ 17 7020-108-A PAVEMENT, HMA, INTERLAYER BASE, 3/8", PG 58-34E TON 1400.0 $ $ 18 7020-108-A HMA PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 19 7030-108-A-1 REMOVAL OF SIDEWALK SY 527.2 $ $ 20 7030-108-E * SIDEWALK, PCC, 4 INCH, C-4 SY 164.1 $ $ 21 7030-108-E * SIDEWALK, PCC, 6 INCH, C-4 SY 388.9 $ $ 22 7030-108-G DETECTABLE WARNING DEVICE SF 422.0 $ $ 23 7030-108-H ALLEY, PCC, 6-INCH, C-4 SY 50.7 $ $ PAVEMENT REHABILITATION 24 7040-108-A * FULL DEPTH PATCHES, 8-INCH DEPTH, PCC, C-4 SY 14.1 $ $ 25 7040-108-A * FULL DEPTH PATCHES, 8-INCH DEPTH, PCC, M-4 SY 59.0 $ $ 26 7040-108-C * PARTIAL DEPTH PATCHES SF 4160.0 $ $ 27 SEE EST. REF. MILL WEDGE EACH 23.0 $ $ 28 7040-108-G MILLING SY 108.0 $ $ 29 7040-108-H * PAVEMENT REMOVAL SY 160.3 $ $ 30 7040-108-1 * CURB AND GUTTER REMOVAL LF 482.0 $ $ SUBTOTAL STREETS AND RELATED WORK = $ DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS 31 8020-108-B PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE STA 66.65 $ $ 32 8020-108-H * PRECUT SYMBOLS & LEGENDS, THERMOPLASTIC EACH 4.00 $ $ TRAFFIC CONTROL 33 8030-108-A * TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 34 9010-108-B * HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING - TYPE 1 SY 729.2 $ $ FORM OF BID CONRACT NO. 1143 Page 3 of 4 SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 35 11020-108-A MOBILIZATION 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 FORM OF BID CONRACT NO. 1143 Page 4 of 4 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. 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.