HomeMy WebLinkAboutAddendum #2 - Cont 1137
ADDENDUM NO. 2
TO THE
BIDDING DOCUMENTS
F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN
CONTRACT # 1137
CITY OF WATERLOO, IOWA
DATE: MARCH 31, 2026
LETTING DATE & TIME: APRIL 2, 2026 at 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:
1. Construction Plans Sheet 4 – Estimated Quantities and Estimate Reference
Information and the Form of Bid is changed as follows and as seen in the attachment.
Line Item 80 –
CONNECTION TO EXISTING MANHOLE, SANITARY 8” TRUSS – EACH – 1.0
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.
_____________________________________________
Jamie Knutson, P.E. City Engineer
City of Waterloo, Iowa Department of Engineering
3/31/2026
SHEET
4
DATE: 3/31/2026
L:
\
C
O
N
T
1
1
3
7
-
F
Y
2
0
2
6
P
a
r
k
v
i
e
w
G
a
r
d
e
n
s
S
e
c
o
n
d
R
e
p
l
a
t
\
P
a
r
k
v
i
e
w
S
u
b
d
i
v
i
s
i
o
n
D
e
s
i
g
n
-
S
t
a
g
i
n
g
a
n
d
F
r
o
n
t
S
h
e
e
t
s
.
d
w
g
3/
3
1
/
2
0
2
6
2
:
5
6
P
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
P
A
R
K
V
I
E
W
M
A
N
O
R
A
N
D
W
.
3R
D
S
T
R
E
E
T
D
E
T
E
N
T
I
O
N
B
A
S
I
N
CO
N
T
R
A
C
T
#
11
3
7
FORM OF BID CONRACT NO. 1137 Page 1 of 7
FORM OF BID OR PROPOSAL
F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN
CONTRACT NO. 1137
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 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN, Contract No. 1137, 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 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN
DIVISION I - ROADWAY & SITE CONSTRUCTION
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLIMENTAL
DESCRIPTION UNIT TOTAL
QUANTITY
UNIT PRICE TOTAL PRICE
DIVISION 2 - EARTHWORK
1 2010-108-B CLEARING AND GRUBBING AC
6.8 $ $
2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY
1,392.0 $ $
3 2010-108-D-1 * TOPSOIL, STRIP,STOCKPILE, AND
RESPREAD, 9" SY
58,638.2 $ $
4 2010-108-E * EXCAVATION, CLASS 10, ROADWAY
AND BORROW CY
18,316.0 $ $
5 SEE EST. REF. EXCAVATION, CLASS 10, WASTE TO
W. 3RD ST LOCATION CY
938.0 $ $
6 2010-108-E * EXCACVATION, CLASS 10,
CONTRACTOR FURNISHED CY
904.0 $ $
7 2010-108-F * EXCAVATION, CLASS 10, BELOW
GRADE CY
500.0 $ $
8 2010-108-G * SUBGRADE PREPARATION SY
7,838.8 $ $
9 2010-108-I * SUBGRADE TREATMENT, GEOGRID
OR WOVEN GEOTEXTILE SY
1,175.8 $ $
FORM OF BID CONRACT NO. 1137 Page 2 of 7
10 2010-108-J * SUBBASE, MODIFIED, 8 INCH SY
7,838.8 $ $
DIVISION 2 - EARTHWORK SUBTOTAL = $
DIVISION 4 - SEWERS AND DRAINS
STORM SEWERS
11 4020-108-A *
STORM SEWER, TRENCHED, HDPE
TYPE S, 3 INCH LF
16.7 $ $
12 4020-108-A *
STORM SEWER, TRENCHED, HDPE
TYPE S, 8 INCH LF
9.3 $ $
13 4020-108-A *
STORM SEWER, TRENCHED, HDPE
TYPE S, 10 INCH LF
25.9 $ $
14 4020-108-A *
STORM SEWER, TRENCHED, RCP
2000D, 15 INCH LF
378.5 $ $
15 4020-108-A *
STORM SEWER, TRENCHED, RCP
2000D, 18 INCH LF
31.0 $ $
16 4020-108-A *
STORM SEWER, TRENCHED, RCP
2000D, 24 INCH LF
147.5 $ $
PIPE CULVERTS
17 4030-108-B PIPE APRON, RCP, 24" EACH
1.0 $ $
18 4030-108-C
FOOTINGS FOR CONCRETE APRONS,
24" EACH
1.0 $ $
19 4030-108-D PIPE APRON GUARDS, 24" EACH
1.0 $ $
SUBDRAINS $
20 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF
4,132.9 $ $
21 4040-108-D * SUBDRAIN OUTLET TO STRUCTURE,
6 INCH EACH
16.0 $ $
22 4040-108-D * SUBDRAIN OUTLET TO DITCH, 6
INCH EACH
1.0 $ $
23 4040-108-E STORM SEWER SERVICE STUB, TYPE
S, 4 INCH LF
294.0 $ $
DIVISION 4 - SEWERS AND DRAINS SUBTOTAL = $
DIVISION 5 - WATER MAINS AND APPURTANANCES
PIPE AND FITTINGS
24 5010-108-A-1 WATER MAIN, TRENCHED, DUCTILE
IRON, 6 INCH LF
1,084.3 $ $
25 5010-108-C-1 FITTINGS, MJ LOCKING TEE,
6"x6"x6" EACH
1.0 $ $
26 5010-108-C-1 FITTINGS, SIDETAP SLEEVE, 6 INCH EACH
1.0 $ $
27 5010-108-C-1 FITTINGS, 45° MJ BEND, 6 INCH EACH
10.0 $ $
28 5010-108-C-1 FITTINGS, 22.5° MJ BEND, 6 INCH EACH
4.0 $ $
29 5010-108-C-1 FITTINGS, 90° MJ BEND, 6 INCH EACH
1.0 $ $
FORM OF BID CONRACT NO. 1137 Page 3 of 7
30 5010-108-C-1 6" SLEEVE COUPLING EACH
2.0 $ $
31 5010-108-E-1 WATER SERVICE STUB, COPPER,
3/4-INCH LF
379.0 $ $
32 5010-108-E-2 WATER SERVICE, CORPORATION,
3/4-INCH EACH
16.0 $ $
33 5010-108-E-3 WATER SERVICE, CURB STOP AND
BOX, 3/4-INCH EACH
16.0 $ $
34 5010-108-E-1 WATER SERVICE CONNECTION TO
EXISTING, COPPER, 1-INCH LF
94.0 $ $
35 5010-108-E-2 WATER SERVICE, CORPORATION, 1-
INCH EACH
2.0 $ $
36 5010-108-E-3 WATER SERVICE, CURB STOP AND
BOX, 1-INCH EACH
2.0 $ $
37 5010-108-H REMOVAL OF WATER MAIN, 6"
D.I.P. LF
180.0 $ $
38 5010-108-G WATER MAIN ABANDON, FILL AND
PLUG, 6" D.I.P. LF
275.0 $ $
VALVES, FIRE HYDRANTS, AND APPURTENANCES
39 5020-108-A VALVE, MJ GATE, 6 INCH EACH
5.0 $ $
40 5020-108-C FIRE HYDRANT ASSEMBLY EACH
2.0 $ $
41 5020-108-C END OF MAIN HYDRANT ASSEMBLY EACH
1.0 $ $
DIVISION 5 - WATER MAINS AND APPURTANANCES SUBTOTAL = $
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
42 6010-108-A * MANHOLE, SW-402, 60"X48" EACH
2.0 $ $
43 6010-108-B * INTAKE, SW-501 EACH
10.0 $ $
44 6010-108-B * INTAKE, SW-505 EACH
2.0 $ $
45 6010-108-G CONNECTION TO EXISTING
MANHOLE OR INTAKE, SUBDRAIN EACH
5.0 $ $
46 6010-108-G CONNECTION TO EXISTING STORM
SEWER, SUBDRAIN EACH
3.0 $ $
47 6010-108-H * REMOVE MANHOLE AND INTAKE,
STORM EACH
2.0 $ $
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS SUBTOTAL = $
DIVISION 7 - STREETS AND RELATED WORK
PCC PAVEMENT
48 7010-108-E * CURB & GUTTER, 30-INCH WIDE, 6-
INCH DEPTH, PCC, C-4 LF
3,513.0 $ $
ASPHALT PAVEMENT
FORM OF BID CONRACT NO. 1137 Page 4 of 7
49 7020-108-B *
PAVEMENT, HMA, 1 1/2 INCH,
STANDARD TRAFFIC (ST) SURFACE,
1/2", PG58-28S, NO FRICTION
SY
5,580.4 $ $
50 7020-108-B *
PAVEMENT, HMA, 1 1/2 INCH,
STANDARD TRAFFIC (ST)
INTERMEDIATE, 1/2", PG58-28S
SY
5,580.4 $ $
51 7020-108-B *
PAVEMENT, HMA, 3 INCH,
STANDARD TRAFFIC (ST) BASE, 3/4",
PG58-28S
SY
5,580.4 $ $
52 7020-108-I ASPHALT PAVEMENT SAMPLES AND
TESTING LS
1.0 $ $
SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS
53 7030-108-E * PCC SIDEWALK, 4-INCH, C-4 SY
27.9 $ $
54 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY
3.0 $ $
55 7030-108-G * DETECTABLE WARNINGS SF
8.0 $ $
56 7030-108-H * DRIVEWAYS, PCC, 5-INCH, C-4 SY
106.4 $ $
57 7030-108-H * DRIVEWAYS, PCC, 6-INCH, C-4 SY
106.6 $ $
PAVEMENT REHABILITATION
58 7040-108-H * PAVEMENT REMOVAL SY
6,838.5 $ $
DIVISION 7 - STREETS AND RELATED WORK SUBTOTAL = $
DIVISION 8 - TRAFFIC CONTROL
PAVEMENT MARKINGS
TEMPORARY TRAFFIC CONTROL
59 8030-108-A * TEMPORARY TRAFFIC CONTROL LS
1.0 $ $
DIVISION 8 - TRAFFIC CONTROL SUBTOTAL = $
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
60 9010-108-B * HYDRAULIC SEEDING, FERTILIZING
AND MULCHING - TYPE 1 SY
41,119.6 $ $
61 9010-108-B * HYDRAULIC SEEDING, FERTILIZING
AND MULCHING - TYPE 2 SY
20,037.8 $ $
EROSION AND SEDIMENT CONTROL
62 9040-108-N-1 SILT FENCE OR SILT FENCE DITCH
CHECK, INSTALLATION LF
5,490.0 $ $
63 9040-108-N-2 * SILT FENCE OR SILT FENCE DITCH
CHECK, REMOVAL OF SEDIMENT LF
5,490.0 $ $
64 9040-108-N-3 SILT FENCE OR SILT FENCE DITCH
CHECK, REMOVAL OF DEVICE LF
5,490.0 $ $
FORM OF BID CONRACT NO. 1137 Page 5 of 7
65 9040-108-E* RECP TYPE 2 SY
10,406.0 $ $
66 9040-108-D FILTER SOCK, 9" - INSTALLATION
AND MAINTENANCE LF
3,985.0 $ $
67 9040-108-D FILTER SOCK, 9" - REMOVAL LF
3,985.0 $ $
68 9040-108-J* EROSION STONE TN
22.0 $ $
69 9040-108-J* CLASS 'D' REVETMENT TN
200.0 $ $
70 9040-108-Q-2 EROSION CONTROL MULCHING,
HYDROMULCHING SY
35,000.0 $ $
71 9040-108-T-1 * INLET PROTECTION DEVICE, DROP-
IN EACH
22.0 $ $
72 9040-108-T-2 * INLET PROTECTION DEVICE,
MAINTENANCE EACH
22.0 $ $
73 9040-108-O* STABILIZED CONSTRUCTION EXIT LS
1.0 $ $
DIVISION 9 - SITE WORK AND LANDSCAPING SUBTOTAL = $
DIVISION 11 - MISCELLANEOUS
74 11010-108-A CONSTRUCTION SURVEY LS
1.0 $ $
75 11020-108-A MOBILIZATION LS
1.0 $ $
76 11,050-108-A CONCRETE WASHOUT LS
1.0 $ $
77 SEE EST. REF. TEMPORARY ACCESS, 6" MODIFIED
SUBBASE/2" H.M.A. SY
354.4 $ $
DIVISION 11 - MISCELLANEOUS SUBTOTAL = $
DIVISION II - SANITARY SEWER
DIVISION 4 - SEWERS AND DRAINS
SANITARY SEWERS
78 4010-108-A *
SANITARY SEWER, TRENCHED,
TRUSS, 8 INCH LF
1,162.9 $ $
79 4010-108-E * SANITARY SEWER SERVICE STUB,
SDR 23.5, 6 INCH LF
505.5 $ $
80 6010-108-G CONNECTION TO EXSITING
MANHOLE, SANITARY 8" TRUSS EACH
1.0 $ $
DIVISION 4 - SEWERS AND DRAINS SUBTOTAL = $
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
81 6010-108-A * MANHOLE, SW-301, 48" EACH
7.0 $ $
82 6010-108-E * MANHOLE ADJUSTMENT, MINOR,
SANITARY EACH
2.0 $ $
DIVISION6 - STRUCTURES FOR SANITARY AND STORM SEWERS SUBTOTAL = $
DIV. I - TOTAL = $
FORM OF BID CONRACT NO. 1137 Page 6 of 7
DIV. II - TOTAL = $
TOTAL BID - DIV. I + DIV. II = $___________________________
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to
reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to
the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed
form and furnish the required bond and certificate of the insurance within ten (10) days after the
agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed"
is issued.
4. Security in the sum of _______________________________________________________Dollars ($
) 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. 1137 Page 7 of 7
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.