Loading...
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.