Widmer Construction LLC1 1
2016 TRUNK WATERMAIN EXTENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO, 16 -04
WSB PROJECT NO. 2925 -16
Opening Time: 10:00 a.m.
Opening Date: Thursday, September 15, 2016
City of Shorewood
5755 Country Club Road
Shorewood, MN 55331
Dear Council Members:
1. The following proposal is made for furnishing and installing all labor and materials necessary for the 2016
Trunk Watermain Extension Project for the City of Shorewood, Minnesota.
2. The undersigned certifies that the Contract Documents listed in the Instructions to Bidders have been carefully
examined, and that the site of the work has been personally inspected. The undersigned declares that the amount
and nature of the work to be done is understood, and that at no time will misunderstanding of the Contract
Documents be pleaded. On the basis of the Contract Documents, the undersigned proposes to furnish all
necessary apparatus and other means of construction, to do all the work and furnish all the materials in the manner
specified, and to accept as full compensation therefore the sum of the various products obtained by multiplying
each unit price herein bid for the work or materials, by quantities thereof actually incorporated in the completed
prgject, as determined by the Engineer. The undersigned understands that the quantities mentioned herein are
approximate only, and are subject to increase or decrease, and hereby proposes to perform all work as either
increased or decreased, in accordance with the provisions of the specification, at the unit prices bid in the
following proposal schedule, unless such schedule designates lump sum bids.
3. PROPOSED SCHEDULE: The Bidder agrees to perform all work described in the specifications and shown
on the plans for the following unit prices:
Page 1
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EX'T'ENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO.6 -04
WSB PROJECT NUMBER. 2925 -16
No. Mat. No. Item Units Quantity Unit Price Total Price
SCHEDULE A - WATERMAIN IMPROVEMENTS
1
2021.501
MOBILIZATION
LS
1
$ L )
$ 0b
2
2104.501
REMOVE WATER MAIN
L F
100
$
$ �(�(
3
2104.509
REMOVE GATE VALVE & BOX
EACH
1
$—
$ j
4
2451.509
AGGREGATE BEDDING (CV)
C Y
200
$ w
$
5
2503.603
TELEVISE SANITARY SEWER
L F
2210
$@
$ ,
6
2503.603
24" STEEL CASING PIPE (.JACKED)
L F
200
$ if
$
7
2503.608
DUCTILE IRON FITTINGS
LB
7000
$ IT
$ 000
8
2504.602
RECONNECT WATER SERVICE
EACH
2
$ '13-06
$ /600
9
2504.602
CONNECT TO EXISTING WATER MAIN
EACH
I
$_
$�
10
2504.602
HYDRANT
EACH
9
$ 3
1 1
2504.602
1 " CORPORATION STOP
EACH
33
$1, t
o
$
12
2504.602
6" GATE VALVE & BOX
EACH
9
$ CIS
$ 16 1 r
13
2504.602
8" GATE VALVE & BOX
EACH
3
$
yy ��
$ `°t°
14
2504.602
12" GATE VALVE & BOX
EACH
5
$_L� : L _
$ )` ow
15
2504.602
16" GATE VALVE & BOX
EACH
2
$
16
2504,602
I "CURB STOP &BOX
EACH
33
$
$'J
17
2504.603
1 "'TYPE K COPPER PIPE
L F
700
ae
$
$ 0
18
2504.603
G' WATERMAIN DUCTILE IRON CL 52
L F
150
$
$ r(
W /POLY WRAP"
19
2504.603
8 WATERMAIN DUCTILE IRON CL 52
L F
140
$ 4
$ �
W /POLY WRAP"
20
2504.603
"10" WATERMAIN DUCTILE IRON CL 52
L F
30
�� �
$
$ .. "j
W /POLY WRAP"
21
2504.603
12" WATERMAIN DUCTILE IRON CL 52
L F
2600
$
$ L�
W /POLY WRAP"
Page 2
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EX'T'ENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO.6 -04
WSB PROJECT NUMBER. 2925 -I6
i .�
25 2021.501
MOBILIZATION
LS
1
$ 1-060 $ 1-01---),o
26 2101 .501
CLEARING
ACRE
0.6
$ (/� $ C�
27 2101.502
CLEARING
TREE
5
$-j6Ab $
28 2101.506
GRUBBING
ACRE
0.6
$ I $ 4
29 2101.507
GRUBBING
TREE
5
$ $ ; Otpo
30 2104.503
REMOVE CONCRETE WALK
S F
20
$ �e $ 130
31 2104.505
REMOVE CONCRETE DRIVEWAY
S Y
30
$�i— $ ` ► 15
PAVEMENT
32 2104.505
REMOVE BITUMINOUS DRIVEWAY
S Y
440
$ b $ %fa�
PAVEMENT
33 2104.505
REMOVE BITUMINOUS PAVEMENT
S Y
8100
'j 10
jl
$ e $(
34 2104.509
REMOVE SIGN
EACH
10
$ $
35 2104.509
REMOVE MAIL BOX SUPPORT
EACH
5
$ o $ 5 0
36 2104.511
SAWING CONCRETE PAVEMENT (FULL
L F
30
$ $
DEPTH)
—
37 2104.513
SAWING BITUMINOUS PAVEMENT (FULL
L F
1500
$ $ ,s
DEPTH)
38 2104.523
SALVAGE CASTING
EACH
2
$ 11 $ J3D
39 2.104.523
SALVAGE SIGN PANEL TYPE SPECIAL
EACH
6
16 E
$ ! $ 3
40 2104.601
SALVAGE AND REINSTALL LANDSCAPE
LS
1
$ �% $
STRUCTURES
41 2104.602
SALVAGE AND REINSTALL MAILBOX
EACH
20
$ c $
Page 3
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EXTENSION PROJECT
CITY OI' S1IOREWOOD, MN PROJECT NO.6 -04
WSB PROJECT NUMBER. 2925 -16
No. Mat. No. Item Units Quantity Unit Price Total Price
42 2104.602 SALVAGE AND REINSTALL MAIL BOX EACH
(SPECIAL)
43 2105.501 COMMON EXCAVATION C Y
44 21 12.501 SUBGRADE PREPARATION RDST
45 2123.610 STREET SWEEPER (WITH PICKUP BROOM) HOUR
46 2130.501 WATER MGAL
47 221.501 AGGREGATE BASE CLASS 5 (100% TON
CRUSHED LIMESTONE)
48 2232.501 MILL BITUMINOUS SURFACE (2.0 ") S Y
49 2357.502 BITUMINOUS MATERIAL FOR TACK COAT GAL
50 2360.501 TYPE SP 9.5 WEARING COURSE MIX (2,C)
51 2360.502 TYPE SP 12.5 NON WEAR COURSE MIX
(2,C)
52 2360.503 1 1 YPE SP 9.5 WEARING COURSE MIX (2,C)
3.0" THICK
53 2504.602 ADJUST GATE VALVE & BOX
54 2504.602 IRRIGATION SYSTEM REPAIR
55 2505.601 UTILITY COORDINA'T'ION
56 2506.516 CASTING ASSEMBLY
57 2506.602 ADJUST FRAME & RING CASTING
58 2506.602 CHIMNEY SEALS
59 2521.501 4" CONCRETE WALK
60 2531.501 CONCRETE CURB & GUTTER DESIGN B618
61 2531.507 6" CONCRETE DRIVEWAY PAVEMENT
62 2535.501 BITUMINOUS CURB
63 2540.602 MAIL BOX SUPPORT
TON
TON
SQ YD
EACH
EACH
LS
EACH
EACH
EACH
SF
L
S
L
EACH
Page 4
$ 00 $ 0
2000
$ 30
$ bo1 poo
32
$��tU
$ Icac!j
20
20
$ w
$ 40
4100
$_
$ C -
1100
$
$
500
$
$
1 100
$ � �� �
$ !
1000
U%�
r
500
1
$ (,
$ --
2 $ boo $
13 $ 6_ $ I t?
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EXTENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO.6 -04
WSB PROJECT NUMBER 2925 -16
No.
Mat. No.
Item
Units
Quantity
Unit Price
Total Price
64
2540.602
MAIL BOX (TEMPORARY)
EACI--I
31
$
$
65
2557.602
REPAIR DOG FENCE
EACH
5
$ lb
$
66
2563.601
TRAFFIC CONTROL
LS
1
$ 4,600
$ 40K)
67
2564.531
SIGN PANELS TYPE C
S F
47
$
'
$
68
2571.501
CONIFEROUS TREE 8' HT B &B
TREE
5
$ % J
$sa`
69
2571.502
DECIDUOUS TREE 2.5" CAL B &B
TREE
5
$ �i
$
70
2573.502
SILT FENCE, TYPE MS
L F
5000
$
$ ! �C
71
2573.530
STORM DRAIN INLET PROTECTION
EACH
10
$
$
72
2573.533
SEDIMENT CONTROL LOG TYPE WOOD
L F
5000
$
$ 1 4 M
FIBER
73
2573.535
TEMPORARY ROCK CONSTRUCTION
EACH
1 1
$
$
ENTRANCE
74
2574.525
COMMON TOPSOIL BORROW
C Y
100
$
$
75
2575.502
SEED MIXTURE 2 1 -11 1
LB
60
$
$ °`L.
76
2575.502
SEED MIXTURE 21 -112
LB
60
$ `
$ r
77
2575.502
SEED
MIXTURE 25 -131
LB
290
$
$
78
2575.502
SEED MIXTURE 25 -141
LB
10
$ `"�
$ If0i �
79
2575.563
HYDRAULIC MATRIX TYPE MULCH
S Y
11600
$ c -7
$
80
2575.604
SEEDING (INCL TOPSOIL & FERT)
ACRE
1.7
$_ , m—
$ ",5-.
81
2575.604
SEEDING (INCL FERT)
ACRE
1.1
$ tJ ���
$
82
2575.608
SEED MIXTURE 34 -262
POUND
10
$
$
Total SCHEDULE B - SURFACE IM
$ /
83 2021.501 MOBILIZA'T'ION LS 1 $ 4 $ 3(16
Page 5
ADDENDUM NO. 2 - 2016 "TRUNK WATERMAIN EXTENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO.6 -04
WSB PRO.IECT NUMBER. 2925 -16
No. Mat. No. Item Units Quantity Unit Price Total Price
84 2104.501 REMOVE SEWER PIPE (STORM) L F
85 2104.509 REMOVE DRAINAGE STRUCTURE EACH
86 2105.604 GEOTEXTILE FABRIC TYPE IV S Y
87 2451.609 GRANULAR FOUNDATION AND /OR TON
BEDDING
88 2501.511 12" RC PIPE CULVERT CLASS V L F
89 2501.515 24" RC PIPE APRON WITH TRASH GUARD EACH
90 2501.567 36" RC SAFETY APRON & GRA'C ' DES 3132 EACH
91 2501.602 12" RC PIPE APRON W/ TRASH GUARD EACH
92 2502.501 8" PRECAST CONCRETE HEADWALL EACH
93 2502.521 8" PVC PIPE DRAIN L F
94 250 3.541 18" RC PIPE SEWER DES 3006 CL III L F
95 2503.541 24" RC PIPE SEWER DES 3006 CL III L F
96
2503.541
36" RC PIPE SEWER DES 3006 CL III
L F
97
2506.501
CONST DRAINAGE STRUCTURE DES 48-
L F
4020
2
98
2506.501
CONST DRAINAGE STRUCTURE DES 84-
L F
$
160
4020
99
2506.502
CONST DRAINAGE STRUCTURE DESIGN G
EACH
100
2506.502
CONST DRAINAGE STRUCTURE DESIGN
EACH
$
SPECIAL
101
2506.516
CASTING ASSEMBLY
EACH
102 2511.501 RANDOM RIPRAP CLASS III C Y
200
$ / $V
I
$ F>
$ lobo
1
$
Wo
$_ --
2
$ 5 660
40
$
$
160
$`�
100
$@
440
24
$_�
$
:0/1
$ M d
90
$
$�
Total SCHEDULE C- STORM SEWER IMPROVEMENTS
4
Page 6
$ (54 1
ADDENDUM NO. 2 - 2016 TRUNK wATG12MA1N EXTENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
WSB PROJECT NO. 2925 -16
RESPONSIBLE CONTRACTOR: The provisions of Minn. Stat. 16C.285 are imposed as a requirement of this
contract. All bidders and persons or companies providing a response /submission to the Advertisement for
Bids /RFP of the Owner shall comply with the provisions of the statute.
a. Any prime contractor or subcontractor that does not meet the minimum criteria established for a "responsible
contractor" as defined in Minn. Stat. § 16C.285, subd. 3, or fails to verify that it meets those criteria is not a
responsible contractor and is not eligible to be awarded a construction contract for the Project or to perform work,
on the Project.
b. A responding contractor shall submit to the Owner a signed statement under oath by an owner or officer
verifying compliance with each of the minimum criteria in clauses (1) -(6) of Minn. Stat. § 16C.285, subd. 3, at the
time that it responds to this solicitation document. A responding contractor must also submit a list of first -tier
subcontractors it intends to retain on the project, at the time that it responds to this solicitation document.
c. Prior to being awarded a contract, the apparent successful prime contractor must submit a supplemental
verification under oath confirming that all subcontractors and motor carriers meet the minimum criteria of Minn.
Stat. § 16C.285, subd. 3. The apparent successful prime contractor has an ongoing duty to submit supplemental
verification forms for each additional subcontractor retained for the project.
d. A false statement under oath verifying compliance with any of the minimum criteria shall make the prime
contractor or subcontractor that makes the false statement ineligible to be awarded a construction project and may
result in termination of a contract awarded to a prime contractor or subcontractor that submits a false statement.
5. The basis of award of the Contract will be on the Total Bid. 'The Owner reserves the right to delete any item prior
to final contract.
6. The undersigned further proposes to execute the Contract Agreement and to furnish satisfactory bond within
ten ('10) days after notice of the award of contract has been received. The undersigned further proposes to begin
work as specified, to complete the work on or before date specified, and to maintain at all times performance and
payment bonds, approved by the Owner, in an amount equal to the total bid.
I. Accompanying this proposal is the Bid Security, in the amount of five percent (5 %), required to be furnished by
the Contract Documents, the same being subject to forfeiture in the event of default by the undersigned.
8. In submitting this proposal, it is understood that the right reserved by the Owner to reject any or all proposals and
to waive informalities.
9. In submitting this proposal, the Undersigned acknowledges receipt of and has considered the following Addenda
issued to the Contr ct Documents:
10 Addendum No. Dated i Addendum No. _ Dated
Addendum No. Dated ( Addendum No. Dated
Signed
If any Addenda are required as determined by the Engineer, it is the responsibility of the Contractor to
verify the issuance and receipt of any Addenda, and to properly acknowledge such Addenda in the
appropriate location on the Proposal Form.
11. 11'a corporation, what is the state of incorporation?
12. If a partnership, state full name of all co- partners.
ADDENDUM NO' 2
AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS
Affidavit of :
|hareby swear (or affirm) under the penalty for perjury:
(1) That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a
partnership), or an officer or employee of the bidding corporation having authority to sign on its
behalf (if the bidder iaaoorporution).
(2) That the attached bid or bids have been arrived at by the bidder independently, and have been
submitted without collusion with, and without any agreement, undorotanding, or planned common
course of action with, any other vendor of materials, supplies, equipment or services described in
the invitation to bid, designed to limit independent bidding or competition;
(3) That the contents of the bid or bids have not been communicated by the bidder or its surety on
any bond furnished with the bid or bids, and will not be communicated to any such person prior to
the official opening of the bid or bide; and
(4) That |have fully informed myself regarding the accuracy of the statements made in this affidavit.
Signed
My commission expires:
Bidder's E.I. Number:
No PUBL �m OT
NOTARY PUBLIC - MINNESOTA
My COM
_S 01131i2o
My COMMISSION EXPIRES 01131/20
(Number used on employer's quarterly federal tax return, U.8. Treasury Department Form A41):
Fair Trade Items:
List below each item upon which a bid is made, the price of which is affected by a resale price
maintenance or "fair trade" contract between the bidder and the person or firm supplying the item hothe
bidder. (Use reverse side if necessary.)
com TRUNK wx/sRmmw EXTENSION PROJECT xrnoxvn
CITY nFonoeew000.Mw PROJECT NO. 1n-0^
wme PROJECT NO. uoo5-1n
ADDENDUM N•'
INITIAL CONTRACTOR VERIFICATION OF COWPL11VCE
By signing this document I certify that I am an owner or officer of the company, and I swear
under oath that:
My company meets each of the minimum criteria in subclauses (1) — (6) of Minn. Stat. §
16C.285, subd. 3, the Responsible Contractor statute.
The undersigned understands that a failure to meet or verify compliance with the
minimum criteria established for a "responsible contractor" as defined in Minn. Stat. § 16C.285,
subd. 3, renders a bidder ineligible to be awarded a construction contract for the Project or to
perform work on the Project.
The undersigned understands that a false statement under oath verifying compliance with
any of the minimum criteria shall make the undersigned, ineligible to be awarded a construction
project and may result in termination of a contract awarded to the undersigned. A contracting
authority shall not be liable for declining to award a contract or terminating a contract based on a
reasonable determination that the contractor failed to verify compliance with the minimum criteria
or falsely stated that it meets the minimum criteria.
The undersigned understands that, if the undersigned is the apparent low bidder, the
undersigned will be required to submit a supplemental verification under oath as a condition
precedent to the execution of the contract. If the undersigned fails to provide the required
supplemental verification, it could forfeit its bid bond.
I have attached a list of all of my company's first -tier subcontractors that it intends to
retain for work on the project.
Date:
RM71=4 M.73
2016 TRUNK wATERMAIN EXTENSION PROJECT INITIAL VERIFICATION
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
wSB PROJECT NO. 2925 -16
111111, 111 1., 1 1 1
64111 �**;"j I ZA-1AAAM go] .
Ma ��
Attach Additional Sheets if Necessary
M ON j m M,
Contract r:
r m, er Cb LLC?
2016 TRUNK WATERMAIN EXTENSION PROJECT SUBCONTRACTOR LIST
CITY OF SHOREWOOD, MN PROJECT NO. 16-04
WSB PROJECT NO. 2925-16
The undersigned, being duly sworn, as a responding contractor on
2016 Trunk Watermain Extension Project
Represents and swears as follows:
Now, and at all times during the duration of the Project, the
undersigned complies with each of the minimum criteria in Minn. Stat.
16C.285, subd.3, the Responsible Sub Contractor statute.
The undersigned understands that a failure to meet or verify
compliance with the minimum criteria established for a "responsible
contractor" as defined in Minn. Stat. 16C.285, subd.3, renders a bidder
ineligible to be awarded a construction contract for the Project or to
perform work on the Project.
Upon request, the undersigned will submit copies of the signed
verifications of compliance from all subcontractors.
The undersigned understands that a false statement under oath
verifying compliance with any of the minimum criteria shall make the
undersigned or tis subcontractor that makes the false statemnent,
ineligible to be awarded a construction project and may result in
termination of a contract awarded to the undersigned or its
subcontractor that submits a false statement.
Dated: 9/15/16
Subscribe . and sworn to before me
This 15 th day of • - •- t
Widmer Construction LLC
Contractor
1,2"7.7
ita me • title.