Minger Construction Companies, Inc.Y
Bidder: 'fit '
Address: v (!�:"1-,
Tele honeNo.:
City, State, Zip: '�1 o P-dj-,J M� ��� ���
Fax No.:
W.TiTiM i i
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
project, 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 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
SCHEDULE A - WATERMAIN IMPROVEMENTS
1
2021.501 MOBILIZATION
LS
1
0
$ Atz)�)
$
2
2104.501 REMOVE WATER MAIN
L F
100
$
$
3
2104.509 REMOVE GATE VALVE & BOX
EACH
I
$
$
4
2451.509 AGGREGATE BEDDING (CV)
C
200
$
$
5
2503.603 TELEVISE SANITARY SEWER
L F
2210
$
$
6
2503.603 24" STEEL CASING PIPE (JACKED)
L F
200
$
$
7
2503.608 DUCTILE IRON FITTINGS
LB
7000
$
$ b1b6 V
8
2504.602 RECONNECT WATER SERVICE
EACH
2
$ �/Db-
$ 60
9
2504.602 CONNECT TO EXISTING WATER MAIN
EACH
I
$
10
2504.602 HYDRANT
EACH
9
$ JbDbo-
$ 2�o 966 06
It
2504.602 1 " CORPORATION STOP
EACH
33
$ IE),1)0
$ C/ ��&. -10
12
2504.602 6" GATE VALVE & BOX
EACH
9
$ 1 D
13
2504.602 8" GATE VALVE & BOX
EACH
3
$ 162 �
$ 6D
14
2504.602 12" GATE VALVE & BOX
EACH
5
$
$ /3 01)
15
2504.602 16" GATE VALVE & BOX
EACH
2
$ DD
$ ilz 10
16
2504.602 1" CURB STOP & BOX
EACH
33
$
15-6-
17
2504.603 1" TYPE K COPPER PIPE
L F
700
$
18
2504.603 "6" WATERMAIN DUCTILE IRON CL 52
L F
150
$
WIPOLY WRAP"
19
2504.603 "8" WATERMAIN DUCTILE IRON CL 52
L F
140
$
W/POLY WRAP"
20
2504.603 "10" WATERMAIN DUCTILE IRON CL 52
L F
30
$ SR
W/POLY WRAP"
21
2504.603 "12" WATERMAIN DUCTILE IRON CL 52
L F
2600
$
WiPOLY WRAP"
Page 2
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
22 2504.603 "16" WATERMAIN DUCTILE IRON CL 50
W /POLY WRAP"
23 2504.603 1" TYPE K COPPER SERVICE (BORED)
24 2504.604 4" POLYSTYRENE INSULATION
Total SCHEDULE A - WATERMAIN IMP
L F 920 $ b�9 $
L F 230 $ $
S Y 100 $ 3(,) < $ 3
ROVEMENTS $ S,�, ° "
SCHEDULE B - SURFACE IMPROVEMENTS
25 2021.501 MOBILIZATION
26 2101.501 CLEARING
27 2101.502 CLEARING
28 2101.506 GRUBBING
29 2101.507 GRUBBING
30 2104.503 REMOVE CONCRETE WALK
31 2104.505 REMOVE CONCRETE DRIVEWAY
PAVEMENT
32 2104.505 REMOVE BITUMINOUS DRIVEWAY
PAVEMENT
33 2104.505 REMOVE BITUMINOUS PAVEMENT
34 2104.509 REMOVE SIGN
35 2104.509 REMOVE MAIL BOX SUPPORT
36 2104.511 SAWING CONCRETE PAVEMENT (FULL
DEPTH)
37 2104.513 SAWING BITUMINOUS PAVEMENT (FULL
DEPTH)
38 2104.523 SALVAGE CASTING
39 2104.523 SALVAGE SIGN PANEL TYPE SPECIAL
40 2104.601 SALVAGE AND REINSTALL LANDSCAPE
STRUCTURES
41 2104.602 SALVAGE AND REINSTALL MAILBOX
LS
ACRE
TREE
ACRE
1
$ DO
$ ODo
0.6
$ J v °`�
$. Go
5
$ �� coo
$ 5 e _ "o
0.6
$��3�3•°
$
$
$
20
$ G
$
30
$
$ p r7
440
$ . 5,C)
$ 9 ki o
8100
$7r C7
$
5
$ <: �1G
$U. too
30
$ �r , C
$
1500
2
$ 1
$ X /✓ C3 ti
6
$
1
$ Jloon
$ 111.,
20
$ � 00, 010
$ 07)
TREE 5
SF
S
S
S
EACH
EACH
L
L
EACH
EACH
LS
EACH
Page 3
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
42
2104.602
SALVAGE AND REINSTALL MAIL BOX
EACH
I
$
$
$
(SPECIAL)
2
$
EACH
43
2105.501
COMMON EXCAVATION
C Y
2000
$
$ o off!
S F
44
2112.501
SUBGRADE PREPARATION
RDST
32
$
$
t
45
2123.610
STREET SWEEPER (WITH PICKUP BROOM)
HOUR
20
$
$ ' -';V
EACH
46
2130.501
WATER
MGAL
20
$
$
47
221.501
AGGREGATE BASE CLASS 5 (100%
TON
4100
$ C C)
$ ! Z/04
CRUSHED LIMESTONE)
48
2232.501
MILL BITUMINOUS SURFACE (2.0")
S Y
1100
$ -2"
$
49
2357.502
BITUMINOUS MATERIAL FOR TACK COAT
GAL
500
$
$
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 TYPE 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 COORDINATION
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
1100 $ '70-" $ '77-o&)-1�O
1000 $
SQ YD
500
$
$ 11� 1
EACH
I
$
EACH
5
vc
LS
1
$
EACH
2
$
EACH
13
$ Mt
$ 110
EACH
13
$
$
S F
20
$
$
L
1440
$
$
S
30
$ '/va' m
$
L F
200
$ 9,
$
EACH
5
$
$
Page 4
ADDENDUM NO. 2 - 2016 TRUNK WATERMAW 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)
EACH
31
0
$ '� 3, , $
1095�
-
5000
65
2557.602
REPAIR DOG FENCE
EACH
5
$ 5-06'-" $
0I-:5D()--
100
66
2563.601
TRAFFIC CONTROL
LS
1
$ 3✓ (;,.5 ej, 0"$
60
67
2564.531
SIGN PANELS TYPE
$
$
ca
j 9
$
11600
C
S F
47
$
$ k`�
$
68 2571.501 CONIFEROUS TREE 8'HTB &B
69 2571.502 DECIDUOUS TREE 2.5" CAL B&B
70 2573.502 SILT FENCE, TYPE MS
71 2573.530 STORM DRAIN INLET PROTECTION
72 2573.533 SEDIMENT CONTROL LOG TYPE WOOD
FIBER
73 2573.535 TEMPORARY ROCK CONSTRUCTION
ENTRANCE
74 2574.525 COMMON TOPSOIL BORROW
75 2575.502 SEED MIXTURE 21-111
76 2575.502 SEED MIXTURE 21-112
77 2575.502 SEED MIXTURE 25-131
78 2575.502 SEED MIXTURE 25-141
79 2575.563 HYDRAULIC MATRIX TYPE MULCH
80 2575.604 SEEDING (INCL TOPSOIL& FERT)
81 2575.604 SEEDING (INCL FERT)
TREE
TREE
LF
EACH
LF
EACH
CY
LB
LB
LB
LB
SY
ACRE
ACRE
82 2575.608 SEED MIXTURE 34-262 POUND
Total SCHEDULE B - SURFACE IMPROVEMENTS
001151-31
5
$ 0
$ 6"
5
$
$
5000
$
0
10
5000
$
100
CC>
$ dtti --,,Cl
60
$
$
60
$
$5lv tee:;
290
$
$
10
$ t
$
11600
$
$
1.7
$ k`�
$
1.1
$ 1006 "
$
$
83 2021.501 MOBILIZATION LS I $ 2 $ X-),
Page 5
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EXTENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO.6-04
WS13 PROJECT NUMBER. 2925-16
No.
Mat. No.
Item
Units
Quantity
Unit Price
Total Price
84
2104.501
REMOVE SEWER PIPE (STORM)
L F
770
$ 1 �
$ /-) ��J) . - v0
85
2104.509
REMOVE DRAINAGE STRUCTURE
EACH
4
$
86
2105.604
GEOTEXTILE FABRIC TYPE IV
S Y
100
$
$
87
2451.609
GRANULAR FOUNDATION AND/OR
BEDDING
TON
200
$
$
88
2501.511
12" RC PIPE CULVERT CLASS V
L F
200
$
$
89
2501.515
24" RC PIPE APRON WITH TRASH GUARD
EACH
I
$
$ �(D 00
90
2501.567
36" RC SAFETY APRON & GRATE DES 3132
EACH
I
$
$
91
2501.602
12" RC PIPE APRON W/ TRASH GUARD
EACH
6
$
92
2502.501
8" PRECAST CONCRETE HEADWALL
EACH
2
CC)
$
93
2502.521
8" PVC PIPE DRAIN
L F
40
$
$
94
2503.541
18" RC PIPE SEWER DES 3006 CL III
L F
160
$
$
95
2503.541
24" RC PIPE SEWER DES 3006 CL III
L F
too
$
96
2503.541
36" RC PIPE SEWER DES 3006 CL III
L F
440
$
$ em
97
2506.501
CONST DRAINAGE STRUCTURE DES 48-
L F
24
$
4020
98
2506.501
CONST DRAINAGE STRUCTURE DES 84-
L F
19
$
4020
99
2506.502
CONST DRAINAGE STRUCTURE DESIGN G
EACH
3
$
cz e
100
2506.502
CONST DRAINAGE STRUCTURE DESIGN
EACH
1
$ 1'-;JbD.w
$ u)L (D—
SPECIAL
101
2506.516
CASTING ASSEMBLY
EACH
5
$
$
102
2511.501
RANDOM RIPRAP CLASS III
C Y
90
$
$
Total SCHEDULE C - STORM SEWER IMPROVEMENTS
Page 6
$ ma'5(so-0,
$
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN 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.
7. 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 Contract Documents:
10 Addendum No. 4- Dated �l ° /' /C� Addendum No. Dated
Addendum No. t¢ Dated `%r l Addendum No. Dated
Signed
If any d t'daware 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. If a corporation, what is the state of incorporation?
12. If a partnership, state full name of all co- partners.
Official Address Firm Name
By ✓
(An Authorized a ure)
Date: ` ~� .S ` °� � Title &K t-G( ,
Page 7
ADDENDUM NO. 2
AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS
Affidavit of Non - Collusion:
I hereby 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 is a corporation).
(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, understanding, 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 bids; and
(4) That I have fully informed myself regarding the accuracy of the statements made in this affidavit.
Signed
Firm Name
Bidder's E.I. Number:
(Number used on employer's quarterly federal tax return, U.S. Treasury Department Form 941):
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 to the
bidder. (Use reverse side if necessary.)
2016 TRUNK WATERMAIN EXTENSION PROJECT AFFIDAVIT
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
WSB PROJECT NO. 2925 -16
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: ���`e
Contractor:
In
Signature
(please sign name)
Its P?V-s - *'d
- 1 4('442
lease pritA name)
2016 TRUNK WATERMAIN EXTENSION PROJECT INITIAL VERIFICATION
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
WSS PROJECT NO. 2925 -16
MV019111A
toM 0 19 ZF-ITM •
PROJECT TITLE:
Attach Additional Sheets if Necessary
Contractor:
0 , - /'h ��
)6,
By L1 ,e
(please p(int name)
Signature
(please sign name)
Its Ltd S
2016 TRUNK WATERMAIN EXTENSION PROJECT SUBCONTRACTOR LIST
CITY OF SHOREWOOD, MN PROJECT NO. 16-04
WSB PROJECT NO. 2925-16