Northwest Asphalt, IncBidder: NORTHWEST ASPHALT, 1
Address: 1451 STAGECOACH ROAD.
Telephone No.:
a
,SHAKOPEE MN 55379'
City, State, Zip:
Fax No.:
ADDENDUM NO.2
PROPOSAL FORM
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 NO6 -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
2 2104.501 REMOVE WATER MAIN L F
3 2104.509 REMOVE GATE VALVE & BOX
4 2451.509
AGGREGATE BEDDING (CV)
5 2503.603
TELEVISE SANITARY SEWER
6 2503.603
24" STEEL CASING PIPE (JACKED)
7 2503.608
DUCTILE IRON FITTINGS
8 2504.602
RECONNECT WATER SERVICE
9 2504.602 CONNECT TO EXISTING WATER MAIN
10
2504.602 HYDRANT
11
2504.602
V CORPORATION STOP
12
2504.602
6" GATE VALVE & BOX
13
2504.602
8" GATE VALVE & BOX
14
2504.602
12" GATE VALVE & BOX
15 2504.602 16" GATE VALVE & BOX
16 2504.602 1" CURB STOP & BOX
17 2504.603 1" TYPE K COPPER PIPE
18 2504.603 6" WATERMAIN DUCTILE IRON CL 52
W /POLY WRAP"
19 2504.603 8' WATERMAIN DUCTILE IRON CL 52
W /POLY WRAP"
20 2504.603 "10" WATERMAIN DUCTILE IRON CL 52
W /POLY WRAP"
21 2504.603 12" WATERMAIN DUCTILE IRON CL 52
W /POLY WRAP"
EACH
C
L
L
EACH
2
$
$
EACH
1
$
100
$
ZO„
$(JK?„
9
1
$
... .._
$
Z�m .,
200
$�
@ -
$
/6 061 ' ,
2210
$
%a .. 29
$
.
200
$
3
$
R6�
7000
$
EACH
$,dolt
$
-,.. �
EACH
2
EACH
2
$
$
EACH
1
$
6,
EACH
9
$
Soo
$
2. "' 700,
EACH
33
$
,fin
$
/6 061 ' ,
EACH
9
$
&X'-7 P
$
141" 9L- 8,....
EACH
3
$
/,(f6..
EACH
5
$
-,.. �
EACH
2
$
1/ lL,
$
EACH
33
$
3 "76
$
Z2,.. Obi .
e gzo
L F
700
$
~'
$
L F
150
$
° r'.
$
�'% /-7 _.
L F
140
$
$�%
.,
L F
2600
$
Page 2
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EXTENSION PROJECT
CITY OF SI IOREWOOD, 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
L F
920
$
$
W/POLY WRAP"
23
2504.603
1" TYPE K COPPER SERVICE (BORED)
L F
230
$
24
2504.604
4" POLYSTYRENE INSULATION
S Y
100
$
Total SCHEDULE A - WATERMAIN IMPROVEMENTS
SCHEDULE B - SURFACE IMPROVEMENTS
S 00
YY, X700,
25
2021.501
MOBILIZATION
LS
1
$
—?,F
$
26
2101.501
CLEARING
ACRE
0.6
$
$
27
2101.502
CLEARING
TREE
5
$
Coo
28
2101.506
GRUBBING
ACRE
0.6
$
Z—,/, ciao
$
6
29
2101.507
GRUBBING
TREE
5
$
$
30
2104.503
REMOVE CONCRETE WALK
S F
20
$
31
2104.505
REMOVE CONCRETE DRIVEWAY
S
30
$
$
75ru,
PAVEMENT
32
2104.505
REMOVE BITUMINOUS DRIVEWAY
S
440
$
$
cr
PAVEMENT
33
2104.505
REMOVE BITUMINOUS PAVEMENT
S
8100
$
$
wjo
34
2104.509
REMOVE SIGN
EACH
10
$
35
2104.509
REMOVE MAIL BOX SUPPORT
EACH
5
$
$
36
2104.511
SAWING CONCRETE PAVEMENT (FULL
L
30
$
$
200
DEPTH)
37
2104.513
SAWING BITUMINOUS PAVEMENT (FULL
L
1500
$
$
DEPTH)
38
2104.523
SALVAGE CASTING
EACH
2
$
39
2104.52 )
SALVAGE SIGN PANEL TYPE SPECIAL
EACH
6
$
40
2104.601
SALVAGE AND REINSTALL LANDSCAPE
LS
I
$
J()
STRUCTURES
41
2104.602
SALVAGE AND REINSTALL MAILBOX
EACH
20
$
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
1
mo
$
(SPECIAL)
43
2105.501
COMMON EXCAVATION
C Y
2000
$ -;"5.
—7 S
44
2112.501
SUBGRADE PREPARATION
RDST
32
$
45
2123.610
STREET SWEEPER (WITH PICKUP BROOM)
HOUR
20
$
46
2130.501
WATER
MGAL
20
wo
47
221.501
AGGREGATE BASE CLASS 5 (100%
TON
4100
zoo
CRUSHED LIMESTONE)
48
2232.501
MILL BITUMINOUS SURFACE (2.0")
S Y
1100
49
2357.502
BITUMINOUS MATERIAL FOR TACK COAT
GAL
500
$
50
2360.501
TYPE SP 9.5 WEARING COURSE MIX (2,C)
TON
1100
$
51
2360.502
TYPE SP 12.5 NON WEAR COURSE MIX
TON
1000
$
(2,C)
52
2360.503
TYPE SP 9.5 WEARING COURSE MIX (2,C)
SQ YD
500
$
3.0" THICK
53
2504,602
ADJUST GATE VALVE & BOX
EACH
I
$
54
2504.602
IRRIGATION SYSTEM REPAIR
EACH
5
$
55
2505.601
UTILITY COORDINATION
L S
1
$ Z�-ejljel'
$
Z�7 Coo ,
56
2506.516
CASTING ASSEMBLY
EACH
2
$
$
57
2506.602
ADJUST FRAME & RING CASTING
EACH
13
$
58
2506.602
CHIMNEY SEALS
EACH
13
$
$
59
2521.501
4" CONCRETE WALK
S F
20
$ .t Y
$
-70
60
2531.501 1.501
CONCRETE CURB & GUTTER DESIGN B618
L F
1440
$
$
61
2531.507
6" CONCRETE DRIVEWAY PAVEMENT
S Y
30
$
$
2 Z V-0
62
2535.501
BITUMINOUS CURB
L F
200
$
$
1600'
63
2540.602
MAIL BOX SUPPORT
EACH
5
/d 6
$
S-06"
Page 4
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)
EACH
31
$
$
65
2557.602
REPAIR DOG FENCE
EACH
5
$
$
66
2563.601
TRAFFIC CONTROL
LS
I
$
67
2564.531
SIGN PANELS TYPE C
S F
47
$
68
2571,501
CONIFEROUS TREE 8' HT B&B
TREE
5
$
;7
69
2571.502
DECIDUOUS TREE 2.5" CAL B&B
TREE
5
$
z2" -0
70
2573.502
SILT FENCE, TYPE MS
L F
5000
$
71
2573.530
STORM DRAIN INLET PROTECTION
EACH
10
$
72
2573.533
SEDIMENT CONTROL LOG TYPE WOOD
L F
5000
$
oejo
FIBER
73
2573.535
TEMPORARY ROCK CONSTRUCTION
EACH
11
$ d010 .
40,
ENTRANCE
Z/F
el F 1-1 C,
74
2574.525
COMMON TOPSOIL BORROW
C
100
$ a
$
75
2575.502
SEED MIXTURE 21 -111
LB
60
$
$
76
2575.502
SEED MIXTURE 21-112
LB
60
$
77
2575.502
SEED MIXTURE 25-131
LB
290
$
78
2575.502
SEED MIXTURE 25-141
LB
10
$
79
2575.563
HYDRAULIC MATRIX TYPE MULCH
S
11600
3
$ 0
$
80
2575.604
SEEDING (INCL TOPSOIL & FERT)
ACRE
1.7
$ 27
$
6
f2- S
81
2575.604
SEEDING (INCL FERT)
ACRE
1.1
$
f o
82
2575.608
SEED MIXTURE 34-262
POUND
10
$
Total SCHEDULE B - SURFACE IMPROVEMENTS
'7, 77-
SCHEDULE C - STORM SEWER IMPROVEMENTS
83 2021.501 MOBILIZATION LS 1
Page 5
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
84
2104.501
REMOVE SEWER PIPE (STORM)
L F
770
$
$
85
2104.509
REMOVE DRAINAGE STRUCTURE
EACH
4
$
F
$
86
2105.604
GEOTEXTILE FABRIC TYPE IV
S Y
100
$
Z/
$
0o
q'
87
2451.609
GRANULAR FOUNDATION AND /OR
TON
200
$
$
BEDDING
88
2501.511
12" RC PIPE CULVERT CLASS V
L F
200
$
'q
$
( (' fib
89
2501.515
24" RC PIPE APRON WITH TRASH GUARD
EACH
I
$
$
Of
90
2501.567
36" RC SAFETY APRON & GRATE DES 3132
EACH
I
$
91
2501.602
12" RC PIPE APRON W/ TRASH GUARD
EACH
6
$
63 610
92
2502.501
8" PRECAST CONCRETE HEADWALL
EACH
2
$
Z5,-
93
2502.521
8" PVC PIPE DRAIN
L
40
$
7,
$
I/ 91FIN10
94
2503.541
18" RC PIPE SEWER DES 3006 CL III
L F
160
$
91(A
95
2503,541
24" RC PIPE SEWER DES 3006 CL III
L F
100
$
$
C�,13Q
'
96
2503.541
36" RC PIPE SEWER DES 3006 CL III
L F
440
$
7�,
$
97
2506.501
CONST DRAINAGE STRUCTURE DES 48-
L F
24
$
- 2AQ ,
�
$
6-706,,
4020
98
2506.501
CONST DRAINAGE STRUCTURE DES 84-
L F
19
$
$
4020
99
2506.502
CONST DRAINAGE STRUCTURE DESIGN G
EACH
3
$
100
2506.502
CONST DRAINAGE STRUCTURE DESIGN
EACH
1
$
SPECIAL
101
2506.516
CASTING ASSEMBLY
EACH
5
(,,c, —
$
zyfvo
102
2511.501
RANDOM RIPRAP CLASS III
C Y
90
$
$
—72-oo,,
/'S q1
Total SCHEDULE C - STORM SEWER IMPROVEMENTS
$
GRAND TOTAL BID
Page 6
Q
$
ADDENDUM NO. 2 - 2016 TRUNK WATERMAIN EXTENSION PROJECT
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
WSQ PROJECT NO. 2925 -16
4. 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 �oposalthe Undersigned acknowledges receipt of and has considered the following Addenda
issued to the Co ract Docu'xle t§
10 Addendum No. Addendum No. Dated�`��
Addendum No. afe A S 1i f, Addendum No. Dated
Signed ZI XI.. 111 /_ -
If any Addenda we rev uirild 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. Ifcorporation, what is the state of incorporation?
12. If a partnership, state full name of all co- partners.
ADDE11,Z4111 1•
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 commurlidated 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 Pf the s�ptemfpPts made in this affidavit.
Signed
Firm Nam4 ORIWAAIEST PH L c
7 NG -
1451 STAGECOACH ROAD
Subscribed and sworn to before me this SHAKOPEE, MN 55379
� tf7 c
day of t I(N( ,t% 20
Notary P blic
My commission expires:t
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
ADDENDUM NO.
INITIAL CONTRACTOR VERIFICATION OF COMPLIANCI
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: z 5� / (,
NORTHWEST - Pi— as C
i STAGECOACH ROAD
i AD
S`...i
9
AKO !.. 1, .., MN I 379
By
(please print nam
Signature
(please sign
Its
2016 TRUNK WATERMAIN EXTENSION PROJECT INITIAL VERIFICATION
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
WSB PROJECT NO. 2925 -16
ADDENDUM NO. 2
SUBCONTRACTORS LIST
PROJECT TITLE: �i ✓� ~�t �rr,vind
m
Attach Additional Sheets if Necessary
2016 TRUNK WATERMAIN EXTENSION PROJECT SUBCONTRACTOR LIST
CITY OF SHOREWOOD, MN PROJECT NO. 16 -04
WSB PROJECT NO. 2925 -16