Loading...
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