Loading...
Addendum No. 2ADDENDUM NO. 2 2016 MILL AND OVERLAY IMPROVEMENT PROJECT AND APPURTENANT WORK FOR THE CITY OF SHOREWOOD HENNEPIN COUNTY, MINNESOTA I hereby certify that this addendum was prepared by me or under my direct supervision and that I am a duly licensed professional engineer under the laws of the State of Minnesota. Paul Hornby, PE Date: April 13, 2016 Lic. No. 23359 WSB PROJECT NO. 2925-09 ADDENDUM NO. 2 PAGE 1 ADDENDUM NO. 2 2016 MILL AND OVERLAY IMPROVEMENT PROJECT AND APPURTENANT WORK FOR THE CITY OF SHOREWOOD HENNEPIN COUNTY, MINNESOTA SPECIFICATION DATED: March 14, 2016 THIS ADDENDUM DATED: April 13, 2016 This Addendum shall be attached to the Contract Documents and shall be included as part of said Contract Documents. Items herein shall take precedence over any clauses which they modify in the Contract Documents or portions of drawings which they modify or supplement. PROJECT MANUAL CHANGES Changes to the Proposal Form 1. REVISE the quantity for the following EXISTING pay item: Item 15, 2232.501, MILL BITUMINOUS SURFACE, S Y, 9000 A revised proposal form is attached to this addendum. Replace the Proposal Form in its entirety with the new attached Proposal Form labeled Addendum No. 2. Contractors submitting a bid for this project shall use the revised proposal form and indicate acknowledgement of receipt of the addendum in the appropriate location on the proposal form. Failure to use the revised proposal form may result in rejection of the submitted form. Changes to the Division 2 1. 2360 – PLANT MIXED ASPHALT PAVEMENT Paragraph 2 under 2360.3 – CONSTRUCTION REQUIREMENTS (bold paragraph following the mix designation for the bituminous spillway) is hereby deleted in its entirety and replaced with the following: Bituminous base course patching for spot curb and gutter replacement is included in that bid item. See specifications for curb and gutter for more information regarding patching requirements. END OF ADDENDUM NO. 2 WSB PROJECT NO. 2925-09 ADDENDUM NO. 2 PAGE 2 1 Opening Time: Opening Date: Dear Council Members: Fax No.: 3. PROPOSED SCHEDULE: The Bidder agrees to perform all work described in the specifications and shown on the plans for the following unit prices: City of Shorewood 5755 Country Club Road Shorewood, MN 55331 10:00 a.m. Thursday, April 14, 2016 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. 2016 MILL AND OVERLAY IMPROVEMENT PROJECT AND APPURTENANT WORK ADDENDUM NO. 2 Bidder: Address: City, State, Zip: Telephone No.: 1. The following proposal is made for furnishing and installing all labor and materials necessary for the 2016 Mill and Overlay Improvement Project and Appurtenant Work for the City of Shorewood, Minnesota. PROPOSAL FORM CITY OF SHOREWOOD, MN PROJECT NO. 16-03 WSB PROJECT NO. 2925-09 SCHEDULE A. - SURFACE IMPROVEMENTS 1 2021.501 MOBILIZATION LS 1 $____________ $_________________ 2 2104.501 REMOVE BITUMINOUS CURB L F 120 $____________ $_________________ 3 2104.505 REMOVE CONCRETE DRIVEWAY PAVEMENT S Y 10 $____________ $_________________ 4 2104.505 REMOVE BITUMINOUS DRIVEWAY PAVEMENT S Y 80 $____________ $_________________ 5 2104.505 REMOVE BITUMINOUS PAVEMENT S Y 70 $____________ $_________________ 6 2104.509 REMOVE CASTING EACH 2 $____________ $_________________ 7 2104.511 SAWING CONCRETE PAVEMENT (FULL DEPTH) L F 20 $____________ $_________________ 8 2104.513 SAWING BITUMINOUS PAVEMENT (FULL DEPTH) L F 200 $____________ $_________________ 9 2104.601 REMOVE & REPLACE CONCRETE CURB & GUTTER L F 910 $____________ $_________________ 10 2104.602 SALVAGE AND REINSTALL MAIL BOX EACH 10 $____________ $_________________ 11 2105.523 COMMON BORROW (LV) C Y 10 $____________ $_________________ 12 2105.603 MINOR GRADING S Y 70 $____________ $_________________ 13 2123.610 STREET SWEEPER (WITH PICKUP BROOM) HOUR 10 $____________ $_________________ 14 2231.501 BITUMINOUS PATCHING MIXTURE TON 10 $____________ $_________________ 15 2232.501 MILL BITUMINOUS SURFACE S Y 9000 $____________ $_________________ 16 2331.501 JOINT ADHESIVE - MASTIC L F 9100 $____________ $_________________ 17 2357.502 BITUMINOUS MATERIAL FOR TACK COAT GAL 1310 $____________ $_________________ 18 2360.501 TYPE SP 9.5 WEARING COURSE MIX (2,B) TON 2030 $____________ $_________________ 19 2360.503 TYPE SP 9.5 WEARING COURSE MIX (2,B) 3.0" THICK S Y 80 $____________ $_________________ ADDENDUM NO. 2 -2016 MILL AND OVERLAY IMPROVEMENT PROJECT AND APPURTENANT WORKCITY OF SHOREWOOD, MN PROJECT NO. 16-03. WSB PROJECT NUMBER. 2925-09 No. Mat. No. Item Units Quantity Unit Price Total Price 2 20 2360.601 BITUMINOUS SPILLWAY EACH 1 $____________ $_________________ 21 2503.602 CHIMNEY SEALS (EXTERNAL) EACH 24 $____________ $_________________ 22 2504.602 ADJUST GATE VALVE EACH 5 $____________ $_________________ 23 2506.516 CASTING ASSEMBLY EACH 2 $____________ $_________________ 24 2506.522 ADJUST FRAME & RING CASTING EACH 12 $____________ $_________________ 25 2506.522 ADJUST FRAME & RING CASTING (STORM) EACH 8 $____________ $_________________ 26 2506.602 ADJUST FRAME & RING CASTING (SPECIAL) EACH 12 $____________ $_________________ 27 2511.501 RANDOM RIPRAP CLASS II C Y 0.5 $____________ $_________________ 28 2531.501 CONCRETE CURB & GUTTER DESIGN B618 L F 140 $____________ $_________________ 29 2531.507 "6"" CONCRETE DRIVEWAY PAVEMENT" S Y 10 $____________ $_________________ 30 2535.501 BITUMINOUS CURB L F 120 $____________ $_________________ 31 2557.602 REPAIR DOG FENCE EACH 5 $____________ $_________________ 32 2563.601 TRAFFIC CONTROL LS 1 $____________ $_________________ 33 2573.530 STORM DRAIN INLET PROTECTION EACH 9 $____________ $_________________ 34 2575.505 SODDING TYPE LAWN S Y 500 $____________ $_________________ Total SCHEDULE A. - SURFACE IMPROVEMENTS $_________________ GRAND TOTAL BID $_________________ ADDENDUM NO. 2 -2016 MILL AND OVERLAY IMPROVEMENT PROJECT AND APPURTENANT WORKCITY OF SHOREWOOD, MN PROJECT NO. 16-03. WSB PROJECT NUMBER. 2925-09 No. Mat. No. Item Units Quantity Unit Price Total Price 3 4 AND APPURTENANT WORK CITY OF SHOREWOOD, MN PROJECT NO. 16-03 WSB PROJECT NO. 2925-09 4. 5. 6. 7. 8. 9. 10 11. 12. Date: ______________________________________ Signed ______________________________ ___________________________________________________________________________________ ___________________________________________By ______________________________________ Title ____________________________________ If a corporation, what is the state of incorporation? _____________________________________________________________________________________ _____________________________________________________________________________________ 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. 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. Addendum No. ______ Dated In submitting this proposal, it is understood that the right reserved by the Owner to reject any or all proposals and to waive informalities. If a partnership, state full name of all co-partners. _____________________________________________________________________________________ _____________________________________________________________________________________ (An Authorized Signature) ADDENDUM NO. 2 - 2016 MILL AND OVERLAY IMPROVEMENT PROJECT 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. Official Address Firm Name _______________________________ In submitting this proposal, the Undersigned acknowledges receipt of and has considered the following Addenda issued to the Contract Documents: Addendum No. ______ Dated ____________ Addendum No. ______ Dated ____________Addendum No. ______ Dated 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. 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. 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 Subscribed and sworn to before me this day of , 20 . Notary Public My commission expires: , 20 . 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 MILL AND OVERLAY IMPROVEMENT PROJECT ADDENDUM NO. 2 - AFFIDAVIT AND APPURTENANT WORK CITY OF SHOREWOOD, MN PROJECT NO. 16-03 WSB PROJECT NO. 2529-09 ADDENDUM NO. 2 INITIAL CONTRACTOR VERIFICATION OF COMPLIANCE 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: Contractor: By (please print name) Signature (please sign name) Its 2016 MILL AND OVERLAY IMPROVEMENT PROJECT ADDENDUM NO. 2 - INITIAL VERIFICATION AND APPURTENANT WORK CITY OF SHOREWOOD, MN PROJECT NO. 16-03 WSB PROJECT NO. 2529-09 ADDENDUM NO. 2 SUBCONTRACTORS LIST PROJECT TITLE: Attach Additional Sheets if Necessary Contractor: By (please print name) Signature (please sign name) Its 2016 MILL AND OVERLAY IMPROVEMENT PROJECT ADDENDUM NO. 2 - SUBCONTRACTOR LIST AND APPURTENANT WORK CITY OF SHOREWOOD, MN PROJECT NO. 16-03 WSB PROJECT NO. 2529-09