Loading...
HomeMy WebLinkAboutUntitled Inc. 55113 Stantec Consuittibn r,Services InSt. l.NAN Stantec 2335 Highway March 9,2018 Eric Johnsonf, City of Oak Park Heights 14168 Oak Park Blvd.N. Oak Park Heights, hts,MN Re: 2 Replacement Stantec ' Sunnyside Sanitary Lift Station Rep aSunny.ect No. 193803929 nPro► Return of Original Bids were received on the above- Dear Mr.Johnson: for your auditors. final Bids and Bid Securities that Enclosed are all of the original these original bids as information ect.Please referenced Proj We have retained a copy of all bids for our files. Sincerely, STANTEC CONSULTING SERVICES INC. W444%4'6 NnI�+C.i Cathy Ca Y Administrative Coordinator Enclosures 'rirs Sign with community in mind mi®5tarlteG BIDDER: DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT SATIO92 REPLACEMENT PROJECT NO.193 CITY OF OAK PARK HHEI HTS,MINNESOTA, 018 r THIS BID IS SUBMITTED TO: City of Oak Park Heights N. City Hallreement with Owner in the and 14168 Oak Park Boulevard55082 ted,t°enter into an Ag Documents for the p Heights,MNBidding Documente. Oak Park Heigproposes and agrees,if this Bid is accepted, all Work as specified or indicated in the Biddi of the with nec Bidder perform dealing within1.01 The the times sig Documents to din accordance with the other terms and longer included in the Bidding without limitationthose tano for er days after the Bid Opening, times indicated in this Bid and conditions of the th Instructions to Bidders,including is all of the termswill remain subjectreQUest of Owner. 2.01 Bidder accepts The Bid the period of time that Bidder Bid rlmay agree to in writing upon period of timedata identified in the Bidding this Bid,Bidder represents that: Documents,the other related 3.01 In submitting studied the Bidding acknowledged: and carefully of all which is hereby A. Bidder has examinedhAddenda,receiptAd en um D t Documents,and the following A dendum N° _ ^ f71'�' sacral,local,and Site conditions that become familiar with and is satisfied as to the 9 affect cost, Bidder has visited the progress,Sandd performance of the Regulations that may B. may affect familiar cost, with is satisfied as to all federal,state,and local Laws and or contiguous to,the to, of the Work. contiguous C. progress, is performance structures at,or contig progress, or subsurface reports and drawings of reports of explorations and tests ofrfabe rface conditions s 1 repto existing an studied all: l 1 sof physical which hove been identified i SC-4.02, D Bidder has carefully sical conditions in or relating Site and all drawing round Facilities) except Underground have been identified in SC-4.06. all additional°urface, the nd(except Conditions that en0es for not so) conditions Hazardous En is the consequences nd data doingnge ►n9 rens,orl oerformance studied(or accepts and carefully explorations,tests,studies,hich maY affect cost,progress, of investigations,or contiguous to,the Site sequences,and procedures and E. Bidder has obtained at, contig methods,techniques,seq safety r supplementary examinations, xrel to to any es) means,m Bans,methods,techniques,pr supe and Underground aspect of them the specific m toyed by Bidder,and subsurface, applying Documents to be employed or which relate expressly °bY ssly required ng the Bidding of the work wired by construction to be employ ressly req inary accordance incident thereto. explorations,tests,studies,or data are access procedures of and programs exp investigations,exp within the times and fo precautions p 9 price(s)Bid and further mance of the Work at the p for performance F. Bidder does not consider that any Documents. 8�p FORM withr the determination therters and conn tions of the Bidding the 004110-1 ®ZO18 Stantec 1193803929 �t Minn.Stat.§ 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation contracting authority shall each contracting authority a signedstatement uder oath bynwnerorofficer verifyingcopliewith of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. t to trate t a contractor is a nsible A contractingshallauthority may accfor awardingsworn nt as a contracts nnreason blesrelianceaon that statement. Failure to contractor and shall not be held liable verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a constructionbmits a false m . contract that has ityalready shall not be liable for declining g to award a contractrime contractor or or terminating actor ahat ssconttract based ontta eA ce eg authority a reasonable determination that the contractor failed to verify compliance with the minimum criteria or falsely stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn.Stat.§16C.285, 2)I have included Attachment A-1 with my company's solicitation response,and 3)if my company is awarded a contract,I will also submit Attachment A-2 as required. Authorized re of Owner or 0,1;44111.19Printed Name: L —17 —R_j 0 ` Date: `A I -//id- � Title: Tre-S` Compan Name: • Sw to and sub +' before me th' 4 ..y of 20 PLACE NOTARY SEAL HERE Public f.' My Commission Expires: !"c2.6 —0,010 NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) If only one prime contractor responds to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0041 13-3 40 2018 Stantec 1 193803929 ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNySIDE SANITARY LIFT STATION prime contractor or subcontractor shall include in its verification of compliance under Minn.Stat.§ a1list o f,allo Subd.i5. A Submit this form subdivision 4 a list of of its first-tier subcontractors that it intends to retain for work on the project. with the Bid Form. Name of city where company home FIRST TIER SUBCONTRACTOR NAMES office is located (Legal name of company as registered with the Secretary of State) 11111111111111111111111111111 11.1111.111111.1111111.1 111111111111111111.111111 BID FORM ATTACHMENTo 4 ©2018 Stantec � 193803929 ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST ADDED TO THE PROJECT PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS T STATION PROJECT TITLE:2018 SUNNY SIDE SANT This form must be submitted to the Project Manager or individual as identified in the solicitation document. 16C.285, ittinSubd. 5 If prime licontractor he or any subcontractor retains additional subcontractors on the a Minn. Stat. § verification of compliance,the prime contractor or subcontractor shall obtain verifications of ro Alit after from its sof retainingallsubmit thea Padditional subcontractor with which it has a direct tr(7)U withinal 114 relationshipandshall a compliance from each ncocompliance with subdivision supplemental verification confirming additional subcontractors. Submit this form to the Project Manager. home Name of city where company n ►stered with the Secretary of State) office is located ADDITIONAL SUB CONTRACTOR TOR NAMES (Legal name of compayON /ILS" k # _.‘ 41s 111111111111111111111111111 1111.111111111111111111 11.111111111111111111111111 11.1111111.11111101111111111 1110111111111111111111111 111111111 NOM BID FORM ATTAR 4 EN3T 5 ©2018 sfcntec 193803929 ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet minimum criteria to be a responsible contractor as defined in Minn.Stat.§16C.285. Authoriz nature of Owner er: Printed aee4/1-- --a1113 Date: FLS -�I- 1 U Company Name: ri .ido - Sworn to and subsc b-Q,� `0/efore me this y of PLACE NOTARY SEAL HERE / ./1/ A u.1ic arllOPr My Commission Expires: END OF SECTION BID FORM ATTACHMENT A 0041 13-b ©2018 Stantec 1 193803929 No. Item Units Qty Unit Price Total Price � /,�� � .// L _____ $ , 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ II .b 0241 19 LS 1 $ $ 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE $ .-- -C ' LS 1 $ 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG f��Q RETAINING WALL LF 60 $ $ [� 7 REMOVER SANITARY FORCEMAIN SEWER PIPE ii ,e,-7., $ ap SF 540 $ � cPv , 8 BLOCK WALL RECONSTRUCTION �� $ Ob SY 50 $ 9 SUBGRADE PREPARATION 00 al$ TN 100 $ 10 AGGREGATE BASE,CLASS 5 1)pp d $ lar SF 20 $ 11 4"CONCRETE SIDEWALK �� ------1--M2-$ S 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM C-24±&----01 $ Z� y ©.� 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. 20 $ 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 151--19 $ CD$ EA 1 $ 15 CONNECT TO EXISTING MANHOLE � 00 LF 20 $ $ 62_--74-3---° 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH $ EA 2 $ 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS $ EA 1 $ 00 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS /�Ary1�dD 13Z 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS /�. EA 1 $ ' $ EA 1 $ 20 4"BURIED PLUG VALVE AND BOX �^��e0$ o p 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 1 $ Riw RESTRAINED JOINTS EA 2 $ 22 STEEL BOLLARD WITH SLEEVE ��00 $ Cr�l:�/v t./" SY 120 $ J. 23 SODDING WITH 4"OF TOPSOIL $5 �d (�O TOTAL BASE BID BID FORM 004110-3 ©2018 Stantec 1193803929 r G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. sexaminations,obtained investigations,eche Site, ite, known to Bidder,information and observations from visits to the Si e, Documents,and all additional H. Bidder has correlated the information Documents. reports and drawings identified in the Bidding discrepancies that Bidder has discovered tests,studies,and data with the Bidding ambiguities,or Engineer is acceptable to Bidder. I. Bidder ids ngen Engineer and the writtenritten notice ore llolution thereof rby ngin in the Bidding Documents, of all terms and conditions for J. The Bidding Documents are generally sufficient to indicate and convey understanding the performance of the Work for which this Bid is submitted. authorityof its to do business in the state where the Project is located not later than K. Bidder will submit written evidence Bement. the date of its execution of the Ag representsrthat: agreement as to 4.01 Bidder further of restricting independently,without consultation,communication,or prices with any other Birder'or with any competitor for the purpose A The prices ins this Bid have been arrived at prior r to opening of any matters relating to such competitor p B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or the Bids. other person or firm to submit or not to subml t a Bid for the purpose of restricting has been made or will be made by the Bidder to induce any C. No attemptcompetition. to require the Owner,or Engineer at the Owner's direction, undertake before awarding a onsiner's,and qualifications and Bidders responsiveness,resp Engineer and their employeest for 4.02 Bidder understands that the law may q against Owner, statem and all claims, tb whatever nature, false and madesa result with actual malice.cp investigation Bi and submit waives evaluation anyon concerning contract. Bidder herebysuch investigation and evaluation,and statements dna Y nts made as av' thereof,exp evidence to pursuant to la agents,which arise out of or re►at clear and convincing rights to challenge a contract Nothing in that aracan rabe shown by price(s): Nothing in this paragraph is intended to restrict Bidders rig have been computed in accordance with the Work in accordance with the Contract Documents fork a following 5.01 Bidderl will completerice(s)set forth below and All specific cash allowances are included in the p Paragraph 11.02 of the General Conditions. been computed in accordance with Paragraph 11.03.8 of the General Conditions. for the purpose of comparison of Unit Prices have provided guaranteed,and are solely teros determinedofcas Bidder acknowledges that estimated quantitiesdare not9 quantities provided, Bids,and final payment for all Unit Price Bid items will be based on actual q in the Contract Documents. Unit Price Total Price Qty Units Item No. ZelC,00 $ (� BASE BID: LS 1 ca I MOBILIZATION LS I QD 2 TRAFFIC CONTROL LS I $ 3 DEWATERING BID FORM 004110-2 p 2018 Stontec 1193803929 No. Item Units Qty Unit Price Total Price /// �0pD ��I '•� ,, $ 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ /! (0 G.b 02 41 19 LS 1 $ $ 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE $ _�` LS 1 $ 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG �O��[ RETAINING WALL LF 60 $ $ ZpO 7 REMOVER SANITARY FORCEMAIN SEWER PIPE it/��0 $ co SF 540 $ 8 BLOCK WALL RECONSTRUCTION 50p $ OD SY 50 $ ) 9 SUBGRADE PREPARATION 7Q Ab___---A---$ TN 100 $ 0010 AGGREGATE BASE,CLASS 5 60 pp $ lar SF 20 $ 11 4"CONCRETE SIDEWALK r � 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS 1 $ tD ��1 0CZ$ it-O G y $ Z� y ©'� 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND 0"� AS SPECIFIED. 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 20 $ $ EA 1 $ 15 CONNECT TO EXISTING MANHOLE ry�/� LF 20 $ $ ° /tu/� 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH � �Oo $ ` 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS EA 2 $ $ EA 1 $ $l3�°a �3�'°� 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS EA 1 $ • 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS c^ � EA 1 $ ?G�. $ 20 4"BURIED PLUG VALVE AND BOX ap$ o [!b CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 1 $ + 21 /- Qb RESTRAINED JOINTS EA 2 $ (.� $____422V-1--° ,yj,�/�� 22 STEEL BOLLARD WITH SLEEVE a3 CO $ C7Cil�./'CO SY 120 $ 23 SODDING WITH 4"OF TOPSOIL $s'K .��'O� TOTAL BASE BID BID FORM 0041 10-3 ®2018 Stantec 1193803929 No. Item Units Qty Unit Price Total Price ALTERNATES ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN 24 REPLACE 4'DIP FORCEMAIN PIPING AND FITTINGS AND LS 1 $ )3, 110 ptl$ 1 ► I i. ' RECONNECT AS SHOWN ON THE DRAWINGS 18/ 1 Q7 TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN $ 18/ 1 JD' ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT _ r _ 25 REPLACE THE EXISTING UNDERGROUND ELECTRICAL SERVICE LS 1 $ b y (I S • Uo$ �� L(0 CAD b v CONDUIT AND RECONNECT TO NEW PANEL AS SHOWN ON THE DRAWINGS TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND $ ✓(ALS-. b0 ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM 05k)e. MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ ©2018 Stantec 1193803929 00 41 10-4 BID FORM I No. Item Units Qty Unit Price Total Price ALTERNATES ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN (K> 24 REPLACE 4'DIP FORCEMAIN PIPING AND FITTINGS AND LS 1 $ )3� 114 on. 14 I Q RECONNECT AS SHOWN ON THE DRAWINGS ��I Y�D TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN 661 ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT S� �S 25 REPLACE THE EXISTING UNDERGROUND ELECTRICAL SERVICE LS 1 $ b-10(06—. _ 0(0S_. 00$ .00 CONDUIT AND RECONNECT TO NEW PANEL AS SHOWN ON THE DRAWINGS TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND $ 5:(QHS. bd ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: A.,)(5 ITEM ,L ,)(5 e.„ MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ ITEM , MANUFACTURER ADD OR DEDUCT $ BID FORM <0 2018 Stantec 1193803929 00 41 10-4 No. Item Units Qty Unit Price Total Price OD 9. 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS1 $ /l r!o00•o-$ f l Le____ . 02 41 19 $ d 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE LS 1 $ 1 $ I/Sro OCA $ f7'O 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG LS CI a RETAINING WALL LF 60 $ $ 7 REMOVER SANITARY FORCEMAIN SEWER PIPE 8 BLOCK WALL RECONSTRUCTION SF 540 $ • SY 50 $ 1--$ 9 SUBGRADE PREPARATION 06 TN 100 $ c "„� $ 10 AGGREGATE BASE,CLASS 5 Ai)CO 00 SF 20 $ 11 4"CONCRETE SIDEWALK rr I 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ � ��7 4®d,0o$ "7-Ad yIq•c9b WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. Oa LF 20 $ 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH EA 1 $ $ 15 CONNECT TO EXISTING MANHOLEEA 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH LF 20 $ 40141 00 Li. 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS EA2 $ $---fth---C° 00 EA 1 $ O $ 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS. � ��� EA 1 $ L_$ 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS 20 4"BURIED PLUG VALVE AND BOX EA 1 $ --cf.) $ 1 ��1 eo ab 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA I $ RESTRAINED JOINTS aID $ 22 STEEL BOLLARD WITH SLEEVE EA 2 $ �cv 23 SODDING WITH 4"OF TOPSOIL SY 120 $ :-$ TOTAL BASE BID BID FORM 004110-3 ®2018 Stantec 1193803929 6. ct Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in with Paragraph 14.07.8 of the General Conditions on or before the dates or within the number of calendar accordance days indicated in the Agreement. es in the event of failure to complete the Work6.02ent s to ted within the times specified abovthe provisions e,hwhi e ghsha l beastated in tthae Agreement. withi 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Responsible Contractor Verification and Certification of Compliance. B. Bid Form Attachment A- 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on ____c_11:-/2--- I ,2018. If Bidder Is: ac'or — or A „� EAL) Corporation Name: •. r State of Incorporation: A - � Type(General Busine , ofessional,Service, ite. lability): L-�� By. (Signature) Name(typed or printed): Title: $ '_l Aiii / j !1 liii / . (CORPORATES Attest (Signal:Morporate Secretary) Business Street Address(No P.O.Box#'s): , —' Ill .' . t 5 ��w Phone No.: e V Email.: "illV t - . 81D FORM 0041 10-5 020185tantec 1`193803929 An Individual Nam= (typed or printed): By: (SEAL) (Individual's signature) Doing business •s: Business Street Ad• ess(No P.O.Box#'s): Phone No.: Email.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Bo #'s)`: Phone No.: Email.: ®2018 Stantec 1193803929 00 41 10-6 BID FORM 1 BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. t Name: A — _ A hi . 4 �C�t�/! I.Y�s Qr.Address: *AS21C1(6. 5b�� Phone: (1)15-- " 411110 , ir //...:5 , 2.Years in Business: —r 3. References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. I 611-3 - of project Owns Contact Info of-n Date of Construction Name r 643 . At....~. tio ill • • it 6, _ ',di rt l 4 - , a _ on 4. Each Bidder shall enter in the spaces provided the name of majorsted b c vcontractorstion hep roposes andd const uct oto f nY and classification or type of work they will perform in earth retention system or WORK SUBCONTRACTOR NJ , 10 A.ve MEM ii....11111111 CS1—f— .1-11 ' ' hm.. Elm O•�wapvin- MIEN IIIIIIIINIIIIIIIIIIIII 5.Such additional information as will neaessassist he Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if ry. �, , IA I 0 I , /._ _ IV 1 ' , 4— _.L 11 a , / A moil � - - _' / ./ _ / BID FORM 0041 10-7 ©2018 Stantec 1193803929 6.The undersigned hereby authorizes and requests any person,firm or corporation to furnish any information requested by the Owner in verification of the recitals comprising this statement of Contractor's qualifications. 7.State the true,exact,correct,and complete name of the partnership,corporation,or trade name under which you do business, and the address of the place of business. (If a corporation,state the name of the President and Secretary. If a partnership,state the names of all partners. If a trade name,state the names of the individuals who do business under the trade name.) It is absolutely necessary that this information be furnished. 6,60a ja.4.4t,I,), 4 Correct Name of Bidder (a) The Business is a C-61(pnria.-1.1C11 (b) The address of principal place of business is: Lie ze,42: - lc) Phone Number 7/5 (d) The name of t e corporate officers,partners,or individuals doing business under a trade name,are/as follows;...* A ,, - ^ � /' p, _ . �.�..1.o Rejla. - t/ '(1 . Dated at this aay of • ,2018 A-1 _ Air By "1- Attest 0 END OF DOCUMENT ®2018 Stantec 1193803929 004110-8 BID FORM SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION at does not meet Minn. im § criteria in subdivision IMPLEMENTATION.orr fterify that it meets thosecriteria is not antractor or cresponsiblesubcontractor lcontractor and is the minimum criteria not eligible to be awarded a construction contract for the project or to perform work on the project... Minn.Stat.§ 16C.285,Subd.3.RESPONSIBLE CONTRACTOR,MINNIMUM CRITERIA."Responsible contractor"means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: (1) The Contractor: (i)is in with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. (2) The contractor or related entity is in compliance with and,during the three-year period before submitting the verification,has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14,or 181.722,and has not violated United States o fCode,clause,aviolation occurs ions 1 to when9a contractor or related entity:tes Code, e 40, sections 3141 to 3148. For purpo (i)repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become fmal; (iii) has been issued at least two determination cont tern oitr in the eed ety three-year its own emb the hesDepartment of Transportation finding an underpayment by (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; strator of the Wage and Hour Division (v)has been issued a ruling odings of thaTayment by the ve become final orr havle been upheld by an administrative law of the United States Departmee ntt of Labor tha judge or the Administrative Review Board;or (vi)has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that,if the contractor or related entity contests a determination of underpayment by the Department of Transport concluded wettin a ed case proceeding, a violation does not occur until the contested case proceeding determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 004113-1 ©2018 stantec 193803929 (3) The contractor or related entity is in compliance with and,during the three-year period before submitting the verification,has not violated section 181.723 or chapter 326B. For purposes of this clause,a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions,agencies,or political subdivisions;and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A ©2018 Stantec 1193803929 00 41 13-2 EJCDC= PENAL SUM FORM ENGINEERS JOINT CONTRACT D_CCUMENTS E BID BOND An singular reference to Bidder,Surety, Owner or other party shall be considered plural where applicable. Y BIDDER(Name and Address): A-1 EXCAVATING,INC. 408 26th Avenue Bloomer,WI 54724 SURETY(Name, and Address of Principal Place of Business): Merchants Bonding Company 6700 Westown Pkwy West Des Moines,IA 50266 OWNER(Name and Address)CITY OF OAK PARK HEIGHTS 14168 OAK PARK BOULEVARD OAK PARK HEIGHTS MN BID FEB.21, 2018 Bid Due Date: Description(Project Name— Include Location):- 2018 SUNNYSIDE LIFT STATION IMIPROVEMENTS FEB.21, 2018 BOND Bond Number:BID 5 $ %of Amt Bid Date: FIVE (Figures) Penal sum Percent of Amt Bid (Words) to be legally bound hereby,subject to the terms set forth below,do each cause this Bi Surety andd .Bidder,intending or representative. Bond to be duly executed by an authorized officer,agent, SURETY (Seal) BIDDER ( Merchants Bonding Company A-1 EXCAVATING,INC. Surety's Na - d Corporate Seal Bidder's Name and Cor•• - eal 1,� By: By: _ ��� Signature(Attach Power of Attorney) S':n• ure Connie Smith — J ►�' 1••• Print Name Print •_ � Attorney-In- -�� i � r � r - • Tip / Title ( Attest: Attest: A\ �i �� ii� Al_ L A Signatu oh I ansen ierri' re Title:Witness ,20/kTitl Note:Addresses are to be used for iving any required notice. Provide execution by any additional parties,such as joint venturers,if necessary. EJCDC•C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers JointContract Documents Committee. Page of 2 PENAL SUM FORM ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE administrators, successors, and 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, upon default of Bidder the penal sum set forth on the face suof underisBond. Payment ofm this f thee assigns o pay to Owner p of such penal penal sum is the extent of Bidder's and Surety'sliability. defalult ofBidder.y shall be Owner's sole and exclusive remedy uponthe Bidding Owner)the executedhAgreement required by the Bidding 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by Documents and any an eperformancethereof and payment bondsrequired by the Bidding Documents. Documents any p 3. This obligation shall be null and void if: (or any the Documentsd by the Bidding any 3.1 Owner accepts Bidder's Bid and Bidder delivers OWner) the executedithin the time required Agreementby the Bidding extension thereof agreed to in writing by the Bidding Documents,or Documents and any performance and payment bonds required by 3.2 All Bids are rejected by Owner,or applicable, consented to dy ng y when required ay fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any 3.3 Owner byBidder and, if app extension thereof agreed to in writing by Paragraph 5 hereof). ar 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 caliven with h rasa after byBidder and Surety of written notice of deincluding alt from Owner, which st statement of the aice mounll be t dung able receipt promptness,identifying this Bond and the Project an time extension issue Notice of Award rawaivesonotice of any and all defenses based that the total tt me for issuing Notice of any otooAwardeincluding 5 ex enonsagreed in in writinghbgy Owner ax e Bidder, provided 's written consent. extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety e be commenced under this Bond prior to 30 calendar days after thar nfter the Bidotice of fault No suit or action shall due required in Paragraph 4 above is received by Bidder and Surety and in no case later than one y date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located int e state in which the Project is located. United States hereunder8 shall be in writing and sent to Bidder and Surety commerc altheir coupertive or by addresses shown on. the Noticesrequired personal delivery, pre-paid, and shall be deemed to be effective upon Registered face or this iedBoMail,Such returnices may beq a sento , Certified receipt requested, postage receipt by the party concerned. the authority e Power . Surety shall cause to be attached to this Bond a current and of b h If of SuretyofAttorney evidencing o ,idencingd deliversuchof the officer, agent, or representative who executed this on Bond and bind the Surety thereby. applicable requirement of any statutory requirements. Any pp 10. This Bond is intended to conform to all applicableprovision of said statute shallt has been omitted from this Bond shall be deemed then the included herein as if set fortha applicable statutepo that applicable statute, length. If any provision of this Bond conflicts with any pp govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. The term"Bid" as used herein includes a Bid,offer,or proposal as applicable. EJCDC®C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Con 2 tt Documents Committee. • MERCHAN1 S1 BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Chris Steinagel; Christopher M Kemp; Connie Smith; Michael J Douglas; Robert Downey es,as urety,bonds, their true herand writtenlawful obl obligations in)the nature thereof,subject to the limitation that any such instrument shall not exceed undertakings exceed the amount of: and of TWENTY MILLION($20,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed bon facsimile e,under 011 and and byadauthoritY pted by hofe thBoarde folloof Dg Bt-Laws of adopttedtby the Board of Directors of Merchants Bonding Company(Mutual) April National Bonding,Inc.,on October 24,2011. l have power and "The President,tppoint Attorneys-in-Fact,and to authorriiize them to nt Treasurer execute on behalf of the Company,and attach dthe seal)of the Company authority to pp thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature si eof any authorized thereof facsimile or electronic transmission to Power of Attorney or Certification u horiz ng the and delivery of any bondundertakngecognzance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." ,it is agreed that he power and authoritY In the Attorney-in-Fact ti withobligations iincludes any and all cone sent ida Department r the release of retained percentages ges and/or finaltestimates on engineering add given to the Actne construction Transprequiredortation making paymentFlorida Department of the final estimate of Transportation. the Contractor It is assignee,shall not relieve this understood that consenting to surrety companyState of Florida Department of Tran p of any of its obligations under its bond. given ways only,it is reed In o the Attorney-in-Fact ewin obligations modified or revoked unlessentucky Dpriortof writttenhperso al notice of suchhat the power and authority hereby intent has been given to the Commissioner- Departmentte Attorney prior to the modification or revocation. of Highways of the Commonwealth of Kentucky at least thirty(30)days 2016 In Witness Whereof,the Companies have caused this instrument to be signed ands MERCHANTSled this hday of June ,BONDING COMPANY(MUTUAL) X41,,.NII••r.yy• •• •• ``,o•".700id,4 '.M �Q�NG C0!lJ,p•• MERCHANTS NATIONAL BONDING,INC. ars • �•. • P 0 9 •• vsr .'11 0 2043 �a. :yJ• 1933 • •• :. cti. By at—'7/17 7€3/10---.. 44 . STATE OF IOWA •'' ir�•r���,,,,`.wN�`"`� President COUNTY OF Dallas ss. heOn isthis id 16th day of MERCHANTSJune , 2016 ,before me appeared Larry Taylor,to me personally known,who BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;eing by that the seals affixed to the foregoing the to foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ao.<s WENDY WOODY OP7► A?' e-.4 CoMYICommisslobneExpres4 ,'•• P June 20 2017 Notary Publi , County, Iowa (Expiration of notary's commission does not invalidate this instrument) William Warner,Jr. Secretary of the, Fand BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, dohereby es certify that he above and foregoing is a true dcorect copy of e POWER-OF-ATTORNEY executed by said Companies, which is still infull force and effect and has not been amended or revoked. a } ��• QQ In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of .2�G� • : Ap .1:* :►y-: -o- c 3� Secretary .• t; -o- i Z a••. 1933 .c: 1:-. -,,,1- 2003 :0 •y cti. N oo POA 0014 (6/15) A ►z £ 9 BIDDER: Ad- 6,C1- CO Stantec DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT STATION REPLACEMENT PROJECT NO.193803929 CITY OF OAK PARK HEIGHTS,MINNESOTA 2018 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 Work as specified or indicated in the Bidding Documents f Documents. and 1.01 The undersigned Bidder proposes and agreees,if this Bid is accepted,to enter into an AgreemeBnwith Owner in the form ll g included in m the Bidding Documents to perform within the times indicated in this Bid and in accordance with the other terms and conditions of the 'ect to acceptance for 60 days after the Bid Opening,or for such longer 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain sub period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studiedtheBiddinnlgdl dwingall Dh the by other re dgelated data identified in the Bidding Documents,and the following Addenda,receiptof °dde^dum Date Adde^dum No. B. Bidder has visited the Site and become familiar with d is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Wo C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. in or relating to existing surface or subsurface structures at,or contiguous to, D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the Sites and allx drawings Underground physical coneltlo re orts and drawings of entified in the Site(excpCondition shat hs) ech haveave been ideneen tified in SC-4.06.4.02,and(2) p Hazardous Environmental uences for not E. Bidder has obtained and carefully studied(or accePts the estigations explorations,tesstts,sstuud es,and data concerning additional os)or s superface, supplementary eUaminarions,investigations, rmance of the subsurface,and hicherelatte to aound anyllities)aspectt,or contiguous to,the of the means,methods,ltechniquesa sequences, d procedures of construction the work orthe specific means,methods,techniques,sequences,and of o employed bypr Bidder,including applying procedures construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. ormance of the Work at the price(s)Bid and within the times and in accordance F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for pe with the other terms and conditions of the Bidding Documents. BID FORM 00 41 10-1 ®2018 Stantec 1193803929 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.8 of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. I No Item Units Qty Unit Price Total Price I BASE BID: LS 1 $ 3Z L5O' $ c)� 2-tlJD 1 MOBILIZATION o 00 LS 1 $ ,7� � 3,7502 TRAFFIC CONTROL 6„ 7 O� LS 1 $ 57 coo _ $ J 3 DEWATERING BID FORM ®2018 Stantec 1193603929 0041 10-2 I No. Item Units Qty Unit Price Total Price I t 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ 1 75D9L) $ Iii, 7550 a� 02 41 19 LS 1 $ I �(iC $ I pU0 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE o Ls .1 $ Z.SOD $ 2-,50D6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG �p RETAINING WALL y $ 2yO 7 REMOVER SANITARY FORCEMAIN SEWER PIPE LF 60 $ 8 BLOCK WALL RECONSTRUCTION SF 540 $ $ °° S 75 9 SUBGRADE PREPARATION SY 50 $ I 1 $ TN 100 $ $ � Ls 3 �z5 °= 10 AGGREGATE BASE,CLASS 5 11 4"CONCRETE SIDEWALK SF 20 $ �� G� $ 760 cio , 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS 1 $ qn 000� $ it) 000 cP 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ 275,OW $ 275.oob WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. $ I, n eo 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 20 $ ae °° S LSo� 15 CONNECT TO EXISTING MANHOLE EA 1 $ 5150 $ / � LF 20 $ �� � $ Via) 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH o'EA 2 510 co $ 2+1 $ 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS ``,g3�[� o° 1 oo EA 1 $ 1 � $ I,i33618 4"DIP TRUE WYE WITH RESTRAINED JOINTS oft 1 $ �, /�7 o� $ I J7b0 °o 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS 00 20 4"BURIED PLUG VALVE AND BOX EA 1 $ 1, 100 co $ I, IOC) 6o 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 1 $ ygooq` $ y, 000 _ov RESTRAINED JOINTS /a[g1 $ �� �O 22 STEEL BOLLARD WITH SLEEVE EA 2 $ q5e 00 00 23 SODDING WITH 4"OF TOPSOIL SY 120 $ 1 ^ $ i,BO to $ S 3q, 1$C� TOTAL BASE BID BID FORM 0041 10-3 ®2018 Stantec 1193803929 No. Item Units Qty Unit Price Total Price I ALTERNATESALTERNATE NO.1 - h P AIN 24 REPLACE 4'DIP FORCEMAIREPLACEMENT PIPING AND IFI FITTINGS AND LS 1 $ 114i bW Doo RECONNECT AS SHOWN ON THE DRAWINGS TOTAL ALTERNATE NO.1 -REPLACEMENT OF Al"DIP FORCEMAIN $ y,boo r ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT bo to 5, A� 25 REPLACE THE EXISTING UNDERGROUND ELECTRICAL SERVICE LS 1 $ J J V $ � CONDUIT AND RECONNECT TO NEW PANEL AS SHOWN ON a� THE DRAWINGS S`!J©(� TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND $ ✓ ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ BID FORM ®2018 Stantec 1193803929 00 41 10-4 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bid Form Attachment A-Responsible Contractor Verification and Certification of Compliance. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. 'r-e- SUBMITTED on �� (/ 2018. If Bidder Is: A Corporation Corporation Name: Xi-it ye ereYtCt (SEAL) State of Incorporation: Type(General Business,Professional,Service,Limited Liability): t7tP� .G�✓ By: (Signature) i g2 Name(typed or printed): Title: e, ' /Attest Agri // (CORPORATE SEAL) � � (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): (gam e Phone No.: / �� A* Email.: ( BID FORM 004110-5 ®2018 Stantec 1193803929 An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Email.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Box#'s): Phone No.: Email.: CO 2018 Stantec 1193803929 00 41 10-6 BID FORM BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. Name: Address: i e D � ,•i,/'[i Phone: 3 '' ' — �a 2.Years in Business: 3. References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. Date of Construction Name of project Owner Contact Information oses d 4.Each Bidder shall enter in the spacesntion system or�estncted excavf major tationodesigrs he nond consot uctiolnY and classification or type of work they will perform in earth rete WORK SUBCONTRACTOR A NM 1111111111111111111111111111111111111111111111111111111 5.Such additional information as will assist the Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if necessary. BID FORM 004110-7 ®2018 Siantec 1193803929 6.The undersigned hereby authorizes and requests any person,firm or corporation to furnish any information requested by the Owner in verification of the recitals comprising this statement of Contractor's qualifications. 7.State the true,exact,correct,and complete name of the partnership,corporation,or trade name under which you do business, and the address of the place of business. (If a corporation,state the name of the President and Secretary. If a partnership,state the names of all partners. If a trade name,state the names of the individuals who do business under the trade name.) It is absolutely necessary that this information be furnished. (14 t 4 6,7).S. Jr' I % / , ._ ° Correct Na e of Bidder (a) The Business is a 1`7/.f.es 'r) art (b) The address of principal place of business is: MAj (c) Phone Number q-4) 3�- 9aio0 (d) The name of the corporate officers,partners,or individuals doing business under a trade name,are as follow Dated at an.1 this aL day of I :'c1 2018 Vi,e// detW4- By Attest �- END OF DOCUMENT BID FORM ®2018 Stantec 1193803929 00 41 10-8 1111111111111111111111111111111111 ommismonsionsommi 11111,11 1311111111000 monsmini 1111100110112;i: SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION Minn.Stat. § 16C.285,Subd.7.IMPLEMENTATION. ... any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 3 or fails to verify that it meets those criteria is not a contract for the project or to perform work on the projectresponsible contractor and is not eligible to be awarded a co Minn.Stat.§ 16C.285,Subd.3.RESPONSIBLE CONTRACTOR, MINNIMUM CRITERIA."Responsible contractor"means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: IIThe Contractor: (i)is in compliance with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. eriod The contractoron, orrelated violated o at d se t on 177.24,complianceis in 77.25, 17ith 7.41 during or 177 the three-year 81.14,or before181.722,and has not verification,has ot eio violated United States Code,clause,a violationsections occurs 219, or United States Code, contractor or related entity: 40, sections 3141 to 3148. For purposes of (i)repeatedly fails to pay statutorily noaooe withinuire three-year period;penalties on one or more separate projects for a total underpayment of$25,000 or (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of ( ) Transportation finding an underpaymentby the contractor or related entity to its own employees; (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; the inistrator of the Wage and Hour Division o f has nbeen o issued a ruling Department of Labor thar findings of thavebecomeayment yf nal or have been upheld by an administrative law of the United States D p judge or the Administrative Review Board;or enting a ction worker as de been ft onin an action brought in a court having jurisdiction.iable for underpayment of wages or penalties or Provided that,if the contractor or an independent contractor bythe Department of Transportation in a contested related entity contests a determination of underpayment case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 004113-1 ©2018 Stantec 1 193803929 (3) The contractor or related entity is in compliance with and,during the three-year period before submitting the verification,has not violated section 181.723 or chapter 326B. For purposes of this clause,a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions,agencies,or political subdivisions;and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A 0041 13-2 ©2018 Stantec 1 193803929 Minn.Stat.§ 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. Failure to verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. 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. CERTIFICATION By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn.Stat.§16C.285, 2)I have included Attachment A-1 with my company's solicitation response,and 3)if my company is awarded a contract,I will also submit Attachment A-2 as required. Authorized Signa re of Owner or Officer: Printed Name: Title: Date: CompanyJName: /� /71pa71 PSG &ds-i,, (U G Sw to and subsc ,ed before me thi - day of 204" KAREN C MINGER ' " CPt S>aIK 1 ik r —Arit my COMMISSION EXPIRES 01131120 PU 11C My Commission Expires: NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) If only one prime contractor responds to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0041 13-3 ©2018 Stantec 1193803929 t ° ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION Minn.Stat.§ 16C.285,Subd.5. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project.Submit this form with the Bid Form. FIRST TIER SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located VI' LOn3T 1_rv„ci`c,I' Irdvm, MN �5�t 0� 74.)310 BID FORM ATTACHMENT A 0041 13-4 ©2018 Stantec 1193803929 THE AMERICAN INSTITUTE OF ARCHITECTS C !1� AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Minger Construction Companies,Inc. 620 Corporate Drive Jordan,MN 55352 as Principal, hereinafter called Principal, and Great American Insurance Company 301 E.Fourth Street Cincinnati,OH 45202 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Blvd.N. Oak Park Heights,MN 55082 as Obligee, hereinafter called Obligee, in the sum of Five Percent(5%)of Total Amount Bid Dollars ( 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for (Here insert full name,address and description of project) 2018 Sunnyside Sanitary Lift Station Replacement NOW, ,eaif the Obligee shall the bid of the Principal Principal Contract Obligee accordance with the rms of such bid, and give such bond bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and driar bonds,furnished tin the he Principal shall pay to the rosecution thereof, or In the ObI gee the diffethe rence failure notftothe exceed Principal the penalty hereof between theact and l amount bond specified larger amount for Obligee good ontract wi party to perform the Work covered bysaid bid,thenthis oblgation shall whbe null and oid,otherwise to remain nfull force and effect. Signed and sealed this 21st day of February , 2018 Minger Construction Companies,Inc. (Principal) (Seal) (Witness) (Titlel Luke Minger President Great American Insurance Company Cd4/14. �� +nn (Surety) (Seal) r r4 V ` C (Witness) (Title) Lin Ulven,Attorney-in-Fact AIA DOCUMENT A310—BID 0 - INSTITUTE OF ARCHITECTS,1 35 N.Y. ®E.,N.W., W.,WASHINGTON,THEAMERICAN D.C.D.0 200 6 CORPORATE ACKNOWLEDGMENT State of Minnesota ) ss County of & est ) On this 21st day of February 2018 , before me appeared Luke Minger , to me personally known,who, being by me duly sworn, did say that he/she is the President of Minger Construction Companies,Inc. , a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of said corporation by authority of its Board of Directors, and that said Luke Minger acknowledged said instrument to be the free act and deed of said corporation. 'or/ K-)Z._.... __„ Notary Public County, KAREN C MINGER . COMMIOTARYSSION STONUBLIC 0MINNESOTA My commission expires MY COMMISSION EXPIRES 01/31/20 SURETY ACKNOWLEDGMENT State of Minnesota ) )ss County of Hennepin ) On this 21st day of February 2018 , before me appeared Lin Ulven to me personally know,who being by me duly sworn, did say that(s)he is the Attorney-in-Fact of Great American Insurance Company , a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Lin Ulven acknowledged said instrument to be the free act and deed of said corporation. All / 614.,(4 _A Notary Public Hennepin County, Minnesota ,'"'''),. NO?ARYPUBUC-SANDRA NI.ENGM A My commission expires 1/31/2021 M " " MyCommisawnExPi� Vc s y, Januar/31.2021 • GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than ELEVEN No.0 15085 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power MELINDA C.BLODGETT TED JORGENSEN ALL OF ALL R.C.BOWMAN JOSHUA R.LOFTIS MINNEAPOLIS, $100,000,000 R.SCOTT EGGINTON KURT C.LUNDBLAD MINNESOTA R.W.FRANK BRIAN J.OESTREICH JOHN E.TAUER LIN ULVEN COLBY D.WHITE • This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 5TH day of SEPTEMBER 2017 . Attest GREAT AMERICAN INSURANCE COMPANY e 3 (641.1e Ae44-4; • Assistant Secretary Divisional Senior Vice President STATE OF OHIO,COUNTY OF HAMILTON-ss: DAVID C.KITCHIN(877-377-2405) On this 5TH day of SEPTEMBER , 2017 before me personally appeared DAVID C. KITCHIN,to me known,being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. •, Susan A.Mont wart PIMc,able dOhio Acr.-A- .1"..4day ... MpColudIIIIbII114$4020 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisonal Assistant Vice Presidents,or any one of them, be and hereby is authorized,from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,undertaking,contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this 21st day of February , 2018 ... e 3 .... .:. Assistant Secretary S1029AF(06/15) BIDDER: Me er Contractin• Inc. Stantec DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT STATION REPLACEMENT PROJECT NO.193803929 CITY OF OAK PARK HEIGHTS,MINNESOTA 2018 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 1.01 The undersigned Bidder proposesand o agrees, Bid accepted, Owner in included in the Bidding Documents to perform as ed orindicated n the Bidding Documents for the prices and ithin the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. without wi 2.01 Bidder accepts all of the terms and conditionsof Instructions Bidders,including Opening,limitation dealing th the disposition of Bid Security. The Bid will remainsub1ect to acceptance for 60 after Bid otorh longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefullystudied receipti odingf l Documents,cu is the by other now related d data identified in the Bidding Documents,and the following Addenda, Addendum Date B. Bidder has visited the Site and become familiar with it Wo d is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of C. Bidder is familiar with and is satisfied tto all federal,state,and local Laws and Regulations that may affect cost, progress,and performance the Work ce ns t,or D. Bidder has carefully studiedofall:ph1)report of ysical conditions iinexplorations or relating to existing ng of orasubsurfaceostruccturres at tiguous to,the orr contiguous to, Site and alldrawingsof the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. uences for not so)all or E. Bidder has obtained and ons,invlestigations,explorations,tests,std(or accepts the udies,es,and data doing g conditions(surface, supplementaryace, neU the work andwhich relate Undergroundoo naspectofthe means,methods,lte which may affect cost,progress,or techniques,sequences, d procedures ofrmance of the work or which relate any construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. ons,tests, re F. Bidder doesnot consider that id forfurtherexaminations, oflthe Work altt the price(s)Bidland within theltimes and in, accordance necessary for the determinationof this with the other terms and conditions of the Bidding Documents. BID FORM 004110-1 ©2018 Stantec 1193803929 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. to the Site, H. Bidder has correlated the information known er,information observationsexaminations,obtained reports and drawings identified inBing Documents,and all additional investigations,explorations, tests,studies,and data with the Bidding Documents. es I. Bidder has given Engineer written ennotice of all conflicts, thereof errors, mEnbgueres acdeprep e iscrepanci Bidder. that Bidder has discovered in the Bidding Documents,and the J. The Bidding Documents are gengenerally suffici this entitoubmi itate and convey understanding of all terms and conditions for the performance of the Work K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: on,co munication, A. The prices in this Bid have been arrivat indepndently,ed any othee Bidder orJw with any compeithout ltitor for the purpose ofrresagreement as to any matters relating to such prices B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. investigation Bidder understands that n valua on may concerning Bidder's responsEngineer iivenesss responsibiOwner's lity,anddirection, qualifications undertake before awarding a d contract. submit agents, Bidder hereby waives relate to such h all investigation gation a atever nature,against Owner,Engineer and their employees and nd evaluation,and statements made as a result thereof,except for agents,which arise out o be statements that can be shown by deaaoaesr'Ict Bidder's rightdseo chaollengeta contaalct pus and dt toaaw de with actual malice. Nothing in this paragraph is Ince 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.6 of the General Conditions. ly or the purpose of on of Bidder acknowledges that estimated quantities items will be basedteed,and are on actual quantities fprovid d,determined asaprovided Bids,and final payment for all Unit Price Bid in the Contract Documents. No. Item Units Qty Unit Price Total Price BASE BID: ��S �° LS 1 3 ' 1 MOBILIZATION LS 1 $ 2 TRAFFIC CONTROL LS 1 $ �P,6®3�$ cerci 3 DEWATERING BID FORM 004110-2 ®2018 Stantec 1193803929 No. Item Units Qty Unit Price Total Price 9_,§2§2_Q 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ 9 625.70 $ 02 41 19 LS 1 $ 38,050.56 $ 8,050.56 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE 707.41 $ 707.41 1 $ 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG 13.83 $ 829.80 RETAINING WALL LF 60 $ 7 REMOVER SANITARY FORCEMAIN SEWER PIPE $ 31,946.40 SF 540 $ 59.16 8 BLOCK WALL RECONSTRUCTION 13.38 $ 669.00 SY 50 $ 9 SUBGRADE PREPARATION 3 165.00 TN 100 $ 31.65 $ 10 AGGREGATE BASE,CLASS 5 56.20 $ 1,124.00 SF 20 $ 11 4"CONCRETE SIDEWALK 1 $ 9,514.24 $ 8,514.24 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS � l� � �I O�'> 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS I $ a WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 20 $ Z_____2§_:§1---$EA 1 $ 4,176.60 1,723.75 $ 1,723.75 15 CONNECT TO EXISTING MANHOLE LF 20 $ 135.00 $ , 2700.00 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH 711.27 1422.54 EA 2 $ $ , 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS 2547 32 2,547.32 EA 1 $ $ 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS 5,377 47 5,377.47 EA 1 $ $ 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS 2,084 47 2,084.47 EA 1 $ $ 20 4"BURIED PLUG VALVE AND BOX 1,620.55 1,620.55 1 $ $ 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 3 106.68 6,213.36 RESTRAINED JOINTS EA 2 $ $ 22 STEEL BOLLARD WITH SLEEVE 16 74 $ 2,008.80 SY 120 $ 23 SODDING WITH 4"OF TOPSOIL _03:_t___(0•4 53TOTAL BASE BID BID FORM 004110-3 ®2018 Stantec 1193803929 No. Item Units Qty Unit Price Total Price ALTERNATES ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN 9,000.00 9,000.00 LS 1 $ $ 24 REPLACE 4'DIP FORCEMAIN PIPING AND FITTINGS AND 9,000.00 RECONNECT AS SHOWN ON THE DRAWINGS $ TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND 6,364.49 ELECTRIC SERVICE CONDUIT i $ CONDUIT AND6,364.49 $ 25 THE EXISTING RECONNECT TO NEW PANELELECTRICAL SHOWN ON SERVICE LS THE DRAWINGS 6,364.49 TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM MANUFACTURER ADD OR DEDUCT ITEM MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT BID FORM p041 10-4 ®2018 Stantec 1193803929 rees that the Work will be Substantially Completed and completed and ready for Final Payment in with Paragraph 6.01 Bidder ag h 14.07.8 of the General Conditions on or before the dates or within the number of calendar accordance days indicated in the Agreement. p 6.02 Bidder accepts the provisions of the Agreement as to liquidated am ages in the event of failure to complete the the Work within the times specified above,which shall be stated 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bid Form Attachment A-Responsible Contractor Verification and Certificationof fto BCompern tee 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions General Conditions,and the Supplementary Conditions. SUBMITTED on FPbruarY 23 2018. If Bidder Is: A Cary Oration Corporation Name: Me er Contractin nc. (SEAL) Seal not required of an S Corp State of Incorporation: MinneS0i0 Type(General Business,Professional,Service,Limited Liability): General Business By: - �_441.-Ari (Signatur= Name(typed or printed): -1 1 1•-� Title: ' - •'-' •• / / (CORPORATE SEAL) Seal not required of an S Corp Attest Ar A � ���� arlie Kramer (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): 111 • • u•• _ • - u► Phone No.: 763-391-5932 Email.: vschoe•@me erci.com BID FORM 004110-5 02018Stantec 1193803929 An Individual Name(typed or printed): (SEAL) By: (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Email.: A Partnership (SEAL) Partnership Name: By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Box#'s): Phone No.: Email.: BID FORM 004110-6 ©2018 Stantec 1193803929 BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. Name: Me er Contractin•, Inc. Address: 11000 93rd Ave N, Ma•Ie Grove, MN 55369 Phone: ( 763 ) 391-5932 2.Years in Business: 3.References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. of project Owner Contact Information Date of Construction Name See attached •ro'ect •rofile 2017 Lift Station 7 Rehabilitation 2016 Moose Lake-Windemere 2016 Lift Station U••rades See attached •ro'ect •rofile 2016 Robie Lift Station &Forcemain Im•rovements See attached •ro'ect •rofile 2015 Sanita Lift Station No. 1 Re•Iacement See attached •ro ect •rofile 2015 Dickinson Lift Station No. 12 See attached •ro'ect •rofile 4.Each Bidder shall enter in the spacesprov Ideon sestem name orof major s b co tr ictorshe design opanes tot uct employ and classification or n. type of work they will perform in WORK SUBCONTRACTOR 71, ers 11)211111111NH 1,, • I a.;c 11111 'fftedc.ck 5.Such additional information as will assist the Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if necessary. BID FORM 004110-7 ®2018 Stantec 1193803929 6.The undersigned hereby authorizes and requests any person,firm or corporation to furnish any information requested by the Owner in verification of the recitals comprising this statement of Contractor's qualifications. If a partnership,state 7.State the true,exact,correct,anducoepless. 'f name partnership,corporation, state the name of the Prestrade ident aad Secretary.me under hich you do business, and the address of the place of the names of all partners. If a trade name, ebe furnished.ames of the individuals who do business under the trade name.) It is absolutely necessary that this information ►A- - •I • • Correct Name of Bidder (a) The Business is a Cor oration (b) The address of principal place of business is: 111 • • - ► u•• - • - u► (c) Phone Number . - • - • (d) The name of the corporate officers,partners,or individuals doing business under a trade name,are as follows: V-r1 n hoe• President COO• Mark Conte Vice Pr- id-nt• Charlie Kramer,Secretary Dated at M•nnam this 21 et day of FA fuaN ,2W 8 By Verl n Schoe , President/COO Attest gi,4 /i 1111 NtlAs /:'S ,• • END OF DOCUMENT BID FORM 0041 10-8 ©2018 Stantec 1193803929 SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION Minn.Stat.§ 16C.285,Subd.7.IMPLEMENTATION. ...any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 3or fails to verify that it meets those criteria rit work ois nn the p a ojes ble contractor and is not eligible to be awarded a construction contract for the project or to perMinn.Stat.§ 16C.285,Subd.3.RESPONSIBLE CONTRACTOR, MINNIMUM CRITERIA."Responsible contractor"means a contractor that conforms t theresponsibility mts ibthreq following menta in the criteria: document for its portion of the work on the project verifies IIThe Contractor: (i)is in compliance with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. The contractor or related entity is in compliance with and,during the three-year period before submitting the 77.44, has not verification,has not violatedstitle 29,,7.24, 177.25,sections 201 to 77.41 219,to orlUn ed States,Code, title 40, sectio181.14,or 181.722,nsd3141 to violatedted S United States Code, 3148. For purposes of this clause,a violation occurs when a contractor or related entity: (i)repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; the rator of the Wage and ur Division o f hasnbeen o issued a ruling or tlof Labor that ings of have becomerpayment yfinal or hav'etbeen upheld by an administrative t ve law of the United States Departure judge or the Administrative Review Board;or esenting a ction worker as has beenfoundod lfor in an action brought in a court having jurisdiction.ayment of wages or penalties or Provided that,if the contractor or an independent contractor related entity contests a determination of underpayment by the Departmenof s�has tconcluded withion in a eda case proceeding, a violation does not occur until the contested case proceeding determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 004113-1 ©2018 Stantec 1193803929 re (3) The contractor or related entity is in compliance with and, during the three-year eaof this period d beclf oa submitting the urs verification,has not violated section 181.723 or chapter 326B. For purposes when a contractor or related entity has been issued a final administrative or licensing order;* ng the three-year od before (4) The contractor hador arecert entity has not, more than twice f cate of compliance under section r�363A.36 revoked orrlsuspended submitting verification, cert based on the provisions of section 36Hearings or was not appealed to the officebecoming oming final because it was upheld by the Office of Administrative (5) The contractor or related entity has not received a final determination assessing a monetary sanction Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. by the feeral (6) The contractor or related entitinot commissions,currently igen suspended or deborarretd al subdivisionand government or the state of Minnesota or any of itsdepartments, to use perform project work ave ed o the r (7) All a signed statement under he oath byor anowner oor officer that they meet the minimumtcrit ria listed in through a signed state clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its contractor shall obtain liance from verificationcof compliance,subcontractor with which it has a direcrime contractor or t contractual relationship andlcations of shall submit a supplemental each additional within 14 days of retaining the additional verification confirming compliance with subdivision 3, clause (7), subcontractors. A prime contractor shall submit to the contracting authority upon request copies of theAsigned ven catioon and of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). prime subcontractors shall not be lationship. Able p prir the false me contractortatements of any and subcontractors shall betor with responsible lchfor they statements a directecontractualerelationship. by their first-tiersubcontractors ith actual knowledge that it contains a false statement relationship only if they accept the verification of compliance BID FORM ATTACHMENT A 0041 13-2 ©2018 Stantec 1 193803929 Minn.Stat.§ 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. all bmit to the ty A contractor responding to a solicitation document cvng omplianceauthority hwithueach of the mnnimumgcriterlala in a signed statement under oath by an owner or officer verifying csubdivision 3 at the time that it responds to the solicitation document. a contract in reasonable reliance on that statement. Failure to A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible verifycontctor and shall not be held liable for awarding under oath in a compliance with any one of the mor or subcontractor that makes the falsecriteria or a false tstatement ineligible to becation of awarded compliance shall render the prime contractor o a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. A contracting authority shall not beliable l failed to verify compliance with the minimum criteria or falsely able for declining to award a contract or terminating a contract based on a reasonable determination that the contractor stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company, and I swear under oath that: 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn.Stat.§16C.285, 2)I have included Attachment A-1 with my company's solicitation response,and 3)if my company is awarded a contract,I will also submit Attachment A-2 as required. Authori ignature of Owner or II fficer: Printed Name: / i Verlyn Schoep Date: Title: February 21,2018 President/COO Company Name: Meyer Contracting, Inc. IIIIIIIIIIIIIISworn to and subscribed before 20 W. 4 .E BECKEF: __day of : 4 �, *A_ 4 . NOTARY PUBLIC ?; _zvLjezhA..a..jez ' 4 , _, MINNESOTA Notary Public MyC!±mmi o a 31 2022 ,' My Commission Expires: (c) If onlyone prime contractor responds to a solicitation document, a NOTE: Minn. Stat. §may award a construction prime2, contractor even if the minimum contracting authority award a contract to the responding criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0041 13-3 0 2018 Stantec i 193803929 ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNYSIDESANITARY LIFT STATION Minn.Stat.§ a16C.285,Subd.5. A subcont subcontractors that icontractor or t�intends to retain for work on the project.Submit compliance th s formunder subdivision 4 a list of all of its with the Bid Form. FIRST TIER SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located TL ft/t42--- Etroc titit SC, v61 Qr BID FORM ATTACHMENT A 0041 13-4 ©2018 Stantec 1193803929 ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION This form must be submitted to the Project Manager or individual as identified in the solicitation document. r retains ditional tractors on the Minn. Stat. § 16Cit in its verificationd. 5. ' of compliance,the primeor or ycontra for oro subcontractor shall obtainverifications f projectomlafter submitting d oalP compliance from each additional subcontractor with which it has a direct contractual Whrteln114 daysnof retaining the shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), additional subcontractors. Submit this form to the Project Manager. ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located 11111111111111111111111111111111 111111111111111111111111111111 BID FORM ATTACHMENT A 0041 13-5 ©2018 Stantec 1193803929 ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet minimum criteria to be a responsible contractor as defined in Minn.Stat.§16C.285. Auth ' ed Si nature of n or Officer: Printed Name: Verlyn Schoep Title: Date: President/COO February 21, 2018 Company Name: Meyer Contracting. Inc. , RHE gyp• Sy orn to and subscribed before me this , ` . ..PilblinrCKER' �_day of ,�rvar�,20 1� � ;' J '" �` MINNESOTA IC , My Commission Expires Jan.31,2022 Notary Public My Commission Expires: t/a 1/2.V2-2- END OF SECTION BID FORM ATTACHMENT A 0041 13-6 ©2018 Stantec 1 193803929 Lift Station 7 Rehabilitation Hopkins, MN (2017) /14 =I r�,t,, gel 14r F---=-. __. -t•-• 1 7t ...,4,,,,,,va _, .-:- -,,, -1 41 ' - :N. -411 , f t recentlycompleted the Hopkins Lift Station project. This project consistedd o siteo Meyer Contracting p 30+ foot deep excavation, sheet pile cell installation, new lift station il there is installation be many rehabilitation. Any time we have a hole this deep in very utility,ur piling, challenges and this project did not disappoint. Through all of the challenges home within earthwork and Project Management Teams worked together to bring project budget and on time. This is truly an accomplishment and a testament to our Team and their g abilities individually and collectively. Contract Amount $790,072.96 Project Dates February 7, 2017 - August 31, 2017 City of Hopkins Owner Info 1010 1st Street South Address &Phone Ho skins, MN 55343 Advanced Engineering and Environmental Services,Inc. 6901 East Fish Lake Road Engineer Info Suite 184 Address &Phone Maple Grove, MN 55369 Ph: 763-463-5036 Ryan Blake, Project Manager Meyer Personnel Scott Pelletier, Assistant Project Manager Larr Block,Su•erintendent The ma or elements of work associated with N'IEYER theproiect included: CONTRACTING • New lift station wet well with submersible pumps 11000 93R° Avenue North • New valve vault Maple Grove, MN 55369 • Electrical and associated lift station controls 763.391.5959 • Mechanical upgrades v,,w v\,_me-erci.com • Demolitions of existing pump drywell • Restoration as needed Moose Lake - Windemere 2016 Lift Station Lp rades N1.O(use Lake, M N (2016) +it x> - s,,,,,„ , +j;A• ; S �s+� 1� /11# A 1 ---'__ - : kb: . eibt � i v t *4 vt 1 va.L "4 * ii• Y.xMc mar . W , t.:, �.Yr�k p ,> 00.01000, /111h1WW-7 . .1:-).11041101,01011111111111111011111." b '- Contracting contracted with the Moose Lake -WindemerSanitary lift stations,er Di sri tart' t for Meyer Cos g t bypass, ss, Upgrades.Theprojectnew st tions,and connecting to existing existing gravity sewer and sewer bypass,installation of the force main. As well as re-grading and restoration o thi sites.e Well point dewatering was implemented to performproject. Contract Amount $300,900.00 Project Work Dates 11/3/16- 12/9/16 Moose Lake-Windemere Sanitary Sewer District Owner Info 304 Elm Ave Address &Phone Moose Lake,MN 55767 218 485-8276 Bolton and Menk Engineer Info 12224 Nicollet Ave Address &Phone Burnsville, MN 55337 952 890-0509 Ryan Blake,Project Manager Meyer Personnel Scott Pelletier,Gilbertson,Su_., t ndenProject t}anager Toddilbertson Ma'or ro'ect items included: • Demohtton • -Cleating-6; grabbsc MEYER • Esire ,r7 ding • Trenching • Slope protection � erosion CONTRACTING control 1000 931Z' Avenue North • Concrete paving, Maple Grove, MN 55369 • Water distribution 763.391.5959 • Sanitary sewage systems \\ W v .me verc i.com • Storm sewer systems • Landscaping& seeding Robie Lift Station Forcemain Improvements St. Paul, MN (201 6) • ,' s i� b Meyer Contracting,Inc. contracted with the City St. Paul for the Robie Lift Station and Forcemain Improvements project. Project scope included removal of pavement and misc. structures, excavation and embankment, open-cut pipe sewers, directionally drilled pipe sewer, CIPP lining,flanged lift station piping and valves,installation of valve manholes,road restoration, etc. Contract Amount $759,572.25 Project Work Dates 6/1/2016- 8/31/2016 City of St. Paul 15 W Kellogg Blvd Owner Info 280 City Hall St. Paul, MN 55102 Address &Phone Aaron Hass 651-266-6171 Amu'e tpaLILill rt.US Engineer Info Same as Owner Address &Phone Ryan Blake, Project Manager Meyer Personnel Scott Pelletier, Assistant Project Manager MEYER CONTRACTING Major project items included: 1 000 93RD Avenue North • Pipe Install- Open Cut and Directional Drill Maple Grove, MN 55369 • Installation of new lift station piping 763.391.5959 • Installation of valve manholes \\ \\ ifeverci.com • Installation of storm sewer piping and manholes • CIPP lining existing sanitary pipe • Restoration- Roadway, Sidewalks,Seeding 1 Sanitary Lift Station No. 1 Replacement String Lake Park, NIN (2(113) Meyer Contracting,Inc. contracted with the City of Spring Lake Park for the construction of Sanitary Lift Station No. 1 in Spring Lake Park, MN. Major project items included: Work consisted of replacing an existing Smith &Loveless wetwell/ drywell lift station with a new lift station of similar construction. A new underground pumping chamber (provided under separate contract) and wet well was constructed by utilizing an engineered slide rail sheeting excavation method to minimize excavation limits. Both structures were constructed on a uniform concrete slab. The new piping and manholes were constructed by restricted trench construction methods. A new control panel and a permanent on-site generator,both supplied under separate contract,were also installed as part of the Work. Site work consisted of extending sanitary sewer pipe to the new station along with installation of a valved connection structure to the existing forcemain. Continuous operation of the existing lift station was required at all times,which required the relocation of the existing secondary service and temporary pumping as required to maintain continuous waste water flow. The existing drywell and wet well were abandoned after the new lift station is installed and operational as part of the Work. On-site excavation included protecting and supporting existing on-site utilities. On-site dewatering was required for completion of underground work.Site restoration included temporary erosion control, machine sliced silt fence,hydroseeding,curb and gutter replacement,bituminous street replacement, sidewalk, and misc. work. Contract Amount $650,060.85 Project Work Dates 11/29/2015- 3/13/2016 City of Spring Lake Park, Minnesota Terry Randall,Public Works Director Owner Info 1301 81st Avenue NE Address &Phone Spring Lake Park,MN 55432 763-784-6491 trandall@slpmn.org Stantec Timothy Grinstead,P.E. Engineer Info 2335 Highway 36 West Address &Phone St. Paul,MN 55113 651-604-4881 Tim.Grinstead@stantec.com ; 4iN#. tai ;, t "v1\ ;��,;60 Dickinson Lift Station No. 12 I_)icicinso'n, NI) (2014) Meyer Contracting contracted with City of •;•I'' ' . k *`~•' Dickinson for Dickinson Lift Station No. 12 �•, .,, project. The project consisted of a large �. y amount of underground utility installation, , . - �y � lift station excavation and a lot of restoration. yzit Most of the installations were well below the . , �� water table, some through a large swamp. '�.TM�.;: , Notable Forcemain Work-Furnish&Install i' - F -N.4 . .. - o � ' 6,481 LF of 16" PVC Forcemain. ---.1.:...i,.. -"t •:„.'•_ ,,.„04r--: ...", .-.--4". .... , , _., di __• - arm "P' ', + 4 .... ,......„..„ , ,,,.... ,„.„-.1•6, {: Contract Amount $5,758,857.00 Project Work Dates 7/14/2014- 9/4/2015 City of Dickinson Gary Zuroff,Public Works Director Owner Info PO BOX 765 Address &Phone Dickinson,ND 58601 701-225-5997 Apex Engineering Group Mike Berg Engineer Info 600 S 2nd St Address &Phone Bismarck, ND 58504 701-323-3952 Nlike.bu' T�i,'a >. -enit no7u .coin Rice Lake Construction Group Larry McCulley 22360 County Rd 12 Prime Contractor Info PO Box 517 Address &Phone Deerwood, MN 56444 218-546-1930 Larry_mccullt. \ ci;ricelake_ors Jake Schroeder,Superintendent Meyer Personnel John Dreshar,Foreman Majorproject items included: MEYER • Demolition • Clearing& grubbing • Earthwork & site grading CONTRACTING • Trenching I 7 000 911'1) Avenue North . Slope protection &erosion control Maple Grove,MN 55369 • Concrete pav'mg 761391.5959 • Water distribution =i'•'tV.6fl( "`I(I C OM • SC\\'age S\'5ten15 • Storm seNv er sv'slenls • Landscaping & seeding Certification of Compliance with the Minnesota Worker's Compensation Law Name Meyer Contracting, Inc. Doing Business As Print your full name Print business name,if different than your name Address 11000 93rd Ave N Maple-Grove Minnesota 55369 Print Mailing Address Print City or Town Name Print State Name Zip Code Telephone Number 763-391-5932 Type of business Heavy Civil Contruction (For example:bldg construction;trucking) Worker's Compensation Insurance Company Name Zurich American Insurance Company Print full mime of Incurnnre Company (Not your Agent) Policy Number WC980907100 Print full number Dates of Coverage 01/01/2018 through 04/01/2019 Print starting date Print ending date -OR- I certify that I am not required to carry worker's compensation insurance because: (check one) I am a sole proprietor or partner and I have n�employees. I have no employees who are covered by the worker's compensation law. (Only employees specifically exempted by statute are not covered by the worker's compensation law. These included:Spouse; Parent; Children, regardless of age; and farm labor employees of a family farm that spent less than$8,000 for labor in the previous calendar year. All other workers whose work activity is controlled by the employer must be covered.) I understand that the information provided about will be verified by the Minnesota Department of Labor and Industry,and that I am subject to a$1,000 penalty if the information provided is false. I certify that the information proved is accurate and complete. Signed by l ' Is Date 02/21/2018 Ve yn Sc ep, President/CO,/ This Form must Be Completed and Submitted with Your Proposal 00 64 00-1 46,......---- ® ADATE(MM/DDIYYYY) `./ CERTIFICATE OF LIABILITY INSURANCE 12/19/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTNAME: Clinton LaGrander Cobb Strecker Dunphy&Zimmermann (A/C No.Ext):612-349-2400 FAX No): 225 South Sixth Street (-MAIL Suite 1900 ADDRESS: clagrander@csdz.com Minneapolis MN 55402 INSURER(S)AFFORDING COVERAGE NAICft INSURER A:Great American Insurance Company 16691 INSURED MEYECONI INSURER B:Navigators Insurance Company 42307 Meyer Contracting Inc1100093rINSURER c:Zurich American Insurance Company 16535 Maple Grove d Ave N Maple GroMN 55369 INSURER D:Allianz Global Risks US Insurance Co 35300 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1860622671 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE IN D WVD POLICY NUMBER ,(MM/DDIYYYY) (MMIDDIYYYY) C X COMMERCIAL GENERAL LIABILITY GL0011028400 1/1/2018 4/1/2018 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $300,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) X Contr Liab Per MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 X Policy Form/XCU GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I X I Fjr X LOC PRODUCTS-COMP/OP AGG $$2,000,000 OTHER: COMBINED SINGLE LIMIT C AUTOMOBILE LIABILITY BAP011028500 1/1/2018 4/1/2018 (Ea accident) $1.000,000 BODILY INJURY(Per person) $ X ANY AUTO ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS PROPERTY DAMAGE $ X NON-OWNED AUTOS AUTOS ED (Per accident) $ B X UMBRELLA LIAB X OCCUR CH18EXC8623471V - 1/1/2018 4/1/2019 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$0STAT $ C WORKERS COMPENSATION WC980907100 1/1/2018 4/1/2018 X UTE OTH- ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A E.L.DISEASE-EA EMPLOYEE $1,000,000 (Mandatory In NH) If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Instl Fltr-Completed Value MX193079410 1/1/2018 1/1/2019 Special Form Limit:$1,000,000 A Professional Liability PCM315982603 1/1/2018 1/1/2019 Ea Act:$2,000,000 Ea Cond:$2,000,000 Pollution Liability Policy Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) SAMPLE CERTIFICATE-FOR INFORMATIONAL PURPOSES ONLY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. SAMPLE CERTIFICATE AUTHORI REPRESENTATIVE /400.41°,01106M71.1 I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD its Minnesota Department of HUMAN RIGHTS le CERTIFICATE OF COMPLIANCE MEYER CONTRACTING is hereby certified as a contractor by the Minnesota Department of Human Rights. This certificate is valid from 314/2015 to 31312019. This certification is subject to revocation or suspension prior to its expiration if the department issues a finding of noncompliance or if your organization fails to make a good faith effort to implement its affirmative action plan. Minnesota Department of Human Rights FOR THE DEPARTMENT BY: Iw• Kevin M. Lindsey, Commissioner AN EQUAL OPPORTUNITY EMPLOYER Freeman Building•625 Robert Street North •Saint Paul,Minnesota 55155 Tel 651.539.1100•MN Relay 711 or 1.800.627.3529•Toll Free 1.800.657.3704•Fax 651.296.9042 •mn.gov/mdhr Office of the Minnesota Secretary of State Certificate of Good Standing I, Steve Simon, Secretary of State of Minnesota, do certify that: The business entity listed below was filed pursuant to the Minnesota Chapter listed below with the Office of the Secretary of State on the date listed below and that this business entity is registered to do business and is in good standing at the time this certificate is issued. Name: Meyer Contracting Inc. Date Filed: 01/05/1987 File Number: 5L-3 Minnesota Statutes, Chapter: 302A Home Jurisdiction: Minnesota This certificate has been issued on: 08/08/2017 „aritt��1 �u Ej 4 (kire,„ 0 . •.SpILEDUgrOgO.�.• k ..:(.0A. % Steve Simon Secretary ofState ?,%.6 State of Minnesota %,,7 i,,r-11--.): t -7,I Ij ''Qj•4.i8iJgk,0C\ MEYER CONTRACTING, INC. State of Minnesota 11000 93rd Avenue N, Maple Grove,MN 55369 WHEREAS,Meyer Contracting,Inc.is a corporation that was registered with the State of Minnesota February 17, 1987 having Minnesota ID number 3940230 and Federal ID number 41- 1584157;and WHEREAS,Paul Meyer,shareholder has declared that all previous signing authority for Meyer Contracting Inc,be revoked effective December 19,2014;and WHEREAS,Paul Meyer,shareholder has stated that Paul Meyer and Verlyn Schoep will have authority to sign documents for Meyer Contracting, Inc.;and now therefore,be it RESOLVED,That Paul Meyer and Verlyn Schoep have authority to sign any and all documents on behalf of Meyer Contracting, Inc.,and That no person other than Paul Meyer and Verlyn Schoep have authority to sign documents on behalf of Meyer Contracting,Inc. Thi b to certify that She above resolution was adopted Chairman P-7/10 0 Pi. Date Date THE AMERICAN INSTITUTE OF ARCHITECTS 44.4 ,L.fti 4 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Meyer Contracting,Inc. 11000 93rd Ave N Maple Grove,MN 55369 as Principal, hereinafter called Principal, and Fidelity and Deposit Company of Maryland 1299 Zurich Way Schaumburg,IL 60196-1056 a corporation duly organized under the laws of the State of Maryland as Surety, hereinafter called Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Blvd.N. Oak Park Heights,MN 55082 as Obligee, hereinafter called Obligee, in the sum of Five Percent(5%)of Total Amount Bid Dollars ( 5% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for (Here insert full name,address and description of project) 2018 Sunnyside Sanitary Lift Station Project incial shall enter into a Contract with the THin inthe s he bid of the Principal and the in the materialor and furwith nished indthe prosecution therand sufficient eof, or in the fevent of the failure of the oPrincipal to entfor er such Co tract and giment of ve such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this21st day of February , 2018 . Meyer Contracting,Inc. rincipal) (Seal) Vi�.'. 9 (Witness) Verlyn Schoep (Title) President/C00 Fes`and Deposit Company of Maryland IglOPP (S 7 (Seal) (Witness) 400000r..._ (Title) John E.Tauer,Attorney-in-Fact AIA BOND A-FEBRUARY INAMERICAN- INSTITUTE OF ARCHITECTS,1735 N.Y. EN HING WASHINGTON, 200 CORPORATE ACKNOWLEDGMENT State of Minnesota ) )ss County of Hennepin ) 2018 , before me appeared �6rI i . i – ' On this 21st day of February �� ` {. �� to me personally known,who, being by me duly sworn, did say that he/she is the of Meyer Contracting,Inc. , a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of said corporation by authority of its Board of Directors, and that said 1}&V 1J 1�Li Q/1 acknowledged said instrument to be the free act and deed of said corporation. /1( L'°!/LL g6 ti ik 1,1 1 �0�•T'fiBTk#9 MICHELLE MARIE BECKER , County, Mi kvtC<. , ' ' `�' NOTARY PUBLIC ; Notary Public ✓ ___ — tY MINNESOTA • My commission expires a 1/9--0 --V---)' %,,„„g,8. My Commission Expires Jan.31,2022 SURETY ACKNOWLEDGMENT State of Minnesota ) )ss County of Hennepin ) On this 21st day of February 2018 , before me appeared John E.Tauer to me personally know,who being by me duly sworn, did say that(s)he is the Attorney-in-Fact of Fidelity and Deposit Company of Maryland a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said John E.Tauer acknowledged said instrument to be the free act and deed of said corporation. v IA ��'1 LIN ULVLN `—' , � nbTaRYPusuc-rnE p0ir orANotary Public Ramsey County, Minnesota ,,,,,.t4) .'y My Commission Expires January31,2020 x My commission expires 1/31/2020 • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Michael P.Bond,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,constitute, and appoint Melinda C. BLODGETT, Colby D. WHITE, Jerome T. OUIMET, Nicole STILLINGS, John E. TAUER, Joshua R. LOFTIS,Kurt C. LUNDBLAD, Ted JORGENSEN, R. C. BOWMAN, and Brian J. OESTREICH, all of Minneapolis, Minnesota, each its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 6th day of September,A.D.2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND AID /2 } taa 511AL) ' :fr Michael P.Bond Vice President By: Dawn E Brown Secretary State of Maryland County of Baltimore On this 6th day of September, A.D.2017, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Michael P.Bond,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 8" t�'h Com. b4 _ h''in opct Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 BIDDER: Pember Companies Inc Stantec DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT STATION REPLACEMENT PROJECT NO. 193803929 CITY OF OAK PARK HEIGHTS,MINNESOTA 2018 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with tlierpther terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain subjecttto acceptpnce for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date 951 B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at,or contiguous to, the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that lave been identified in SC-4.06. E. Bidder has obtained and carefully studied*(or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at,or contiguous to,the Site which may affect cost,progress,or performance of the work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. BID FORM 0 2018 Stantec 1 193803929 00 41 10-1 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. I No. Item Units Qty Unit Price Total Price BASE BID: �y / 1 MOBILIZATION LS 1 $ 319 1950,Oa $ c0! ASO ov CO 2 TRAFFIC CONTROL LS 1 $ 40 000,06 $ �� O,000•UO.0 D''_ � 3 DEWATERING BID FORM CO 2018 Stantec 1 193803929 00 41 10-2 I No. Item Units Qty Unit Price Total Price I 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ A 00o,Op 0 $ /0100°,06 IX°., 00 0241 19 �}p 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE LS 1 $'�'-T--` $ 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG LS 1 $ 7/boo, 00 $ 1,boo, od RETAINING WALL 00 7 REMOVER SANITARY FORCEMAIN SEWER PIPE LF 60 $ 02 a,10 . $ j3aO' 8 BLOCK WALL RECONSTRUCTION SF 540 $ 53. 5b . $ as, 890,ab 9 SUBGRADE PREPARATION SY 50 $ I. 5o . $ 75. OD 10 AGGREGATE BASE,CLASS 5 TN 100 $ 4 S.00 $ Yj S4040.00 SF 20 $ 9,5o $ /9D,00 11 4"CONCRETE SIDEWALK nen 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS 1 $ 7O,a00,0d $ 749,00, 0a 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ 1.50 0°0,00 $ 3501 ODD' op WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. a/00° h 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 20 $ 900000 $ f n/�• 00 EA 1 $ 4700,00 $ A &Obr 00 15 CONNECT TO EXISTING MANHOLE EA 2 $ 11/0.00 $ 01;700.bb 20 $ / 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH LF II gab.,/0.00 $ ab. 00 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS 1 $ I('�, 00 $ 1, Sao,05 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS EA I 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS EA 1 $ 4/00,00 $ 02/ /00 , 00 20 4"BURIED PLUG VALVE AND BOX EA 1 $ 4/50.00 $ 0 50, 00 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 1 $ agi0200`00 $ A ol00 •O6 RESTRAINED JOINTS 22 STEEL BOLLARD WITH SLEEVE ,/ T EA 2 $ b 50r 00 $ /300, o0 23 SODDING WITH 4"OF TOPSOIL SY 120 $ XI 0 D $ a/ lflo'QU $ (OOg,Lit,DO TOTAL BASE BID BID FORM ©2018 Stantec 1193803929 0041 10-3 I No. Item Units Qty Unit Price Total Price ALTERNATES ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN y�p� 24 REPLACE 4'DIP FORCEMAIN PIPING AND FITTINGS AND LS 1 $ /�lea 00 / RECONNECT AS SHOWN ON THE DRAWINGS 9y�, �� TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT 25 REPLACE THE EXISTING UNDERGROUND ELECTRICAL SERVICE LS 1 $ 51 bb0,OO $ �j 0Ob, bO CONDUIT AND RECONNECT TO NEW PANEL AS SHOWN ON THE DRAWINGS TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND $ 5i0019,Op ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM NIA MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER �q.- ADD OR DEDUCT $ 4J)f1 ITEM is \ MANUFACTURER ADD OR DEDUCT $ • BID FORM ©2018 Stantec 1193803929 00 41 10-4 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bid Form Attachment A-Responsible Contractor Verification and Certification of Compliance. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on c-ehrtAn2-1 ,2018. If Bidder Is: A Corporation Corporation Name: Pember Companies Inc (SEAL) State of Incorporation: Wisconsin Type(Genera usiness,Pro essional,Service,Limited Liability): General Business By: (Signature) Name(typed or printed): Brent Pember Title: President Attest 6-t__ Eric Pember (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): N4449 469th St, Menomonie WI 54751 Phone No.: 715-235-0316 Email.: bpember@pembercompanies.com 0 2018 Stantec 1 193803929 00 41 10-5 BID FORM An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Email.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Box#'s): Phone No.: Email.: ©2018 Stantec 1193803929 00 41 10-6 BID FORM BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. Name: Pember Companies Inc Address: N4449 469th St. Menomonie WI 54751 Phone: ( 715) 235-0316 2.Years in Business: 43 years 3. References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. Date of Construction Name of project Owner Contact Information See Attached 4. Each Bidder shall enter in the spaces provided the name of major subcontractors he proposes to employ and classification or type of work they will perform in earth retention system or restricted excavation design and construction. SUBCONTRACTOR WORK ler 5e riJ ce lanascar_ Nor-4h*rn V tAkf rt -waje rI i1 L.�hPis t�.to -bimy wall z Leila -tion Cay firt �n I oW-b c77. F tech"!cal 5.Such additional information as will assist the Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if necessary. BID FORM ©2018 Stantec 1193803929 00 41 10-7 6.The undersigned hereby authorizes and requests any person,firm or corporation to furnish any information requested by the Owner in verification of the recitals comprising this statement of Contractor's qualifications. 7. State the true,exact,correct,and complete name of the partnership,corporation,or trade name under which you do business, and the address of the place of business. (If a corporation,state the name of the President and Secretary. If a partnership,state the names of all partners. If a trade name,state the names of the individuals who do business under the trade name.) It is absolutely necessary that this information be furnished. Pember Companies Inc Correct Name of Bidder (a) The Business is a Corporation (b) The address of principal place of business is: N4449 469th St, Menomonie WI 54751 (c) Phone Number 715-235-0316 (d) The name of the corporate officers,partners,or individuals doing business under a trade name,are as follows: Eric Pember, Secretary Brent Pember, President gyp, Dated at 2,P vv. this V Bb2 day of � a,citg,2018 By (17M Brent Pember Attest Eric Pember END OF DOCUMENT 81D FORM ®2018 Stantec 1193803929 00 41 10-8 SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION Minn. Stat. § 16C.285,Subd.7.IMPLEMENTATION. ...any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 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... Minn.Stat.§ 16C.285,Subd.3.RESPONSIBLE CONTRACTOR,MINNIMUM CRITERIA."Responsible contractor"means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: (1) The Contractor: (i)is in compliance with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. (2) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification,has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14,or 181.722,and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title 40, sections 3141 to 3148. For purposes of this clause,a violation occurs when a contractor or related entity: (i)repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become fmal; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v)has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board;or (vi)has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that,if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A ©2018 Stantec 1193803929 00 41 13-1 (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification,has not violated section 181.723 or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions,agencies,or political subdivisions;and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A 0041 13-2 ©2018 Stantec 1193803929 Minn.Stat. § 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. Failure to verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. 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. CERTIFICATION By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn.Stat.§16C.285, 2)I have included Attachment A-1 with my company's solicitation response,and 3)if my company is awarded a contract,I will also submit Attachment A-2 as required. Authorize/gr./ ' ature of Owner or Officer: Printed Name: ./i /) Brent Pember Title: I Date: President 2-1 131 tq Company Name: `��,�����v lI Pember Companies Inc ®�-y put,lilt f� Sworn to and subs abed before me this 0 133"1'+' day of reslorki Wt.., ,2015 $Iti4EINITACRENT AE/E MARSHALL i Notary Public SIT My Commission Expires: 3 -1.O ,'lt ''i190F WIS_Gt. v . NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) If only one prime contractor`reessporids to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0041 13-3 ©2018 Stantec 1193803929 ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION Minn.Stat.§ 16C.285,Subd.5. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project.Submit this form with the Bid Form. FIRST TIER SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located 177ei5 71-veDi910, mnI Nor-1her'f7 0e,-1 I..kcrtny !Coo 125 , WM) rrk Seralee5 AS I , Me gleathOn Coat ST. et-00p, in iv fiA`t�t�2 C 4c BiA BID FORM ATTACHMENT A 0041 13-4 ©2018 Stantec 1 193803929 ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION This form must be submitted to the Project Manager or individual as identified in the solicitation document. r retains s on the Minn. Stat. § 16C.285,tinits verification Sof compliance,the primector or ycon actor orosubcontracttor shall obtain verification of projectomlafter submitting its additional from each additional subcontractorpwith which it has a direct contractuaWrelationship 14 daysd ofshallsubmit the supplemental verification confirming compliance with subdivision 3, clause (7), additional subcontractors. Submit this form to the Project Manager. ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located 11111111111 11111111111 BID FORM ATTACHMENT A 0041 13-5 ©2018 Stantec 1193803929 ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet minimum criteria to be a responsible contractor as defined in Minn.Stat.§16C.285. Authorized Sig ture of wner or Officer: Printed Name: Brent Pember Title: Date: , / l2J l President Company Name: Pember Companies Inc Sworn to and subscribed before me this day of ,20_ PLACE NOTARY SEAL HERE Notary Public My Commission Expires: END OF SECTION BID FORM ATTACHMENT A 0041 13-b ©2018 Stantec 1 193803929 --rwatiiift:44 i w Pemberr. Companies, `^ = ' Inc. N4449 - 469th Street • Menomonie, Wisconsin 54751 Phone:715-235-0316 Grading*Utility Installation*Curb and Gutter*Sidewalk Fax 715-235-9006 Project References 2016 West St Paul Lift Station 5 & 6 $ 1,102,773.00 Owner: City of West St Paul 1616 Humboldt Ave West St Paul,MN 55118 Engineer:Advance Engineering Contact: Karen Kalin-Horge PH 763-463-5036 New lift station wet wells with submersible pumps for Lift Stations 5 &6,New valve manholes for Lift Stations 5 &6,2,630 if of 8-inch DR11 HDPE or 8-inch DR25 fusible PVC force main by directionally drilling 100 kW Natural Gas Generator,Electrical and associated lift station controls,Demolitions of existing lift stations,Restoration as needed 2015 Lift Stations Improvements $134,050.00 Owner: City of Mound 2415 Wilshire Boulevard Mound MN 55364 Engineer: Bolton&Menk Contact: Ken Adolf PH 952-448-8838 Reconstruction of Submersible Pump Lift Station,Related Pipe Construction and Restoration 2015 White Bear Township—Lift Station No.5 $212,360.00 Owner: White Bear Township 1281 Hammond Road White Bear Township,MN 55110 Engineer:TKDA, Contact Eric Klingbeii Pt-I 651492-4400 Pump replacement,control panel replacement,top slab replacement,valve replacement,site paving and restoration. 2014 Lift Station Replacement $370,000.00 Owner: City of Faribault 208 1st Ave NW Faribault,MN 55021 Engineer: Bolton&Menk Contact: Lana PH 952-890-0590 Removal and replacement of we well,pumps,guiderail,base elbow,controls and accessories for the Lind Street Lift Station and the Willow Street Lift Station. Installation of two sanitary manholes to aid in by- pass pumping requirements.Site Improvements including paved access drive. 2014 Sanitary Lift Station Improvements $563,300.00 Owner: City of Hudson 505 3rd St Hudson,WI 54016 Engineer:Foth Infrastructure&Environ. Contact:Tim Stockman,907-737-3682 Demo of existing lift station pumps,upper structure,controls,generator and appurtenances. New upper lift station structure w/access hatch. Bypass pumping and hauling of wastewater.New duplex pumps and accessories connected to existing discharge pipe,new electrical,controls tied with existing SCADA,flow meter and manhole,new generators for each site. EEO/AA(W/M/Veteranss/Disability)Employer MEW Bid Bond 49, DocumentA3IOTM " 2010 CONTRACTOR: Bid Bond No.GC00794 Name, legal status and address) PEMBER COMPANIES,INC. N4449 469th St Menomonie,WI 54751 SURETY: (Name, legal status and principal This document has important legal place of business) consequences.Consultation with an attorney is encouraged with The Guarantee Company Of North respect to Its completion or America USA modification. One Towne Square,Ste 1470 Any singular reference to OWNER: Southfield,MI 48076 Contractor,Surety,Owner or (Name, legal status and address) other party shall be considered plural where applicable. City of Oak Park Heights 14168 Oak Park Blvd Oak Park Heights,MN 55082 BOND AMOUNT:Five Percent of the Bid Amount(5.00%of Bid Amount) PROJECT: (Name, location or address, and Project number, if any) 2018 Sunnyside Sanitary Lift Station The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I) enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 15th day of February,2018 (EMBER COM NIES•INC, (Seal) t ► (Principal) AA.( fitness)i�1166,_. • • • (Title) : :/ 1,, _J The 1 .ar- tee omoany Of Arnett USA (Seal) (Su (With- s)Morn J.Hansen (Title)Connie Smith,,Attorney-in-Fact N110, AIA Document A310TM—2010.Copyright o ,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:'This AIAa Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA'a D^cument, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to themaximum extent Apossible under the hela5 email aw. Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations 013111 The American Institute of Architects'legal counsel,copyright@aia.orq. III i,,,k.,,,1 ,,,.I= ..IES THE GUARANTEE COMPANY OF NORTH AMERICA USA :r, Southfield,Michigan �..." ! POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield, Michigan,does hereby constitute and appoint Michael J.Douglas, Chris Steinagel,Christopher M. Kemp,Connie Smith,Robert Downey J. Ryan Bonding,Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. We,THE GUARANTEE COMPANY OF NORTH AMERICA USA,duly authorized to do business under the laws of Florida,having heretofore executed a performance and payment bond for the Contractor covering the contract described above, hereby consent to the State of Florida Department of Transportation making full payment of the final estimate,including the retained percentage,to the Contractor. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31"day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 31"day of December 2003,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking, contracts of indemnity and other writings obligatory in the nature thereof,and such signature and seal when so used shall have the same force and effect as though manually affixed. parte IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 15th day of November,2011. 0- THE GUARANTEE COMPANY OF NORTH AMERICA USA 'rqy:brAode oic,4aeseesxec..„.....a..2,4aare......_ STATE OF MICHIGAN Stephen C.Ruschak,Vice President Randall Musselman,Secretary County of Oakland On this 15th day of November,2011 before me came the individuals who executed the preceding instrument,to me personally known,and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written. ; County of Oakland My Commission Expires February 27,2012 ey Ltet../ a• �L Acting in Oakland County I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, lnly„ v ch is still I full force and eff ct. A* IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this day of �/ ,ei Randall Musselman,Secretary BIDDER: Veit& Company, Inc. ® Stantec DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT STATION REPLACEMENT PROJECT NO. 193803929 CITY OF OAK PARK HEIGHTS,MINNESOTA 2018 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 agrees,if this Bid is accepted,to enter into an Agreement with Owner inrthes o d 1.01 he form and ag Documents for the p incl The i undersigned theBdiBidder proposes Bid and in accordance with the other terms and conditions of the Bidding Documents. included in the Bidding Documents to perform all Work as specified or indicated in the Bidding within the times indicated in this with e tance idfor er60 days after the Bid Opening, for such longer all of the terms and conditions of the Instructions to Bidders,includingwithout limitation those dealing t2.01he ispoer accepts the disposition of Bid Security. The Bid will remain subject eq Gest of Owner. period of time that Bidder may agree to in writing up 3.01 In submitting this Bid,Bidder represents that: examined and carefully studied the Bidding Documents,the other related ddata identified in the Bidding A. Bidder has acknowledged: Documents,and the following Addenda,receipt of all which is hereby ^dde^dum Date ^�IrlPndum No. B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. reports of explorations and tests of subsurface conditions at,or contiguous to,the D. Bidderand has carefully studiedofhall: (1) preports and drawings,or coti Site all drawings of physical conditions in or relating to adentified surface 02,and (2)subsurface structurespat,or contiguous to, of the Site(except Underground Facilities)which have been Hazardous Environmental Conditions that have been identified in SC-4.06. all additional or the consequences for not doing so) ourface, explorations,tests,studies,and data concerning conditionss performance E. Bidder has obtained and carefully studied(or acceptsaffect cost,progress, subp subsurface,aUndergrions,investigationsor,expch may of and whichch relate Facilities)aspecttof the means,methods,)technte !ques,sequences,and procedures constructionothe work orbe relate to by B aspect including applying the specific means,methods,techniques,sequences,safety and procedures of o employedtionexpressly by the Bidding Documents to be employed by construction required by precautions and programs incident thereto. Worke ti the price(s),explorations, raBid and teswitts, the times and in necessary F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessa for the determination of this Bid for performance of the with the other terms and conditions of the Bidding Documents. BID FORM 004110-1 ©2018 Stantec 1.193803929 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. r,information alland additionalbsvexaminations,obtained investigations,omvthe Site, ite, H. Bidder has correlated the information known to Bidder, and observations from visits to the SI e, reports and drawings identified in the Bidding Documents, tests,studies,and data with the Bidding Documents. r has given Engineer written notice of all conflicts,errors,ambiguitr ies, acceptable r discrepancies ciio Bidder.Bidder has discovered I. inBithe in the Bidding Documents,and the written resolution thereof by Eng J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. reement. 4.01 Bidder further represents that: agreement as to ithout A. The pricesattin Bid to u been iwitdat h anylother Bidder orJw with any competitor for communication, he purpose ofrresstricting any matters relating to such prices prior to opening of B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor the Bids. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit C. competition. a Bid for the purpose of restricting 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an b nature,against Owner,Engineer and their employees and ar and submit an evaluation concerning Biddr's responsiveness,responsibility,and qualifications thereof, awarding a investigation contract. ih Bidder hereby waives any and all cash, ti whatever clear and convincing evidence to be intentionally false and made with actual malice. agents,which arise out of or relate to such investigation and evaluation,and statements made as a result Nothing in that canrarabe shown by Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): computed in accordance with All specific cash allowances are included in the price(s) set forth below and have been c p Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.6 of the General Conditions. ycomparison of Bid items will be based on actual quantities provided,determined as provided Bidder acknowledges that estimated quantitieseare not guaranteed,and are sole) for the purpose ofcomp Bids,and final payment for all Unit Price in the Contract Documents. No. Item Total Price Units Qty Unit Price BASE BID: LS 1 $ 1 MOBILIZATION r�D`moia �QO. LS 1 (/ (J 2 TRAFFIC CONTROL ,_54'10=-(1° LS 1 3 DEWATERING BID FORM 0041 10-2 ©2018 Stantec 1193803929 No. Item Units Qty Unit Price Total Price off $ i 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ 0241 19S 1 $ orOU$�—� 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE L 1 $ � Ou0D(OV $ <8./ A00, 60 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG LS �) /� RETAINING WALL LF 60 $ $ c 7 REMOVER SANITARY FORCEMAIN SEWER PIPE SF 540 $ ' $ 8 BLOCK WALL RECONSTRUCTION �`v A � SY 50 $ $ 9 SUBGRADE PREPARATION ^ y1' TN 100 $ 1 $ p(V 10 AGGREGATE BASE,CLASS 5 Qf qq SF 20 $ CJS U .a� $____Vq.4111-3D 1 1 4"CONCRETE SIDEWALK �Q 1 $ $ 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS $ ^� 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. 20 $ 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 000 $ 4(e0 !a � A/� $ � O�� ` 15 CONNECT TO EXISTING MANHOLE EA 1 $ O $4,8g_ r 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH LF 20 $ © � ` 0EA 2 $ O $ 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS ����� EA 1 $ V,ry $ 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS � V 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS EA 1 $ © $ ��'��t Q� EA 1 $ ita$ 20 4"BURIED PLUG VALVE AND BOX � $ - os ad' 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 1 $ RESTRAINED JOINTS EA 2 $ $ Q� 22 STEEL BOLLARD WITH SLEEVE 0. $ O SY 120 $ t_0210 23 SODDING WITH 4"OF TOPSOIL � _ TOTAL BASE BID BID FORM 004110-3 ©2018 Stantec 1193803929 No. Item Units Qty Unit Price Total Price I ALTERNATES ALTERNATE NO. 1 -REPLACEMENT OF 4"DIP FORCEMAIN t 24 REPLACE 4'DIP FORCEMAIN PIPING AND FITTINGS AND LS , $ i33no $ ,3 5. RECONNECT AS SHOWN ON THE DRAWINGS / z/ T, ���� TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN $ j tJ V ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT 25 REPLACE THE EXISTING UNDERGROUND ELECTRICAL SERVICE LS 1 $ /0, (L�oD $ F/ 10, CONDUIT AND RECONNECT TO NEW PANEL AS SHOWN ON THE DRAWINGS [�� TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND $ J( ,y� - 06 ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM MANUFACTURER ADD OR DEDUCT $ ITEM NA MANUFACTURER ADD OR DEDUCT $ ITEM 444 4 MANUFACTURER ADD OR DEDUCT $ BID FORM ©2018 Stantec 1193803929 00 41 10-4 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. the is the provisions of the Agreement as to liquidated damages in the event of failure to complete 6.02 Bidder accep Agreement. Work within the times specified above,which shall be stated in the 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bid Form Attachment A-Responsible Contractor Verification and Certification of Compliance. 8.01 The terms used in this Bid with initial capital letershave the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on February 21 2018. If Bidder Is: ACor Corporation Name: Veit&Com an , Inc. (SEAL) State of Incorporation: Minnesota Type(General Business,Professional,Service,Limited Liability): Service , 1 By: (Sit ature) doppry- Name(typed or printed): evin Brenn Title: CFO/Treasurer (CORPORATE SEAL) Attest (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): 14000 Veit Place Rogers, MN 55374 Phone No.: 763-428-2242 • 1 ,1 1/- - Email.: • 11 II- - r=' - " •11 - BID FORM 004110-5 ©2018 Stantec 1193803929 IL-1111 lvldu Name(typed or printed): (SEAL) By: (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Email.: e Prrrfnershlb_ (SEAL) Partnership Name: By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Box#'s): Phone No.: Email.: BID FORM 004110-6 ©2018 Stantec 1193803929 BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. Name: Veit&Company, Inc. Address: 14000 Veit Place,Ro•ers,MN 55374 Phone: ( 763 ) 428-2242 2.Years in Business: 90 3.References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. f project Owner Contact Information Date of Construction Name oCi of Minnea•ols/Will Shutte 612-328-1994 11/9/15-3/1/17 Storm Water Pum• Station Rehab 07/09/15-07/19/16 Eddy's Resort Sanitary Storm Sewer Extension Wenck/Peter Daniels 763-252-6838 12/14/15-12/31/17 Richfield Interceptor System Metropolitain Council/Mike Olerich 651-602-8908 4/18/14-07-28-15 15th Avenue Student Housing Frana Companies/Justin Noah 952-352-2698 4.Each Bidder shall enter in the spaces provided system aoof restrictedajors b c vation contractors dhe prapd es to uc phony and classification or type of work they will perform in earthretention WORK SUBCONTRACTOR „,„ •tid/ m ,A A ..t1 raiMI of 4.1111 5.Such additional information as will assist the Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if necessary. Upon request BID FORM 004110-7 ®2018 Stantec 193803929 on 6.The undersigned hereby authorizes and requests any person,firmof Cor ontra corp aoicfurnish ishsany information requested by the Owner in verification of the recitals comprising this If a partnership,state 7. State the true,exact,correct,and complete(If as corporation,state the name of the Prertrade name under sident and Secretary.which you do business, and the address all p the place of business. the names of all partners. If a trade name,state the names of the individuals who do business under the trade name.) It is absolutely necessary that this information be furnished. Veit&Com an Correct Name of Bidder (a) The Business is a Corporation in the State of Minnesota (b) The address of principal place of business is: 14000 Veit Place, Rogers, MN 55374 (c) Phone Number 763-428-2242 (d) The name of the corporate officers,partners,or individuals doing business under a trade name,are as follows: 5.1.- 1 r - - - � ■ Kevin Brenny-CFO/Treasurer Vaugh Veit-Secretary Dated at 8:00 AMthis 21s t day of February ,2018 Veit&Company, Inc. .i • AIMINIMMIIMMV By Kevin Brenny/CFO-Tre— Attest , END OF DOCUMENT BID FORM 0041 10-8 ©2018 STantec i 193803929 SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION Minn. § 16C.285, Subd.7. IMPLEMENTATION. 3ENTAT contractoror doesmeet the minimum criteria in subdivision orfails overify hat it meets those criteria isnot a responsible contractor and is not eligible to be awarded a construction contract for the project or to perform work on the project... C A. e Minn.Stat.§ 16C.285,Sudthat conOformsBo the responsibilityLE ORCONTRACTOR, he solicitation document forlits contractor"means a contractor portion of the work on the project and verifies that it meets the following minimum criteria: (1) The Contractor: (i)is in compliance with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. eriod mitting the (2) The verification, r or violated section 177.24,elated entity is in 177.25,e 41771.41tor177 44, 181 13three-year 81.14,or before has not ioted has not violated United Statessof this clause,laviolation occnrs2 , sections 21 twhen9, or United Sttes Code,a contractor orrelated entity: 40, sections 3141to 3148. For purpose (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v)has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board;or (vi)has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that,if the contractor or nt of d related entity contests a determinationoesnot occurluntil1 theent by the co testnedpca seproceed nlgphasation in a concluded with a case proceeding, a violation determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 004113-1 ©2018 Stantec 1193803929 (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 181.723 or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions,agencies,or political subdivisions;and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A 0041 13-2 ©2018 Stantec 1193803929 Minn.Stat.§ 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. i in compliance wleach of the minimum criteria in A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer g subdivision 3 at the time that it responds to the solicitation document. contract in reasonable reliance on that statement.verificationlorto A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible th in a cverify and shall not be held liable for awarding a under of vorify coanmpliancr with any one of rornum criteria or a subcontractor that makes the falsetstatementineligible to be awarded compliance shall render the prime contractor a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliancesfa with anypof the minimum criteria may result in termination ofa construction contract that has already been awarded arime contractor or subcontractor that submits false d statemeeme nt. A contracting.authority shallcontractor ffailed to verify compliance with the minimum criteria or falsely not be liable for declining to award a contract or terminating a con on a reasonable determination that th stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company,and I swear undeaunderoath it in g 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein compliance with Minn.Stat.§16C.285, 2)I have included Attachment A-1 with my company's solicitation response,and 3)if my company is awarded a contract,I will also submit Attachment A-2 as required. Authorized Signature of Owner or Officer: Printed Name: Kevin Brenny Alb Ole Date: February 21,2018 Title: CFO/Treas Company Name: Veit&Company, Inc. Sworn to and subscribed before me this �11� IY IZ COOK 21st • of February 0 18. kt > OTA11 EYe �'I�'Es�`OT My commission exp.Jan 31,2020 Notary Pull My Commission Expires: 01/3 If onlyone prime contractor responds ds toactsolor icitation the document, NOTE: Minn. Stat.on § 1a award85, Subd. (c) contracting authority may award a construction contract to the responding prime criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0041 13-3 ©2018 Stantec I 193803929 ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION ance Minn.Stat.§ a16C.285,Sof 5. A primeirsubcontractors contractor or bcont actorrs that it int ds to retain for work on the project Submitractor shall include in its verification of lthis former subdivision 4 a list of all of its first-tier subco with the Bid Form. Name of city where company home FIRST TIER SUBCONTRACTOR NAMES office is located (Legal name of company as registered with the Secretary of State) 4Ai .4_6Ar ; „ A# 11111111111111111111111111111 1111111111111111111111111111 1111111111111111111111111111 BID FORM ATTACHMENT A 0041 13-4 ©2018 Stantec 1 193803929 ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION This form must be submitted to the Project Manager or individual as identified in the solicitation document. Minn. r retains ional contractors on the Stat.a § 16C.285,tinSb 5. . If ofa prime compliance,the primeor or ycontractorrorosubcontra tort shall obtain verifications of i after from ting itsd oalverification p compliance from each additional subcontractor with which it has a direct contractuaW relationship n 14 daysnof retaining shall lthe t a supplemental verification confirming compliance with subdivision 3, clause (7), additional subcontractors. Submit this form to the Project Manager. ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located BID FORM ATTACHMENT A 0041 13-5 ©2018 Stantec 1193803929 ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet minimum criteria to be a responsible contractor as defined in Minn.Stat.§16C.285. Authorized Signature of Owner or Officer: Printed Name: Title: Date: Company Name: Sworn to and subscribed before me this PLACE NOTARY SEAL HERE day of ,20_— Notary Public My Commission Expires: END OF SECTION BID FORM ATTACHMENT A 0041 13-6 ©2018 Stantec 1193803929 MINUTES OF ACTION OF BOARD OF DIRECTORS OF V EIT & COMPANY, INC TAKEN WITHOUT A MEETING followingaction is taken by the sole member of the Board of Directors of SVeit& The pursuant to Company,Inc.,a Minnesota corporation,without a meeting,p the soleo Minnesotaembethe Board of s Section`302A.239,by authorizing the same in writing signed by Directors of the corporation, The following resolution is hereby adopted: RESOLVED,that the following persons are herebyelected as the designated officers of the co. oration,who shall constitute all of the officers of theorpration,to or successors serve until the next regular meeting of the Board of Directors or until their are otherwise duly elected and qualify: it A.Ve Chief Executive Officer&Secretary Vaughnpaniel M. ite President Kevin Branny Chief Financial Offi.cer/Treasurer The above action is taken without a meeting by authorization in writing signed by the sole Director of the corporation,which action is to be effective on November 22,2017. SOLE DIRECTOR: Vaughn A.Veit 389431vi, Certification of Compliance with the Minnesota Worker's Compensation Law Name Veit&Company, Inc. Doing Business As Print business name,if different than your name Print your full name 55374 ers Address_-14000 Veit Place Ro MN Print State Name Zip Code Print Mailing Address Print City or Town Name 763-428-2242 Type of business General Construction Telephone Number (For example:bldg construction;trucking) Worker's Compensation Travelers Indemnity Company of America Insurance Company Name •••••• • • _•-1 Policy Number VTC2HUB-4837B48-2-18 Print full number 01/01/2019 Dates of Coverage 01/01/2018 through 01/ ending date Print starting date -OR- I certify that I am not required to carry worker's compensation insurance because: (check one) I am a sole proprietor or partner and I have no employees. ees I have no employees who are covered by the by worker'scompensation mwopensatio law. (Ofinl y Iawp oY e specifically exempted by statute are not coveredes included:Spouse; Parent; Children, regardless of gn ad farmdlabor e Allloyeer of a family ers farm that spent less than $8,000 for labor in theprevious whose work activity is controlled by the employer must be covered.) the information provided about will be verified by the Minnesota inne oa Department tment of f I Labor and that penalty if the inform provided and Industry, and that I am subject to a$1,000 p Y certify that the information proved is accurate and complete. Date February 21, 2018 Signed by mu tt This Form - Completed and Submitted with Your Proposal 00 64 00-1 A CNA SURETY Bid Bond Bond No. TBID - Bid Bond SURETY: Western Surety Company: South Dakota Corporation CONTRACTOR: (Name, legal status and principal place (Name, legal status and address) of business) Veit&Company, Inc. 14000 Veit Place 333 S.Wabash Avenue Rogers, MN 55374 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with respect to its completion or (Name, legal status and address) a dition. fic City of Oak Park Heights Any singular reference to 14168 Oak Park Blvd. Contractor, Surety,Owner or Oak Park Heights, MN 55082 other party shall be considered plural where applicable. BOND AMOUNT: Five Percent of Total Bid Amount(--5%--) PROJECT: (Name,location or address,and Project number,if any) 2018 Sunnyside Sanitary Lift Station Replacement,Oak Park Heights, MN Tjointly and Che rContractorcr and anduSurety are mbound el es, the r heirs,executors,administrators, successors and assigns,which y e Contractors Surety bind themselves, severally, as provided herein. The conditions of this Bond are such that if the Ownerbe agreed to by the Owner andContractor within the time specified in the bid documents,or within such time period as may bid, and and the Contractor on eithera (1)ab sps into a contract with the Owner in accordanceecified in the bidding or Contract Documents,with a surety admitted bid, and gives such bothde r bondsand s may be p to the Owner the in the jurisdiction of the Project otherwise acceptable to the and material furnished in the prosecution thereof;wner,for the or(2 performancepays of such Contract aad for the prompt payment of labor said difference, not to exceed the amount of this Bond,between the amount tont ePfo�e�a workcovered by said bid,then this id and such larger amount for which the Owner may in good faith contract with another party P waives any obligation shall be null and void,otherwise toremain mr i extend in t e ll etande act.whicThe Owner may hereby ccept the bidnWae of of an agreement between the Owner and Contra notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's rshallbe deemed Con actore Co,tthe term Contractor in this Bond shall be deemed to be Subcontractor and the term O When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory herefrom and provisions conforming to such statutory or other legarequirement shall be deemed incorporated herein. When bond and not as a common law bond. furnished,the intent is that this Bond shall be construFebruaryd as a statutory 2018 _ . Signed and s=:led this 16th day of ; • (Pr ipal reit&•mpany,Inc. " /17 "'f'nrt 'al) (Witness) ir I /7,40,619; fe, (Title) AirtmEr- tiffr A...i ,restem Surety Company (Seal) ,J1i Al A_lir (Buret Jessie A.Olson-Attorne -In-Fact (Witness) (Tit/ CAUTION: You iould sign - original AIA Contract Document,on which this text appears in RED. An original assures that changes will not be obscured. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms exactly to the language used in AIA Document A310-Bid Bond-2010 Edition. + LIMITED LIABILITY COMPANY ACKNOWLEDGEMENT STATE OF )ss COUNTY OF ) 20 , before me On the day of to me known, who, being by me duly sworn, did depose personally appeared that he/she is a member, manager, or and said that he/she resides in and that officer of the limited liability company of he/she is duly authorized to execute the foregoing agreement in the name of and for the limited liability company. Notary Public, County, (Notarial Seal) My commission expires CORPORATE ACKNOWLEDGEMENT STATE OF t I(1Sld Jk, ss COUNTY OF >; r 111. ` 2.p_ _,before me 1 day of _ - D • ' On the — ' , 1 �e personally appeared did depose and say: t►at he resides in to me known,who being by me duly sworn, f o f the that • is the r k- - a Vlib• aI the corporation described in and which executed the f• egoing instrument; that it thaas so affit he xed by order of the board ows the seal of said corporation;that the sea] affixed to said instrument is such corporate seal; of d' • •. '■" • • e signed his name thereto by like .rder. / F CINDY K COOK Notary Public, _ �1�� •� tel, NOTARY PUBLIC // • t\•�"`-'1'r' MINNESOTA County, f) , tel!„y'O" R,„••../ My commission exp.Jan 31,2020 My commission expires — /”...- ACKNOWLEDGEMENT OF CORPORATE SURETY STATE OF Minnesota )SS COUNTY OF Dakota ) 16th day of Februa 1 s_ 20 , before me On the appeared Jessica A.Olson to be personally.known,-who is being by me duly sworn, did say that he corporation; that the seal affixed to the foregoing the Western Surety Company , a corp was a o d instrument-is the corporate seal of said corporation, and that said instrumentand the andsaialgioffid in behalf l said corporation by the aforesaid officer, by authority of its board of directors, said instrument to be the free act and deed of said corporation. % Jr,Notary Public, AA i T' ar now 41b- County, Henn-•in t Notary Public Mu;nssota My commission expires Janua 31,2022 (Nota. . , Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Kathryn A Dircz, Dennis G Diessner, Thomas M Reuder, Mark N Kampf, Jessica A Olson, Erica J Boldt,Matthew M Kampf,Julia C Ertz,Amy M Burns,Individually of Burnsville,MN,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of January,2018. WESTERN SURETY COMPANY iii91.0 i;a:o'Sct.. 'BEAN rI �vr o �P aul T.Bruflat,Vice President State of South Dakota 1 ss County of Minnehaha f On this 16th day of January,2018,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. wrw__. My commission expires J.MOHR (:).":7)7)11.1//L) June 23,2021 J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed the reverse hereof is still in force. In testimowhereofy I have hereunto subscribed my name and affixed the seal of the said corporation this /6 day of ay , E*>� WESTERN SURETY COMPANY me.pPONq.a,. fn L.Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings,Powers of Attorney, or other obligations of the corporation shall be executed in the Treasurer,or any other Vice President,or by such corporate name of the Company by the President, Secretary, and Assistant Secretary, or the Treasurerch officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary, may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. BIDDER: D'e•-"4.4\11\.0r. 4 4\51 CO Stantec DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT STATION REPLACEMENT PROJECT NO. 193803929 CITY OF OAK PARK HEIGHTS,MINNESOTA 2018 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum Date Addendum No. B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at,or contiguous to, the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at,or contiguous to,the Site which may affect cost,progress,or performance of the work or which relate to any aspect of the means methods, etspecific means,sequences, uencmethoss techn iques, eed res of es,and construction to be employed by Bidder,including applying procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. BID FORM 004110-1 ©2018 Stantec 1193803929 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. s H. Bidder has correlated the information Documents,Bidder, tion and all additional examinations,investigations,explorations, ed from visits to the Site, reports and drawings identifiedd in the Bidding ments tests,studies,and data with the Bidding Documents. that I. Bidder has given Engineer written notice of all conflicts, eerrors, of mEnbgueres or deprep epane cies o Bidder.Bidder has discovered in the Bidding Documents,and the written J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its a thority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at anylother Bidder lorvithout wfh any compelhtor for communication, he purpose ofrrestrictinggnt as to any matters relating to such prices B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be madebythe Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. ineer at the Owner's rection,to undertake an investigation Bidder understandsanubmian that evaluat n concerning Bidder'e law may require the s espons,or siiivenesss responsibility,andl qualifications before awarding a a and submit agents,contract. Bidder hereby waives elate to sudch all investigation andtever nature,against Owner,Engineer and their evaluation,and statements made as a result thereooyees and f,except for agents,which arise out of be statements that can be shownintended toaesdtrico Bidder's rightdsto chatlengetancont act pursuant and made\ with actual malice. Nothing in this paragraph is 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.8 of the General Conditions. Bidder acknowledges that estimated eeg are e { solely for Bids,andfinal payment for all Unit items will be based actual quantities provided,determined as provided in the Contract Documents. Item Units Qty Unit Price Total Price No. BASE BID: LS 1 1 MOBILIZATION ' Sob 5(96LS 1 $ 1 2 TRAFFIC CONTROL 5 00=� ,J7��QD LS 1 $ ' 3 DEWATERING BID FORM 0041 10-2 ©2018 Stantec 1193803929 I No. Item Units Qty Unit Price Total Price I II Oct, $ /i,ado — 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ 02 41 19 LS 1 $ 95;p�t� - $ S�Oao - 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG LS 1 $ 5 604 - $ 5, D vo - RETAINING WALL COO 7 REMOVER SANITARY FORCEMAIN SEWER PIPE LF 60 $ /0— $ 8 BLOCK WALL RECONSTRUCTION SF 540 $ 9,5— $ 13,$.00 Ile ., $ a,o00 — 9 SUBGRADE PREPARATION SY 50 $ 10 AGGREGATE BASE,CLASS 5 TN 100 $ 17 - $ 1,76e- Z `12-.6 — 11 4"CONCRETE SIDEWALK SF 20 $ $ 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS 1 $ 49'40p0 $ a6,0.='0 $ 357, soy 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX M357,SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND 506 - VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 20 $ aOCJ $ 15 CONNECT TO EXISTING MANHOLE EA 1 $ cA,SOO $ ,,'SOO 3 600 - - /So.- 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH LF 20 $ $ , 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS EA 2 $ Wee" $ g00 — 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS EA 1 $ 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS EA 1 $ 20 4"BURIED PLUG VALVE AND BOX EA 1 $ /,200 -- $ 1,foo— 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA I $ !,SDO— $ 1,50e:' RESTRAINED JOINTS EA 2 $ 75.0 .. $ f,5-00- 22 STEEL BOLLARD WITH SLEEVE 23 SODDING WITH 4"OF TOPSOIL SY 120 $ 5 PI)/ SAO . ^O , Q $ 01 TOTAL BASE BID BID FORM ©2018 Stantec 1193803929 00 41 10-3 t ' I No. Item Units Qty Unit Price Total Price ALTERNATES .i` .16 ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN 1�'000p0J $ /I 24 REPLACE 4'DIP FORCEMAIN PIPING AND FITTINGS AND LS 1 $ RECONNECT AS SHOWN ON THE DRAWINGS I 00401v TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT 5306 - $ 67(S 25 REPLACE THE EXISTING UNDERGROUND ELECTRICAL SERVICE LS 1 $ CONDUIT AND RECONNECT TO NEW PANEL AS SHOWN ON THE DRAWINGS $ 53 46 TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ ITEM MANUFACTURER ADD OR DEDUCT $ BID FORM ©2018 Stantec 1193803929 0041 10-4 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.6 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bid Form Attachment A-Responsible Contractor Verification and Certification of Compliance. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on rr�YUQXI.( ,2018. If Bidder Is: A Corporation G� Corporation Name: e.r.eil�r4 .' * X lTAv , SEAL) State of Incorporation: t4\0 Type(General Business,Professional,Service,Limited Liability): .�J��CJ` �` {•135 By: 44f2 (Signature) Name(typed or printed): --15c 5\`` Title: Attest &AA-•''(--R.._ )4-2( ORATE SEAL) (Signature of Corporate Secretary Business Street Address(No P.O.Box#'s): Om, 5 WouAkiN5 )gel Phone No.: .3ab 1,�� Email.: Q.�c"(-c l)De \'k hAtir� ��� V. ©2018 Stantec 1 193803929 00 41 10-5 BID FORM An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Email.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Box#'s): Phone No.: Email.: 02018 Stantec 1 193803929 00 41 10-6 BID FORM • BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. f ' Name: CYA‘D\\ 56 -\17 c� Address: bl l j(4` "ul ` \NI"C4\(\,✓ )"\.)3 6 ✓ g)11 Phone: ( D-.0 \L1 L dS h�c 2.Years in Business: ( I 3. References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. Date of Constructionproject of Owner Contact Information ee A #,4 4e 4. Each Bidder shall enter in the spaces provided the name of major subcontractors he proposes to employ and classification or type of work they will perform in earth retention system or restricted excavation design and construction. SUBCONTRACTOR WORK se Per/Corm e very (F4 3 5.Such additional information as will assist the Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if necessary. BID FORM ©2018 Stantec 1193803929 00 41 10-7 6.The undersigned hereby authorizes and requests any person,firm or corporation to furnish any information requested by the Owner in verification of the recitals comprising this statement of Contractor's qualifications. 7.State the true,exact,correct,and complete name of the partnership,corporation,or trade name under which you do business, and the address of the place of business. (If a corporation,state the name of the President and Secretary. If a partnership,state the names of all partners. If a trade name,state the names of the individuals who do business under the trade name.) It is absolutely necessary that this information be furnished. Correct Name ef Bidder OpeA5Viii\o ./ r c (a) The Business is a W ��rOh (b) The address of principal place of business is: :V) OAA,AA(ca (c) Phone Number ?Dab-"AAA- DZO`r (d) The name of the corporate officers,partners,or individuals doing business under a trade name,are as follows: Dated at this day of 2018 By ffir0• Attest LAI. . I" AL. , END OF DOCUMENT BID FORM ©2018 STanTec 1193803929 0041 10-8 SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION Minn. Stat. § 16C.285,Subd.7.IMPLEMENTATION. ...any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 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... Minn.Stat.§ 16C.285,Subd.3.RESPONSIBLE CONTRACTOR,MINNIMUM CRITERIA."Responsible contractor"means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: (1) The Contractor: (i)is in compliance with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. (2) The contractor or related entity is in compliance with and, during the three-year period o bef ore s omit has not itting the verification,has not violated section 177.24, 177.25,177.41 to 177.44, 181.13, violated Unitedpurposes this c lapse a�iolation occnrs1 to when9a oontra for or related entir United States Code, ty: 40, sections 3141 to 3148. For purp (i)repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v)has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board;or (vi)has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that,if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 004113-1 ©2018 Stantec 1193803929 (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification,has not violated section 181.723 or chapter 326B. For purposes of this clause,a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions,agencies,or political subdivisions;and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A 0041 13-2 ©2018 Stantec 1193803929 Minn.Stat. § 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. Failure to verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. 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. CERTIFICATION By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn.Stat.§16C.285, 2)I have included Attachment A-1 with my company's solicitation response,and 3)if my company is awarded a contract,I will also submit Attachment A-2 as required. Authorized ign t re of Owner or Officer: Printed Name: fi ------. -54-C CI;t 5‘"IN6tiLr Title: Date: --RP-5'i dtifN.4- „2 -.2-( - ( g C mpany Name: L Sw•r�1.o and s�bs ibed before me this day of C'thU 0_14 >20 kS. �►� N )_�c 0 Tama I 4,4�� 1.ra�. /.��_� ._.�. � �. Mme Not. Pu.� 4 My Commission Expires Jan 91,202 My Commission Expires: - I N - — NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) If only one prime contractor responds to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0041 13-3 ©2018 Stantec 1193803929 • ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION Minn.Stat.§ 16C.285,Subd.5. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project.Submit this form with the Bid Form. FIRST TIER SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located tAccrajo AL.A. Z-1 -TkaitL 61 le- at„,,v1 1,or l.eCA (-c, BID FORM ATTACHMENT A 0041 13-4 ©2018 Stantec 1193803929 ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION This form must be submitted to the Project Manager or individual as identified in the solicitation document. Minn. Stat. § 16C.285, Subd. 5. ... If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance,the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. Submit this form to the Project Manager. ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located BID FORM ATTACHMENT A 0041 13-5 ©2018 Stantec 1 193803929 ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet minimum criteria to be a responsible contractor as defined in Minn.Stat.§16C.285. Authoriz Signature of Owner or Officer: Printed Name: Date: 64,4- Company Name: 6t/54.7;.t/ / Sem.,5,x- Swori4o and s ibed before me th' . day of 20 11&. P C 4 ARM j TI f,t `T NN Notary Public Minnesota �k dub`- `�'"" Not. 'ubl' My Commission Expires Jan31.2022 My Commission Expires: END OF SECTION BID FORM ATTACHMENT A ©2018 Stantec 1193803929 00 41 13-6 511 Central Ave.S. PO Box 437 GE SLINGERWatkins,MN 55389 Phone—320.764.2006 Fax—320.764.2007 $SDA/5 1NG. GEISLINGER AND SONS, INC. General Contractors Geislinger and Sons, Inc. Previous Project Experience Project Name: Woodbury NE Lift Station L77 & Force Maim Owner: Metropolitan Council Contract Amount: $3,700,000.00 Location: Woodbury Contact: David Elzinga—CAR for the Metropolitan Council Project Duration:2014 - 2015 Key Notes: - Installed 3,600 LF 12" PVC restricted trench forcemain - Installed 120" lift station 53' deep Key Project Personnel: - Gunnar Smith;Project Manager - Bruce Geislinger; General Superintendent - Lance Tabor; Lead Foreman 511 Central Ave.S. PO Box 437 G I LINGER oneWatkins,— MN 55389 Phone 322 0.764.2006 Fax—320.764.2007 SANS loc. GEISLINGER AND SONS, INC. General Contractors Geislinger and Sons, Inc. Previous Project Experience Project Name: 2016 Lift Station Improvements Owner: City of North St Paul Contract Amount: $1,100,000.00 Location: North St Paul Contact: Morgan Dawley, MDawley@wsbeng.com, 763-287-7173 Project Duration:2016 Key Notes: - Construct 3 Lift Stations, 1 Lift Station installed by Caisson Construction, 36' Deep - Sewer Bypass Pump, Force main, 31' deep open cut lift station Key Project Personnel: - Gary Luebann; Project Manager - Scott Geislinger; General Superintendent - Lance Tabor; Lead Foreman 511 Central Ave.S. PO Box 437 GIUNGEQ oneWatkins,— MN 55389 Phone 322 0.764.2006 $SON5 iN . Fax—320.764.2007 GEISLINGER AND SONS, INC. General Contractors Geislinger and Sons, Inc. Previous Project Experience Project Name: Sanitary Sewer Lift Station No. 3 Owner: City of Apple Valley Contract Amount: $830,000.00 Location: Apple Valley Contact: Michael Ostendorf, mostendorf@sehinc.com—651-280-0679 Project Duration:2015 Key Notes: - Installed 75' of deep sewer in City streets going into the lift station - Installed 120" lift station 30' deep Key Project Personnel: - Jeff Geislinger;Project Manager - Bruce Geislinger; General Superintendent - Walter Kramer; Lead Foreman 11111r. 511 Central Ave.S. PO Box 437 GEISUNG .1 Watkins,MN 55389 Phone—320.764.2006 soN5 Fax—320.764.2007 GEISLINGER AND SONS, INC. General Contractors Geislinger and Sons, Inc. Previous Project Experience Project Name: Hinckley lift stations 3&* Owner: City of Hinckley Contract Amount: $680,000 Location: Hinckley, mn Contact: Seth Peterson—Bolton and Menk Project Duration:2016-2017 Key Notes: - Modifications to existing lift station#3 and a new grinder pump assembly - Demolition of an existing lift station and installation of a new 27' deep sanitary lift station and valve vault along with 3 new sanitary manholes. Key Project Personnel: - Gunnar Smith; Project Manager - Scott Geislinger; General Superintendent - Walter Kramer; Lead Foreman 511 Central Ave.S. PO Box 437 G SLINGER Watkins,MN 55389 Phone—320.764.2006 8 s0NS IrIC. Fax—320.764.2007 GEISLINGER AND SONS, INC. General Contractors Geislinger and Sons, Inc. Previous Project Experience Project Name; Meadow Acres Area Improvements, Meadow Acres Sanitary Sewer Lift Station Rehabilitation Owner: City of Burnsville Contract Amount: $2,200,000.00 Location: Burnsville Contact: Joseph Ward, WSB 763-541-4800 Project Duration:2015 Key Notes: - Install 120" 25' Deep sanitary sewer lift station in a very tight spot with very little room - Wetwell, valve manhole process piping, electrical and control system, sewer relocation, site restoration. Key Project Personnel: - Gary Luebben; Project Manager - Scott Geislinger; General Superintendent - Lance Tabor; Lead Foreman THE AMERICAN INSTITUTE OF ARCHITECTS 4=11RA AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Geislinger&Sons,Inc. 511 Central Avenue South, P.O. Box 437 Watkins,MN 55389-0437 as Principal, hereinafter called Principal, and The Guarantee Company of North America USA One Towne Square,Suite 1470 Southfield,Ml 48076-3725 a corporation duly organized under the laws of the State of Michigan as Surety, hereinafter called Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Blvd.N. Oak Park Heights,MN 55082 as Obligee, hereinafter called Obligee, in the sum of Five Percent(5%)of Total Amount Bid Dollars ( 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for (Here insert full name,address and description of project) 2018 Sunnyside Sanitary Lift Station Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 21st day of February , 2018 . Geislinger&Sons,Inc. • 4Tht (Principal) (Seal) 9'.' , 4(Witness) �-- (Title) Jeff Geislinger President The Guarantee Company of North America USA (Surety) (Seal) (Witness) l vii (T t) Nicole Stillings,Attorney-in- •ct AIA DOCUMENT A310—BID BOND—AIA®-FEBRUARY 1970 ED—THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 CORPORATE ACKNOWLEDGMENT State of Minnesota ) ss County of Meeker ) On this 21st day of February 2018 , before me appeared Jeff Geislinger , to me personally known, who, being by me duly sworn, did say that he/she is the President of Geislinger&Sons,Inc. , a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of said corporation by authority of its Board of Directors, and that said Jeff Geislinger acknowledged said instrument to be the free act and deed of said corporation. P D)Thi dIg4' fir- I KAt EVA—I_ Notary Public ' .. County, IAA-) < Minnesota My commission expires ,,, "#°`"< My CoJan 31,20mmission 22Expires SURETY ACKNOWLEDGMENT State of Minnesota ) )ss County of Hennepin ) On this 21st day of February 2018 , before me appeared Nicole Stillings , to me personally know, who being by me duly sworn, did say that(s)he is the Attorney-in-Fact of The Guarantee Company of North America USA , a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Nicole Stillings acknowledged said instrument to be the free act and deed of said corporation. it _,AANANA,movom is I, �,� LIN ULVEN� NOTARY PUBLIC-MINNESOTA i 'S' .�, Notary Public Ramsey County, Minnesota � '> ` ; ; ` My Commission Expires Mycommission expires 1/31/2020 January 31,2020 p w w ., 4 leTHE The Guarantee Company of North America USA GUARANTEE' Southfield,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint Brian J.Oestreich,Joshua R.Loftis,R.Scott Egginton,R.W.Frank,John E.Tauer,Craig Remick,Rachel Thomas,Nicole Stillings,Jerome T.Ouimet, Kurt C.Lundblad,Melinda C.Blodgett,R.C.Bowman,Ted Jorgensen,Emily White,Colby D.White Cobb Strecker Dunphy&Zimmerman,Inc. its true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s)in pursuance of these presents,shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31st day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification - thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. T4ee IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and t. t its corporate seal to be affixed by its authorized officer,this 2"d day of October,2015. i. ifit THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 2nd day of October,2015 before me came the individuals who executed the preceding instrument,to me personally known,and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said company. Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written. County of Oakland ,' � My Commission Expires February 27,2018 fl t � ,, , Acting in Oakland County I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. effect. opaitatelinIN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this 21st day of February ,2018 1'01 Randall Musselman,Secretary BIDDER: Lametti & Sons Inc. 00 Stantec DOCUMENT 00 41 10 BID FORM 2018 SUNNYSIDE SANITARY LIFT STATION REPLACEMENT PROJECT NO.193803929 CITY OF OAK PARK HEIGHTS,MINNESOTA 2018 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 eement with 1.01 undersigned Bidding Bidderproposes to performrallls,if l Work ls a Bid specified or indicated in the Bidding D cumentsOwner for theIn the pricesform and includedth in e Bidding D within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all the terms Bidders, includingthose without limitation with the diposition of Bid Security. TheBid will remain subject to acceptance for 60 days afterhe Bid Opening,or foruuch longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum Date Addendum No. B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the Siterface or subsurface and all drawings of uyFacilities)which have been identified in SC 4 02,and(2)reportstand drawings of contiguousures at,or to, the Site(except Underground Hazardous Environmental Conditions that have been identified in SC-4.06. uences for not so)all or E. Bidder has obtained and carefully estigations explorations,tesd(or accepts the stts,sstud es,and data doing conditions(surface, supplementary eUamingrions, 9 subsurface,and which „ch relate to aound anyllities)aspectt,or contiguous to,the of the means,methods,ltechniques,sequences, d procedures ofrmance of the work or construction to be employed by Bidder,including applyingthe specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. ons,tests, es,or data are rY F. Bidder does mination bf this Bid fort conside,r that anyfurther performance ofexaminatl the Work at the price(s)Bid ons,investigations, land within thel times and in accordana e for the deter with the other terms and conditions of the Bidding Documents. BID FORM 004110-1 ®2018 Stantec I 193803929 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information k to information observations iobtained reports and drawings identified in he BdingDocuments,,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clleearr ato nd convincing vincing evidenceo challenge tbe ate tionallly yt falpuse and dt to law. with actual malice. Nothing in this paragraph is intend 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.8 of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. I No. Item Units Qty Unit Price Total Price BASE BID: LS 1 $ 23 Z 1 MOBILIZATION 2 TRAFFIC CONTROL LS $ 24060 LS 1 $ 40 o, o00 $ 4o,o 3 DEWATERING BID FORM ©2018 Stantec 1193803929 004110-2 INo. Item Units Qty Unit Price Total Price I 4 DEMOLITION OF EXISTING SANITARY LIFT STATION PER SECTION LS 1 $ 20,CXx0 $ 2-01(DO 0241 19 5 TEMPORARY CONVEYANCE OF SANITARY SEWAGE LS 1 $ 161 L Cu $ I(G), 6 MAINTAIN WATER AND ELECTRICAL SERVICES ALONG LS 1 $ I,GXX) $ I,COO RETAINING WALL / 7 REMOVER SANITARY FORCEMAIN SEWER PIPE LF 60 $ iU $ Q60/�0 - 8 BLOCK WALL RECONSTRUCTION SF 540 $ .�5 $ 13/6100 9 SUBGRADE PREPARATION SY 50 $ 'O $ ) 150 10 AGGREGATE BASE,CLASS 5 TN 100 $ 25 $ Z, 500 11 4"CONCRETE SIDEWALK SF 20 $ 16 $ 3` c 12 TEMPORARY PRE-ENGINEERED EARTH RETENTION SYSTEM LS 1 $ 16/OD3 $ 75/ 000 13 SANITARY LIFT STATION IMPROVEMENTS INCLUDING NEW LS 1 $ 2q3� ��� $ 293 7�0 WEATHERPROOF ELECTRICAL CONTROLS,5 HP DUPLEX SUBMERSIBLE PUMPS,PRECAST CONCRETE WET WELL AND VAVLE VAULT,PROCESS PIPING,FITTINGS,VALVES AND ALL OTHER APPURTANENCES AS SHOWN ON THE DRAWINGS AND AS SPECIFIED. 14 12"DIP SANITARY SEWER PIPE, CL.53,RESTRICTED TRENCH LF 20 $ 150 $ 50010 15 CONNECT TO EXISTING MANHOLE EA 1 $ I,OCC) $ 1'O00 250 $ �! 16 4"DIP FORCEMAIN PIPE,RESTRICTED TRENCH LF 20 $ /'�(� 17 4"DIP MJ 45 DEGREE BEND WITH RESTRAINED JOINTS EA 2 $ $ f/""" 500 18 4"DIP TRUE WYE WITH RESTRAINED JOINTS EA 1 $ $ 5°0 19 4"DIP TEE AND CAP WITH RESTRAINED JOINTS EA 1 $ $ 20 4"BURIED PLUG VALVE AND BOX EA 1 $ Ipon $ I Peo 21 CONNECT TO EXISTING 4"DIP FORCEMAIN WITH SLEEVE AND EA 1 $ I,.. X) $ 1 ' RESTRAINED JOINTS �/'� 22 STEEL BOLLARD WITH SLEEVE EA 2 $ �`"' $ (Q 00 23 SODDING WITH 4"OF TOPSOIL SY 120 $ I O $ 11260 TOTAL BASE BID $ Sia 3� ©2018 Stantec 1193803929 00 41 10-3 BID FORM No. Item Units Qty Unit Price Total Price ALTERNATES �[ �� 7��-` 1 $ ` $ lCJ� ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN LS `� ,�` 24 REPLACERECONNECT 4'DIAl'S FORCEMAINSHOWNON PIPINGTHEDRAA ANWD FITTINGSINGS AND $ J�-(JV TOTAL ALTERNATE NO.1 -REPLACEMENT OF 4"DIP FORCEMAIN ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND X00 /Si Oda ELECTRIC SERVICE CONDUIT 1 $ 'S 25 RE TEXUNETVICE LS CONDUITEPLACAH RECONNECT TODERGROUND NEW PANELLECAS SHOWNRICALSERON %� �d� THE DRAWINGS TOTAL ALTERNATE NO.2-REPLACE EXISTING UNDERGROUND $ ELECTRIC SERVICE CONDUIT SUBSTITUTE ITEMS: ITEM MANUFACTURER ADD OR DEDUCT ITEM MANUFACTURER ADD OR DEDUCT ITEM MANUFACTURER ADD OR DEDUCT BID FORM 004110-4 ®2018 Stantec 1193803929 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bid Form Attachment A-Responsible Contractor Verification and Certification of Compliance. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on February 21 ,2018. If Bidder Is: A Corporation Corporation Name: Lametti & Sons, Inc. (SEAL) State of Incorporation: Minnesota Type(General Bus • Pfifessional,S e,Li ' lability): General By: , (Signature) Name(typed or printed): Daniel J. Banken Title: Vice President Attest I isa Navin (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): 16028 Forest Blvd. N. Hugo, MN 55038 Phone No.: (651)426-1380 Email.: danb@lametti.com BID FORM ®2018 Stantec 1193803929 004110-5 An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Email.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O.Box#'s): Phone No.: Email.: ®2018 Stantec 1193803929 00 41 10-6 BID FORM BIDDER'S QUALIFICATION STATEMENT 1.The Name,Address,and Phone Number of the Bidder. Name: Lametti & Sons Inc. Address: 16028 Forest Blvd. N. P.O. Box 477 Hu•o MN 55038 Phone: (651 ) •- 2.Years in Business: •' • 3.References of comparable lift station projects with earth retention systems or restricted excavation methods used. Attach as separate if necessary. Date of Construction Name of project Owner Contact Information ( 7 S t / K GS-!-GC" -Yget g 20lg c✓, /C Sc-hie 4'/.2 -32 $ -/f ici c� 17 CES w.," / GS/ r 7S5.- 3Y7Cj V�rio v I,.JLSS L TQM G$/- '/GS - SYS 4.Each Bidder shall enter in the spaces provided the name of major subcontractors he proposes t. -mploy and classification or type of work they will perform in earth retention system or restricted excavation design and construction. WORK SUBCONTRACTOR E TR IL 5.Such additional information as will assist the Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. Attach as separate if necessary. BID FORM 00 41 10-7 ©2018 Stantec 1193803929 reb authorizes and requests any person,firm or corporation to furnish any information requested by the 6.The undersignedvhey Owner in verification of the recitals comprising this statement of Contractor's qualifications. If a partnerser which you do hip,state 7.Statand thtrue, ss fexact,correct,and complete name orae o pa,sate the name of the President and Secretary. If name.) s,business, and the es of all partners.the place of businam (If a co p the names of all hat this trade information be furnished.ames of the individuals who do business under absolutely necessary Lametti & Sons, Inc. Correct Name of Bidder (a) The Business is a Cor•oration (b) The address of principal place of business is: 16028 Forest Blvd. N. P.O. Box 477 Hu•o MN 55038 (c) Phone Number 651 426-1380 (d) The name of the corporate officers,partners,or individuals doing business under a trade name,are as follows: Fred R. Chase - President Daniel J. Banken -Vice President Dated atI-lLIg MN this 21St day of Febr uaN 2018 • Dan': J .:anken -Vice .sid- By 1211 -_ / Attest MAI END OF DOCUMENT BID FORM 0041 10-8 ®2018 Stantec 1193803929 SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2018 SUNNYSIDE SANITARY LIFT STATION Minn.Stat. § 16C.285,Subd.7.IMPLEMENTATION. ...any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 3 or fails eri theproject that it meets or tthoseiteria work not the project... responsible contractor and is not eligible to be awarded a construction contract fo "Responsi Minn.Stat.§ 16C.285,Subd.3.RESPONSIBLEorms to the CrONTRACTOR,Monsibility INNIMU tents inhe sol cERIA document boleits contractor"means a contractor that 11 portion of the work on the project and verifies that it meets the following minimum criteria: The Contractor: (i)is in compliance with workers'compensation and unemployment insurance requirements; (ii)is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii)has a valid federal tax identification number or a valid Social Security number if an individual;and (iv)has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. The contractor or related entity is in compliance with and,during the three-year period before submithas not ting the o 77.44, violated on,has not oCod section 29, 7.24, 177.25, 177.41 sections201 to 219,torlUn t d States,C del title 40, sectionsd3141 to violated United States Code, 3148. For purposes of this clause,a violation occurs when a contractor or related entity: (i)repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year pe (ii)has been issued an order to comply by the commissioner of Labor and Industry that has become final; nte period by the Department of (iii) has been issued at least rpa men b determinationtwo the contractor or related entity to its own employees; Transportation finding an underpay Y (iv)has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v)has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor tat have become final or have been upheld by an administrative law judge or the Administrative Review esenting a construction worker as has been on liablefnran erpayment of action brought in wages court having juriiisd ct jurisdiction. Provided that,if the contractor or an independentced entitycontests contractor a in bythe Department of Transportation in a contested related entity contests a determination of underpayment case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 004113-1 ©2018 Stantec 1193803929 (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification,has not violated section 181.723 or chapter 326B. For purposes of this clause,a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise,or veteran-owned business goals,due to a lack of good faith effort,more than once during the three-year period before submitting the verification;* * Any violations,suspensions,revocations,or sanctions,as defined in clauses(2)to(5),occurring prior to July 1,2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions,agencies,or political subdivisions;and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses(1)to(6). Minn.Stat.§ 16C.285,Subd.5.SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of theAsigned verifications ractorsod f compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). prime subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A 0041 13-2 ©2018 Stantec 1193803929 • Minn.Stat.§ 16C.285,Subd.4.VERIFICATION OF COMPLIANCE. ruin authority r verifying compliance with each of the ontrmum criteria in contractorA responding to a solicitation document oCe contracting authority shall submit to the cont a signed P an owner or off a signed statement under oath by ent. subdivision 3 at the time that it responds to the solicitation duff�ent to demonstrate that a contractor statement. esponsible Failure to contractors A contracting andshall authority may heldacdea sworn statementrdga false statement ineligible inible to befi awarded ionof the minimum criteria or a false statement under oath in a verification of shall not be liableofor awarding a contract in reasonable reliance on verifyocompliance with any one Bance shall render the prime contractor or subcontractor that makes acomp for which the verification was submitted. construction contract on the project A coin Bance with any of the minimum criteria may result in termination ofa constructionfalse statementcontract ounder that has already P rime contractor or subcontractor that submits onus abalse me . contt ac already shally been awarded to a p to award a contract or terminating d statement. A contracting authority not be liable for declining with the minimum criteria or falsely on a reasonable determination that the contractor failed to verify compliance stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company,and I swear under oath that: 1)My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn.Stat.§16C.285, 2 I have included Attachment A-1 with my company's solicitation response,and if m company is awarded a contract,I will also submit Attachment A-2 as required. 3) Y c / Printed Name: • Authorized •• :� ' of Own 1 +ff,11111 / Daniel J. Banken Date: Title: 02121118 Vice President Company Name: Lametti & Sons, Inc. Swo to . subscribed before me this 2 t :y of Feb-- r ,2018. 1"111111- 'cF��t��� gni ESOTA yr u i7J ��° Expires Jan 31,2Q19 ��E. My Commission Exp' � , Public -"""""""--�--- My Commission Expires::____0:1129:19 ` contractor responds to solicitation document, a mini NOTE: Minn. Stat.ora § 16C.285, Subd. 2, (c) If only one prime sono a atso even if the mum contracting authority may award a construction contract to the responding prime criteria in subdivision 3 are not met. BID FORM ATTACHMENTO 3 ©2018 Stontec 1193803929 ATTACHMENT A-1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE:2018 SUNNYSIDE SANITARY LIFT STATION t it intends to retain for work on the project.Submit this form Minn.Stat.§ 16C.285,Subd.5. A prime contractor or subcontractor cntractor shall include in its verification of compliance under th subdivision 4 a list of all of its first-tier subcontractors s with the Bid Form. FIRST TIER SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located 4rnissilMAIff mi i 111111111111111111111111111111 111111111111111111111111111111 1111111111111111111111111111 111111111111111111111111111111111 BID FORM ATTACHMENT A 0041 13-4 ©2018 Stantec 1193803929 Certification of Compliance with the Minnesota Worker's Compensation Law Name Doing Business As Lametti & Sons, Inc. Print your full name Print business name,if different than your name Address 16028 Forest Blvd. N. , P.O. Box 477 Hugo, MN 55038 Print Mailing Address Print City or Town Name Print State Name Zip Code Telephone Number (651) 426-1380 Type of business General (For example:bldg construction;trucking) Worker's Compensation Insurance Company Name Travelers Print full nnmP of InsurnncP Cnmpciny (Nat ynur Agent) Policy Number DTEUB-4B31827-6-17 Print full number Dates of Coverage 04/01/2017 through 04/01/2018 Print starting date Print ending date -OR- I certify that I am not required to carry worker's compensation insurance because: (check one) I am a sole proprietor or partner and I have no employees. I have no employees who are covered by the worker's compensation law. (Only employees specifically exempted by statute are not covered by the worker's compensation law. These included:Spouse; Parent; Children, regardless of age; and farm labor employees of a family farm that spent less than$8,000 for labor in the previous calendar year. All other workers whose work activity is controlled by the employer must be covered.) I understand that the information provided about will b erified by the Minnesota Department of Labor and Industry,and that I am subject to a$1 penalty if the information provided is false. I certify that the inf tion pr is ac ur and complete. Signed by Date 02/21118 Daniel . Banken-Vice President This Form must Be Completed and Submitted with Your Proposal 00 64 00-1 ■ Lametti & Sons , Inc . 1111 s Resolutions to Sign Contracts RESOVLED,that the following corporate officers of Lametti& Sons,Inc. are hereby authorized and empowered to enter into contracts in the name of, and behalf of the corporation. This includes contracts and bonds. Fred R. Chase President Daniel J.Banken Vice President • Such powers are to remain in effect until modified by corporate resolutions. The undersigned hereby certifies that he is the duly elected and qualified Secretary of Lametti& Sons, Inc. a corporation duly formed pursuant to the laws of the state of Minnesota and that the forgoing is a true record of a resolution duly adopted at a meeting of the Board of Directors and that said meeting was held in accordance with state laws and the bylaws of the above named corporation on June 1,2014,and that said resolution is now in full force and effect without modification or rescission. IN WITNWESS HERE OF,I have executed my name as Secretary and have hereunder affixed the corporate seal of the above named corporation the 1'day of June,2014. �► • A A Kyle J. Lam'tti- Secretary 16028 Forest Boulevard North P. 0. Box 477 Hugo, MN 55038 651/426-1380 Fax: 426-0044 Equal Opportunity Employer bi Document A3107M — 1970 Bid Bond KNOW ALL MEN BY THESE PRESENTS,that we (Here insert full name and address or legal title of Contractor) Lametti & Sons, Inc. P.O. Box 477 Hugo, MN 55038 as Principal,hereinafter called the Principal,and (Here insert full name and address or legal title of Surety) Hartford Accident and Indemnity Company One Hartford Plaza, T-4 Hartford, CT 06155 a corporation duly organized under the laws of the State of Connecticut as Surety,hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) Oak Park Heights as Obligee,hereinafter called the Obligee, in the sum of Five Percent(5%)of the Amount of the Bid Dollars($ 5% ),for the payment of which sum well and truly to be made, the said Principal and the said Surety,bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for (Here insert full name, address and description of project) Oak Park Heights-Sunnyside Lift Station Improvements NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void. otherwise to remain in full force and effect. Signed and s ed this 21st day of February, 2018 Lametti & (Principal (Sial) ( tness) • (Title) G - // 1—vvG if?J /' 411rawl Hartford Accident and Indemnity Company � \ (Surety) ( ness) lam/[ t . 4,1-47-1.4 _ (Title) Melissa M. Nordin (Seal) Attorney-in-Fact AIA Document A310TM—1970.Copyright©1963 and 1970 by The American Institute of Architects. INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF ss COUNTY OF On the day of , , before me personally appeared to me known to be the person(s) described in and who executed the foregoing instrument, as Principal(s), and acknowledged to me that he executed the same as his/her/their free act and deed. (Notary Seal) CORPORATE ACKNOWLEDGMENT STATE OF giltle.,SO4— I �" ss COUNTY OF aSYkl' 70,1 On the 21st day of February, 2018, before me personally appeared J �fG j`n,,,., to me known, who being by me duly sworn, did say that he/she is the Vice_ K•esi. 'szJ of Lametti & Sons, Inc., the corporation described in and which executed the foregoing instrument; that he/she k •ws the seal of said corporation; that the seal affixed to said instrument is such corpor.to seal; -.t it was so affixed b , der of the -.. _ 7 -• -- - - . • • -• •••• and that he/s - sig -: his/he na _ : , .y like order9. „? KRIS A MCPHEE <.-;c,y�ee;; NOTARY PUBLIC-MINNESOTA / , +.ol My Commission Expires Jan 31,2019 ......- (Nota eal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA ss COUNTY OF Hennepin On the 21st day of February, 2018, before me personally appeared Melissa M. Nordin to me known, who being duly sworn, did say that he/she is the aforesaid officer or attorney-in-fact of the Hartford Accident and Indemnity Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. .," ' Oe layll, (Notary Seal) -- '`0'"'. NAME ALEMDAR �- _ " NOTARY PUBLIC-MINNESOTA Vis., My Commission Expires "`-+',s.>' January 31,2021 Direct Inquiries/Claims to: THE HARTFORD BOND,T-12 POWER OF ATTORNEY Or HartfordConnecticut Plaza cut0 Hartford,Connecticut 06155 Bond.Claims(a thehartford.com call:888-266-3488 or fax:860-757-5835 Agency Name: AMERICAN AGENCY INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 41-711314 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited Name Alemdar, Melissa M. Nordin, Jeffrey Settem, Terry Starks, Alan Starks of ST LOUIS PARK, Minnesota their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. jelo #1;41',„,'") � �, '` . �1- �� Frani+ • '••rx�► 'i.19T9>P-`i9s iD70 .:� I9Y9 r;s' � t!'G'F; 'fie �, 'F. ;%. ,• ♦ "'.' iii•'-�' • ••�"••.'•'x ucvis• w'n+r+' --R..i`•r /11/1'' 177 „," John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;,that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. „rpm:r Nora M.Stranko _ Notary Public t CERTIFICATE My Commission Expires March 31,2018 ! I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of the 21st day of February,2018. Signed and sealed at the City of Hartford. o LQ* �l I ° fit+ e"ra s } 1%7 •• i • 511 S..Sa 3. • /yrxo• ::i2 • ,.r Kevin Heckman,Assistant Vice Presi' ' POA 2016