Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Untitled (2)
r Stantec Consulting Services Inc. 2335 Highway 36 West St.Paul MN 55113 Tel: (651) 636-4600 Sta ntec Fax: (651) 636-1311 PI April 14, 2014 `" Eric Johnson City of Oak Park Heights al) Jo 14168 Oak Park Boulevard O' Oak Park Heights, MN 55082 C re Re: 2014 Street Reconstruction l5 Project No. 193801994 Return of Original Bids 11416 Dear Mr. Johnson: Enclosed are all of the original Bids and Bid Securities that were received on the above- referenced Project. Please retain these original bids as information for your auditors. We have retained a copy of all bids for our files. Sincerely, STANTEC CONSULTING SERVICES INC. ‘060146 Cathy White Administrative Coordinator Enclosures Design with community in mind BIDDER: OZU/CCti 6"t(11:::r- DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date 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,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 Biddina Documents. 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. Bi, der 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. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM A -.,, .. :, _ Thy,Aiddu� eats.are generally sufficient to indicaterarad convey-understdniing..o£-ali- s.aia s,pr 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 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. Nnthinn in this nnrnnronh is intended to restrict Rieirier's rinhts to rhnllenne n rnntrnct ni usu innt to lnw 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.E 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. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS 1 MOBILIZATION LS 1 $ 000 £y -) °U> 00 2 TRAFFIC CONTROL LS 1 $ `T500 $ T C0 3 TEMPORARY MAIL LS 1 $ CPS $ I D 4 INLET PROTECTION EA 34 $ 1 2r).6° $ oec, 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ G $ . 6 REMOVE LANDSCAPING LS 1 $ 5oco Q, $ 'CA cO 7 REMOVE SIGN EA 50 $ Ti-" $ 621:00-G) 8 REMOVE STREET SIGNS EA 21 $ 'i'6° $ 9 SALVAGE AND REINSTALL SIGN EA 55 $ 12sc $ 66 5' 10 REMOVE TREE EA 45 $ 126-611 $ 1 41025"Cc) 0 2014 Stantec 1 193801994 00 41 10-2 BID FORM 11 REMOVE RETAINING WALL LS 1 $ 2.006,a) $ 40 12 REMOVE BOLLARDS LS 1 $ 600 $ 600.4° 13 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ /4060,°' CDI $ !o! co REMOVAL 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ $s $ 35I1C0j.4° 5 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ �f•2 $ 3660.°° 3 7s" eo 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ $ 34 • Q�� 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ Gt0 $ 840i.474) 00 .�Q,� 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ '' $ �U m 19 REMOVE CONCRETE WALK SF 1000 $ 1'� $ 1600.4° 20 REMOVE GRAVEL DRIVEWAY SY 260 $ / $ 046 CC 21 COMMON EXCAVATION (P) CY 22270 $ 6' $ 1561322. 22 SUBGRADE EXCAVATION(CV) CY 4800 $ 1,5° $ at, 4) 23 AGGREGATE BASE,CLASS 5 TN 24900 $ 1 1* I $07q6)3/0 24 SELECT GRANULAR BORROW (MODIFIED) TN 9500 $ Il'")'.5D $ 11, 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ 4C0 $ S0O•c° AGGREGATE AND FILTER FABRIC �p/ � 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ 3,3 5- $ ,q�l G 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ ._07 5 $ 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ 69,6 5 $ 9 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 365 $ I l(7'0 b $ 401)IO 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $ 1 /O'O& $ (9(,bV ')D 31 6'CONCRETE DRIVEWAY SF 3050 $ 5,co o $ f br 1 7/%6° 32 8618 CONCRETE CURB AND GUTTER LF 1480 $ q1 56 $ (U,° ° oa 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ '6© $dO6122�J g 34 CONCRETE WALK SF 2000 $ 5,5o $ I b 000.Od 35 CONCRETE PEDESTRIAN RAMP SF 200 $ 9.00 $ i)goo ' O 36 TRUNCATED DOME SURFACE SF 60 $ 5�?`® $ di I&Q%on 37 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 900 $ 3. $ 3�Za FIBER BLANKET ©2014 Stanfec 1 193801994 00 41 10-3 BID FORM 1 38 HYDROSEED WITH MULCH SY 28600 $ t. $ 5q oa 39 SELECT TOPSOIL BORROW CY 1570 $ °00 $11 31 1 e 40 SIGN PANELS SF 58 $36 i®Q $c,(/ns 41 STREET NAME BLADE SIGNS EA 21 $ 33 6Q $ t ,%36 rW �0 42 12"SOLID WHITE STOP BAR LF 215 $ Q i OD $ I 132o r 43 STREET SWEEPER(WITH PICKUP BROOM) HR 115 $ lCO $ I,Sots_°° TOTAL PART 1 STREETS $ li 6 85, ti7il 5 PART 2:WATER MAIN 44 TEMPORARY WATER SERVICE LS 1 $ D2c1c0 o° $ .201605.co 45 REMOVE WATER MAIN LF 7150 $ L�� $ 115 = 46 ABANDON WATER MAIN LF 950 $ .26 O° $ l7jCx.°° 47 REMOVE WATER SERVICE LF 2425 $ 1 a' $ a425:°" 48 REMOVE HYDRANT EA 14 $ 3.d.J a0 $ 42 •`v 49 REMOVE VALVE AND BOX EA 31 $ aCXD $ IOZCO•°° 50 ROCK EXCAVATION-WEATHERED CY 60 $ C0 $ .2040.4° 1 51 ROCK EXCAVATION-HARD CY 30 $ 82.°C) 2-i60$ . 52 SAND CUSHION LF 700 $ � J50 $ (( 1 fi0 00 rf 53 IMPROVED PIPE FOUNDATION LF 815 $ 3,6.0 $0, 1 ?col 15C) 54 CONNECT TO EXISTING WATER MAIN EA 11 $ LCM' $ // YO. 55 6"DIP WATER MAIN,CLASS 52 LF 6010 $ 42.25" $ 25-3 12•so 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ z_ht,03 $ ' 9i !(c4-'1 57 DIRECTIONAL DRILL 6"PVC,C900 WATER MAIN, LF 620 $ 39,,,,25 $ c 1 ! '5' INCLUDING DUAL TRACER WIRE 58 6"GATE VALVE AND BOX EA 38 $ /2410P13 164.640 CO 59 8"GATE VALVE AND BOX EA 9 $ lw2s6O $ - i t 5:e° 60 WATER MAIN OFFSET-6" EA 4 $ • .26e0.4° $ ACOb•m 61 WATER MAIN OFFSET-8" EA 3 $ -3 too.6° $ 1? d) ©2014 Stantec 1 193801994 00 41 10-4 BID FORM Pr - , 62 HYDRANT EA 21 $ 35a0•a° $ 6d/s:iib•(%) 63 ADJUST HYDRANT EA 5 $ V50•e° $ 1426-03 64 DUCTILE IRON FITTINGS LB 4160 $ ?ZS-- $ V1(6 65 INSULATION-4"THICK SY 240 $ 6Z•Cc) $ 6 I/ 66 1"CORPORATION STOP EA 99 $ 110.°° $ 1'0ji w'c° 67 1"CURB STOP AND BOX EA 99 $ o?70. $ al.0,?30-°'° 68 1"TYPE"K"COPPER PIPE LF 2750 $ o�/� .ZS $ r_' 50 69 2"CORPORATION STOP EA 2 $ 'SOD $ glao' 70 2"CURB STOP AND BOX EA 2 $ 59d co $ !1610` co 71 2"TYPE"K"COPPER PIPE LF 130 $ 40 $ SZ 'ot� 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ 70:14) $ 64/40.00 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ 5,A1.5" • $ i26: 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ /500.6c) $ A `0C) 75 REPLACE WATER METER EA 8 $ / 60•cc) $ 12,�'°D TOTAL PART 2 WATER MAIN $ 51002•5o PART 3:SANITARY SEWER 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ gi'acb $ - =6•4° 77 REMOVE SANITARY SEWER PIPE LF 380 $ /Pc' $ m 78 ABANDON SANITARY MANHOLE EA 3 $ 6L1D•6° $ /at-e° 79 ABANDON SANITARY SEWER PIPE LF 200 $ .26-ec. $ 1/63)•d 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ (da)•CO $ (ac-c)-co 81 REMOVE SANITARY MANHOLE EA 22 $ 0`Oa $ Cc666 G° 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ 5.7-422 $ 12,2 °x' 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ 65•p6 $ at 39)-(39 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ 7G)-4:1 $ 211 25x.°0 85 8"X4"PVC WYE EA 9 $ 1 $ 1110fD ©2014 Stantec 1 193801994 00 41 10-5 BID FORM .5e4 00 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ $a 0. 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ 72.0i° $ 4,50' 88 IMPROVED PIPE FOUNDATION LF 70 $ 3 , !O $eR L 6'.''''' 89 4'DIAMETER SANITARY SEWER MH EA 23 $ 332s.°° $ 70,T 15«' 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ 4/225:°° $ 4zzs 91 SANITARY MANHOLE OVERDEPTH LF 77 $ 115°D $ I 1.11 .°D 92 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 26 $ ■ °O° $ I3`©[n-°O RINGS 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ 3110° $ 1-(6360' ser 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ 30'W $grli 07010 CO TOTAL PART 3:SANITARY SEWER $ ( k?,051 PART 4:STORM SEWER /�� 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 $ /60'D $ 46).CO 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ SW.a") $ $loo•oo 97 REMOVE STORM SEWER PIPE LF 647 $ g.� $ �`�� 98 12"RCP STORM SEWER,CL 5 LF 800 $ 38 1S $ 311Q(o,e0 99 15"RCP STORM SEWER,CL 5 LF 1065 $ 31.°' $ 1Z ___ 100 18"RCP STORM SEWER,CL 5 LF 1590 $ .71.40 $ all9 4600 101 21"RCP STORM SEWER,CL 4 LF 95 $ � $ 'ea 102 24"RCP STORM SEWER,CL 4 LF 70 $ .'S7•4° $ 3/53.41) 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ /12-5--c°ZS-c° $ 157/60S0 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ o3 ac) $ 4/160. 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 3(6-02ap $ 123-00.ao 106 2'x3'CATCH BASIN EA 32 $ i357-14° $ 434 2tY3,441) 107 18"RCP FLARED END SECTION EA 1 $ 14° $ - `zs.cl° 108 24"RCP FLARED END SECTION EA 1 $ 1100°D $ L WI C° 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ dC $ a y� co 2014 Stantec 1 193801994 00 41 10-6 BID FORM I 110 FURNISH&INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ •Gt) $ afeO*6° 1 1 1 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ 6omm" $ °cai op 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ oC.O•a) $ S0CC 113 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $ ("700E4° $ A ` 114 DRAINAGE SWALE GRADING LS 2 $ 7 c cb6" $ (5,bCO'C° 115 CLASS III RIP RAP CY 30 $ /5 $ 2 D° TOTAL PART 4:STORM SEWER $3 5; ( 22 PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS ,�..�,,,,^^ 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS 1 $ ��� W.eb $ 3600.4° WATER MAIN IMPROVEMENTS ,r��,�,((�� C/ CO'TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS 1 $ ,, t W'dc $ 3�7CO' 00 IMPROVEMENTS 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ l-°C $ Zezo 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ Z'� $ .6° 120 AGGREGATE BASE,CLASS 5 TN 250 $ ().t0© $ 1 DOVID oo 121 REMOVE WATER MAIN LF 1025 $ /• $ fO2S61c) 122 ABANDON WATER MAIN LF 930 $ ° e)•c° $ /4 6416.6t' 123 REMOVE WATER SERVICE LF 200 $ i'� $ ��•� 124 REMOVE HYDRANT EA 4 $ $ /2a .al 125 ABANDON HYDRANT EA 2 $ 0- "00 $ •� 00 126 REMOVE VALVE AND BOX EA 7 $ Q06- $ 1 a 127 ROCK EXCAVATION-WEATHERED CY 20 $ 34 ��• 128 ROCK EXCAVATION-HARD CY 20 $ 8.�-a° $ i/o/Z 129 SAND CUSHION LF 200 $ C2,50 $ -5-60 A Cti/ 130 IMPROVED PIPE FOUNDATION LF 40 $ 3,50 $ 1-I6 61) 131 CONNECT TO EXISTING WATER MAIN EA 2 $ `on.ct° � $ . 132 6"DIP WATER MAIN,CLASS 52 LF 330 $ 47.25- $ 4592.°) 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ 5 L'co $ j 620.4) 0 2014 Stantec 1 193801994 00 41 10-7 BID FORM � oc 134 6"GATE VALVE AND BOX EA 4 $ 12� $�__ 135 8"GATE VALVE AND BOX EA 1 $ Cc. $ t40267-`t' I 1 Co vo• 35 136 HYDRANT EA 2 $ $ Lc.(.. 137 ADJUST HYDRANT EA 1 $ 8'50•CQ $ S,eb 138 DUCTILE IRON FITTINGS LB 500 $ ri•Z6 $ 3l025P5 139 INSULATION-4"THICK SY 0 $ 62' $ 140 1"CORPORATION STOP EA 5 $ /JO $ 56Ose0 141 1"CURB STOP AND BOX EA 5 $ 60 $ 1 .° ai 142 1"TYPE"K"COPPER PIPE LF 225 $ 'ZS $ TO 'f 44 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ lo-c° $ 3 }°0 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ 10.00 $ 1AUV'M TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER MAIN $17 IMPROVEMENTS r ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD 145 MOBILIZATION LS I $ 3,1 00,C6 $ 146 TRAFFIC CONTROL LS 1 $ ', 000 00 $ II COO)00 147 REMOVE STORM SEWER LF 160 $ $ f`80•41) 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ $ V.0(• 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ OD $ 41ZGiJ 150 AGGREGATE BASE,CLASS 5 TN 650 $ 1,2„25 $ 77gtli,50 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ 5. 35 $ 90q).a 5 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 410 $ 6a?, U 5 051 7b8- 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ 5•bO $C)Wo 50'W °� 154 15"RCP STORM SEWER,CL 5 LF 70 $ $ at�0• 155 18"RCP STORM SEWER,CL 5 LF 30 $ '11° $ /5112.0° 156 21"RCP STORM SEWER,CL 4 LF 60 $ 14•C° $ 2760'° 157 15"RCP FLARED END SECTION EA 2 $ 76-0,C1) $ 1650,4°r ©2014 Stantec 1 193801994 00 41 10-8 BID FORM II 158 18"RCP FLARED END SECTION EA 2 $ 4//6.4C $ /9.93.C° 159 21"RCP FLARED END SECTION EA 2 $ ilea el9 $ -.22( a) 160 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 2500 $ S' $ i`JkJ�� FIBER BLANKET 161 SELECT TOPSOIL BORROW CY 300 $ 6,?I`j'©© $ $)9o0,003 162 SIGN PANELS SF 13 $ 56 •o® $ A1J'co 163 12"SOLID WHITE STOP BAR LF 25 $_ C6'e-.')O $4200' 164 STREET SWEEPER (WITH PICKUP BROOM) HR 5 $ 40 GO $ TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ OS( r q3/75 ROAD ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS 165 MOBILIZATION LS 1 $n?,OW.et $07.,COO.te) 166 TRAFFIC CONTROL LS 1 $ O .00 $ C C005,03 d� p GO 167 REMOVE TREE EA 3 $ 30°- $ 1 C ) t* 168 REMOVE WATER MAIN LF 250 $ l' $ " 169 IMPROVED PIPE FOUNDATION LF 25 $ j r 5 0 $ 3 7.50 170 6"DIP WATER MAIN,CLASS 52 LF 250 $ 9•ZS $ 1ala1es"' 171 DUCTILE IRON FITTINGS LB 200 $ Ia $ 2�W 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ 7 $ 12x5-a' 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ $ 2046.6° FIBER BLANKET g toco 174 HYDROSEED WITH MULCH SY 800 $ 2'‘. $ °2 `0) 175 SELECT TOPSOIL BORROW CY 150 $ (13'00 $LI 0)06•6® TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $345A__60 AVENUE NORTH-WATER MAIN IMPROVEMENTS \ ALTERNATE 3-WEAR COURSE PAVING IN 2015 -2 f MOBILIZATION LS 1 $ 5560,CO $ 5)00,00 1/1 TRAFFIC CONTROL LS 1 $ $ '60 I� yea ADJUST FRAME,RING,AND CASTING EA 60 $ .2.2.5 $ 1 3,500•cO CO 2014 Stantec 1 193801994 00 41 10-9 BID FORM (t'> ,o) 2.1 12;5 O.) ADJUST VALVE BOX EA 52 175°O 900.00 C'O 1*- DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ 3 BID ITEM#26 10 „WI DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)- TN -3220 $ 045 $d'°z@ff:? ,+i BASE BID ITEM#28 3 19 1 1 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $J,5o $ r,of I$?aril TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)-2015 TN 3220 $ 66 '7o $?21. 141:,aOO 1U\ 1'82 1T SOLID WHITE STOP BAR LF 215 $ V=a© $ (t lie"CF6 TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 _.AAalth BASE BID SUMMARY: 1� TOTAL PART 1 STREETS Sit 6a4;114?'75 TOTAL PART 2 WATER MAIN $ 791 Otto( '50 TOTAL PART 3:SANITARY SEWER $ oj 'c90 TOTAL PART 4:STORM SEWER $ 14; 1401,©0 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $1I3:1 I 1 V15 MAIN IMPROVEMENTS 431[ ) TOTAL BASE BID $i. ) 160 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $ /O 9'13.75 TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN $3e "9 00 IMPROVEMENTS c, TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ : 4'9-01;.;3. e2a Ce. i ©2014 Stantec 1 193801994 00 41 10-10 BID FORM 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. 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 al/^1Li ,2014. If Bidder Is: A Corporation I -�/ 1 ' Corporation Name: /11--t 23E Vr l 1 EAL) State of Incorporation: W I 3023,i1--- 1 l' Type(General Business, •rofessi>jor ervice,Limited Liability): CQ ! TL(40 (Signature) Name(typed or printed): Title: JI (4-eft—t- Attest / of ./ 4.i ! I �.i iii _ ! (CORPORATE SEAL) (Si• at = Corporate Secretary) Business Street Address (No P.O.Box#'s): /lc JyhAii/ . 1_Dant(2.7l 52/-74 Phone No.: /57562e-4/4/ Fax No.: _/ /5l 4 g Email: ki'Yu Q( (a aC ry ®2014 Stantec 1 193801994 00 41 10-11 BID FORM An Individual Name(t ed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Fax No.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or prin d): Business Street Address( P.O.Box#'s): Phone No.: Fax No.: ©2014 Stantec 1 193801994 00 41 10-12 BID FORM PENAL SUM FORM BID BOND Any singular reference to Bidder, Surety,Owner,or other party shall be considered plural where applicable. BIDDER (Name and Address): A-1 Excavating, Inc. P.O. Box 90 Bloomer, WI 54724-0090 SURETY (Name and Address of Principal Place of Business): Merchants Bonding Company 2100 Fleur Dr Des Moines, IA 50321 OWNER (Name and Address): City of Oak Park Heights, Minnesota 14168 Oak Park Boulevard BID Oak Park Heights, MN BID Due Date: February 21, 2014 Project (Brief Description Including Location): 2014 Street Reconstruction BOND Bond Number: Bid Date (Not later than Bid due date): February 21, 2014 Penal sum: Five Percent of Bid Amount***************** 5% of amount bid (Words) (Figures) Surety and Bidder,intending to be legally bound hereby,subject to the terms printed on the reverse side hereof,do each cause this Bid Bond to be duly executed on its behalf by its authorized officer,agent,or representative. BIDDER SURETY A-1 Excavating, Inc. ( Merchants Bonding Company (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal y: .� By: ��1i-_�∎. Signature and Title �,/Q Signature and Title Robert Do ney Attorney-In-Fact (Attach Power of Attorney) r Attest: A 4 it I /i ` l/NL_ Attest: Signature••. 171111, 0.1 Signature an. • itle Molli J.Hansenss Note: Above addresses are to be used for giving required notice. EJCDC NO.C-430(2002 Edition) 00430-1 Prepared by the Engineer's Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Constructioin Specifications Institute. PENAL SUM FORM 1. Bidder and Surety, jointly and severally bind 7. Any suit or action under this Bond shall be commenced themselves, their heirs, executors, administrators, only in a court of competent jurisdiction located in the state successors and assigns to pay to Owner upon default of in which the Project is located Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Surety's liability. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on 2. Default of Bidder shall occur upon the failure of Bidder the face of this Bond. Such notices may be sent by personal to deliver within the time required by the Bidding delivery, commercial courier, or by United States Documents (or any extension thereof agreed to in writing by Registered or Certified Mail, return receipt requested, Owner) the executed Agreement required by the Bidding postage pre-paid, and shall be deemed to be effective upon Documents and any performance and payment bonds receipt by the party concerned. required by the Bidding Documents. 9. Surety shall cause to be attached to this Bond a current 3. This obligation shall be null and void if: and effective Power of Attorney evidencing the authority of 3.1. Owner accepts Bidder's Bid and Bidder delivers the officer, agent, or representative who executed this Bond within the time required by the Bidding on behalf of Surety to execute, seal, and deliver such Bond Documents (or any extension thereof agreed to in and bind the Surety thereby. writing by Owner) the executed Agreement required by the Bidding Documents and any 10. This Bond is intended to conform to all applicable performance and payment bonds required by the Bidding Documents,or statutory requirements. Any applicable requirement of any 3.2. All Bids are rejected by Owner,or applicable statute that has been omitted from this Bond shall 3.3. Owner fails to issue a Notice of Award to Bidder be deemed to be included herein as if set forth at length. It within the time specified in the Bidding any provision of this Bond conflicts with any applicable Documents (or any extension thereof agreed to in statute, then the provision of said statute shall govern and writing by Bidder and, if applicable, consented tc the remainder of the Bond that is not in conflict therewith by Surety when required by Paragraph 5 thereof), shall continue in full force and effect, 11. The term "Bid" as used herein includes a Bid, offer, or 4. Payment under this Bond will be due and payable upon proposal as applicable. default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. EJCDC NO.C-430(2002 Edition) 00430-2 Prepared by the Engineers'Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Construction Specifications Institute. MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, Chris Steinagel; Christopher M Kemp; Connie Smith; Eric Olson; Michael J Douglas; Robert Downey of Hudson and State of Wisconsin their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead, to sign,execute,acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION($5,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance, 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." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 7th day of November r 2013. ,r •/ �1•,•a04 • 0. RP09q A9y. MERCHANTS NATIONAL BONDING,INC.TUAL) F o�;NJ 4 p`s • �. O • 0;; 2003 'n -0.•' 1933 Y: BY a/of-, STATE OF IOWA r�,,.�`` '•. 1'• COUNTY OF POLK ss. ""'!woo- President On this 7th day of November , 2013,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is 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. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. MARANDA GREENWALT etC62eL.el 14601 Commission Number 770312 ' My Commission Expires ow October 28,2014 Notary Public,Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, WVlliam Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., 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 and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this di day of Fel,ruo r-3 y • ,••"*7. . { :Off. 'P0' ••t' :Z• Secretary 1933 .c•• POA 0014 (11111) -., y,�•...... •;;�< ��.'• •• ly 1•. • BIDDER: �Ul r�rI Ues, y''�C { Stantec DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date p^ PLrl�tci t 5 ZO ! 7 i- O 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,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 Biddina Documents. 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, 1. 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. 0 2014 Stantec 1 193801994 00 41 10-1 BID FORM } 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 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. Nnthinn in this nnrnnrnnh is intanriPri to restrirt Ririrlar's rinhts to chnllanna n cnntrnrt nursunnt in Inw 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. INo. Item Units Qty Unit Price Total Price I BASE BID: 1 PART 1 -STREETS 6 ��. �� 1 MOBILIZATION LS 1 $I,� a 3 $ /S` a 2 TRAFFIC CONTROL LS 1 $ ?Z2,t-13 $ ��� 3 TEMPORARY MAIL LS 1 $ l20 $(1 U j a l c' 4 INLET PROTECTION EA 34 $ /pi 5 2. $2363. g S 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ '^1 v L� $ 5 Oa 6 REMOVE LANDSCAPING LS 1 $ ✓ 3u17,62 $ 3 -! 2 b 7 REMOVE SIGN EA 50 $ 3 Z, 09 $ 160,1 50 8 REMOVE STREET SIGNS EA 21 $ 5 3„,(4 $ I i 23, 0K 9 SALVAGE AND REINSTALL SIGN EA 55 $ ` / 7 $ 35 2_c)'35 10 REMOVE TREE EA 45 $ J 20, r6 $? / -I 3 v, 70 ©2014 Sfantec 1 193801994 0041 10-2 BID FORM I P , re 11 REMOVE RETAINING WALL LS 1 $320&6o $3`a5• 6O 12 REMOVE BOLLARDS LS 1 $ 1 l 1-2, 35 $ i (-I T2 35 13 CLEARING AND GRUBBING, INCLUDING LARGE STUMP LS 1 $ 6q-S1.. 97 $ 6 9 S1 i 9 2 REMOVAL / �/ 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ i t 39 $ � ?,-/ 7,00 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ 2 ,-2-6 $ 1 62?. Z 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ I. / $ `57 S 2, 60 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ 3, 2 J $ 67'-//,_00 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ 3 :2_ / $ J S ` "+go 19 REMOVE CONCRETE WALK SF 1000 $ 0 i s 3 $ S V t 00 20 REMOVE GRAVEL DRIVEWAY SY 260 $ /g `' 2 $ ` .2T 2-a 21 COMMON EXCAVATION(P) CY 22270 $ < < 23 $. ) ?3, 2-60. 60 3 22 SUBGRADE EXCAVATION (CV) CY 4800 $ 7. '73- $ 3 ? 3 19.00 23 AGGREGATE BASE,CLASS 5 TN 24900 $ 2,91 $ 19 6f 95'9. G o 24 SELECT GRANULAR BORROW (MODIFIED) TN 9500 $ 6 �S $ 6Gf o2_5• G 0 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ 11 o ) $ 11,90 0, 00 AGGREGATE AND FILTER FABRIC 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ 2 i 2 $ 6--r/q 73,00 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ 6 2,00 $ 199.16y0100 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ ? /, " G $ 22 i'/.C Z O.0 0 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 365 $ I 5+ 00 $ 52 ,ZS,00 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 31 6"CONCRETE DRIVEWAY SF 3050 $ 512.9 $ 1613(4,5'0 32 B618 CONCRETE CURB AND GUTTER LF 1480 $ f 9 $ 1 i-16.32. 2-0 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ 9i / Li $ 2- 0 I 7 ?i 2_0 34 CONCRETE WALK SF 2000 $ L`e ?I'(y $ /5-2_o, c O 35 CONCRETE PEDESTRIAN RAMP SF 200 $ 1 ' 2 9 $ /05.4 '''..0 v 36 TRUNCATED DOME SURFACE SF 60 $ 32_ ,.09. $ ]192$, 14d 37 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 900 $ i 3 ) $ 2/ _)3,00 FIBER BLANKET ©2014 Stantec 1 193801994 00 41 10-3 BID FORM 1 38 HYDROSEED WITH MULCH SY 28600 $ F 1 0 $ 3 v g8,V o 39 SELECT TOPSOIL BORROW CY 1570 9.r J 2-9( U 40 SIGN PANELS SF 58 $ 3 2 -L $ $ 2- / 20., / 41 STREET NAME BLADE SIGNS EA 21 $ 336. 90 $ 70711190 42 12"SOLID WHITE STOP BAR LF 215 $ $ a` u Ot 30 43 STREET SWEEPER(WITH PICKUP BROOM) HR 115 $ 1 5 l. i $ / -233V, i 0 TOTAL PART 1 STREETS / I • + i /f40 Oggf .V 4' PART 2:WATER MAIN Q ) 44 TEMPORARY WATER SERVICE LS 1 $ 1_ 15 508,2%% i 5� 50(}Qs z- 45 REMOVE WATER MAIN LF 7150 $ ` + �ir $ t- 2 0112,,0 0 46 ABANDON WATER MAIN LF 950 $ / 2-t 10 $ 4 1,6 V,5, 00 47 REMOVE WATER SERVICE LF 2425 $ 2..6 ? $ 6t-1711,L_/, ?$ 48 REMOVE HYDRANT EA 14 $ 2-I /r 9/ $ 2-9 1'4, Ti 49 REMOVE VALVE AND BOX EA 31 $ I O V r {,5 $ . $)(S. t/5 50 ROCK EXCAVATION—WEATHERED CY 60 $ 104+95 $ 6'4120 0 51 ROCK EXCAVATION—HARD CY 30 $ + v $ `v` 0. o 52 SAND CUSHION LF 700 $ 2 a 6 $ /t ' 9a 00 53 IMPROVED PIPE FOUNDATION LF 815 $ 3 i ` $ 310(-i K 1 0 54 CONNECT TO EXISTING WATER MAIN EA 11 $ 962.. 53' $ / 0,53K 33' 55 6"DIP WATER MAIN,CLASS 52 LF 6010 $ 35-143 $21 $ 3331.' 3° i ]i 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ I-12, 78" $ 0 2 Il L1'15, 2_0 57 DIRECTIONAL DRILL 6"PVC,C900 WATER MAIN, LF 620 $ 55 t g2. $ 3 /j(IV"I a z-i O INCLUDING DUAL TRACER WIRE � ���`�� $ /�! �/ 58 6"GATE VALVE AND BOX EA 38 $ 46 73g', -°l C( 59 8"GATE VALVE AND BOX EA 9 $ (G57, 7 $ /-Y (1 a" a V 2 60 WATER MAIN OFFSET—6" EA 4 $ 3369, 03 $_4 3,�4 f C, / 2 61 WATER MAIN OFFSET-8" EA 3 $ ,95 !. 2 <$ 1/, U 7/ i issI ©2014 Stantec 1 193801994 00 41 10-4 BID FORM a! RANT EA 21 36591 U I $ ?` +'g2' 69 62 HYDRANT $ 63 ADJUST HYDRANT EA 5 $ 73 2,k, $ 36.6,3, 15 64 DUCTILE IRON FITTINGS LB 4160 $ '7, 3,3 $ 30f L 92.s 0 65 INSULATION-4"THICK SY 240 $ L-15, 1-1C $ t ",9t0, `- O 66 1"CORPORATION STOP EA 99 $ `j' �/ $ 1 9,551, / /14.14 t 97, i."s �} 1 67 1"CURB STOP AND BOX EA 99 $ 3 '55/5/ $ 3 li 2 3 w` ` ' 68 1"TYPE"K"COPPER PIPE LF 2750 $ Z 6'3 6 $ 72-,(190,00 69 2"CORPORATION STOP EA 2 $ vD O, 21 $ 36. 2_ , 5a 1 70 2"CURB STOP AND BOX EA 2 $ 1 J $ 2,8'3,0L/� 71 2"TYPE"K"COPPER PIPE LF 130 $ 35J ss 3 $ L t6 V S 7 9 72 CONNECT TO EXISTING WATER SERVICE EA 92 $l ?r 38' $ 2 + 5 w r 'I v 1 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ �l`�1''+ 20 $ 2-J1 ©,�/o 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ 160t4, 30 $ / 2_7 v 3-r-k D 75 REPLACE WATER METER EA 8 $ 51 J C// $ £ 5' 014 TOTAL PART 2 WATER MAIN $ ?� 9Z?, PART 3:SANITARY SEWER f 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ I u 6/•C{/ C$ 1N0+ $0 I < 77 REMOVE SANITARY SEWER PIPE LF 380 $ 1 ; .55 $ 2--C)3?.00 78 ABANDON SANITARY MANHOLE EA 3 $ 6 2 5,6q- $ / 7 7 0 79 ABANDON SANITARY SEWER PIPE LF 200 $ ' S c '37 $ 2_6"214.0a 1 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ 1-11.2.9 $ q511,29 81 REMOVE SANITARY MANHOLE EA 22 $ 1 y, ` $ 12-19L-` /, 2 u 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ 3a+ 35 $ 6955. 25 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ 35 : 116 $ 6 ?3 `, V O 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ s'.5-5, 63 $ ? 3369, $ 7 85 8"X4"PVC WYE EA 9 $ 2? 5" $ 2.502 , 72 ©2014 Stantec 1 193801994 00 41 10-5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ 15,CqC1 $ iC012 ,2C0 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ 33g ►9" $ 3032, l ` 88 IMPROVED PIPE FOUNDATION LF 70 $ 1 i' $ _7 n® 89 4'DIAMETER SANITARY SEWER MH EA 23 $ (-15'4,5,52,$ /0145146 9G 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ I v 2-t-l a !O $ °0/z "0, 78 91 SANITARY MANHOLE OVERDEPTH LF 77 $ 2-9q1/2 $ Z2-6q 7, 2 I 92 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 26 $ £ 1`` 22 $ i605,1-, 7 2 RINGS (^� U 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ 2 O t $ L 603,14 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ 2_6.. 60 $ '41i F60. / O TOTAL PART 3:SANITARY SEWER $ )Z6/ `7 v PART 4:STORM SEWER / 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 $ `j�"r/1 6 I'/� $ (✓/ /6 C.0/ 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ 3214. 31/ $ / O l��S•U 97 REMOVE STORM SEWER PIPE LF 647 $ 1 2, 3 0 $ 7955'; 1 0" 98 12"RCP STORM SEWER,CL 5 LF 800 $ .2.-C, ?y $ 1 2 I, 3 412+v 99 15"RCP STORM SEWER,CL 5 LF 1065 $ Z-C31a •/ $ ?G, /9z ./0 100 18"RCP STORM SEWER,CL 5 LF 1590 $ I t U $ 5`�/593. '" 101 21"RCP STORM SEWER,CL 4 LF 95 $ 3 7. 2 ` $ 3$ '" " ,65 102 24"RCP STORM SEWER,CL 4 LF 70 $ LIZ, 25 $ z 157,50 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ r " 7 1t 6V $ V 3$3 12. 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ ZO ,59 $ I?1, 1 F 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 2.'v 0, 29 $ 556' 1 f.58* 106 2'X3'CATCH BASIN EA 32 $ 176.7641, ( 3 $ sC'-` ?), 3 v 107 18"RCP FLARED END SECTION EA 1 $ 5'v 11 5 i $ SC / I s 1 108 24"RCP FLARED END SECTION EA 1 $ S' 21 J,S $ ©2 i 15 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ 227, as $ I-136,3,Cg' ©2014 Sianiec 1 193801994 00 41 10-6 BID FORM � t d 4 6 110 FURNISH&INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ -2S'• $ Li G 23° 3 / 1 1 1 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ " 1/' 7? $ ?Ill 1, VG 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ G" / $ L/3C ` 1 6 315, S 1 13 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $ 1 $ a 7"ze,92 114 DRAINAGE SWALE GRADING LS 2 $ ` (0 i VW $ 2-566,V 115 CLASS III RIP RAP CY 30 $ 72, 0/ $ 2- 3/0,30 TOTAL PART 4:STORM SEWER $ 3 3 g 525, 3 6 PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS �� �� ��� � ���`9� 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS 1 $ $ WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS 1 $ 3101,65 $ 310L65" IMPROVEMENTS i 2_?�C)1 00 `118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ L $ 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ 1` /2 9 $ 2? D,0 0 I 120 AGGREGATE BASE,CLASS 5 TN 250 $ 1 93' $ 2.21-1 5 O 0 121 REMOVE WATER MAIN LF 1025 $ 5 ,531 $ 602).00 122 ABANDON WATER MAIN LF 930 $ 1 t 6 $ .5 q17'50 123 REMOVE WATER SERVICE LF 200 $ t 6 7 $ 5 3-C- 00 124 REMOVE HYDRANT EA 4 $ Z 13,9/ $ c(35. Cti Q+ 125 ABANDON HYDRANT EA 2 $ -2_ 13 .9/ $ -l2?, V 126 REMOVE VALVE AND BOX EA 7 $ ‘06(60' $ '2143'11'65 127 ROCK EXCAVATION-WEATHERED CY 20 $ l 06), S $ - •�/J(2+oo 128 ROCK EXCAVATION-HARD CY 20 $ 1 ?i6 9 $ ae 2 r3 S5.0 • 129 SAND CUSHION LF 200 $ ` 2 v $ 539, 00 x 130 IMPROVED PIPE FOUNDATION LF 40 $ 1 .?/f $ / 1-49460 131 CONNECT TO EXISTING WATER MAIN EA 2 $ q‘2624 $ ! P e-- 132 6"DIP WATER MAIN,CLASS 52 LF 330 $ 35,1'3.'3 1 IT22$ I ` ' 0 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ XI212$ $ C\ Ss 01 6O ©2014 Stantec 1 193801994 0041m-7 BID FORM 134 6"GATE VALVE AND BOX EA 4 $ /229.9 $ q9 1 ` ,?01 135 8"GATE VALVE AND BOX EA 1 $ lG5r7> 28- /652, 2 136 HYDRANT EA 2 $ 3691 ' l $ 7379, 7s- 137 ADJUST HYDRANT EA 1 $ ` ?2,63 $ -2 32,C3 138 DUCTILE IRON FITTINGS LB 500 $ 7 t 33 $ 36C5, 0 0 139 INSULATION-4"THICK SY 0 $ 50,00 $ 0,00 140 1"CORPORATION STOP EA 5 $ ` 7'2(n $ c1 Ni 3 O 141 1"CURB STOP AND BOX EA 5 $ 315, 5 / $ /s 7 ',)s,•5 142 1"TYPE"K"COPPER PIPE LF 225 $ � - f L/ 1 $ 5755, 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ 2 C 233" $ / 3 `Li t ?o 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ 2.C. 6 0 $ 6 O L `j O a-a TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER MAIN $ 1 2-l( f 26,0 7 ■ IMPROVEMENTS ALTERNATE 1 •VALLEY VIEW PARK ENTRANCE ROAD /� f 145 MOBILIZATION LS 1 $ 300 0,cos 3 0 00..0 0 146 TRAFFIC CONTROL LS 1 $ 5 314, ? ) $ 53'1` 77 1 1 147 REMOVE STORM SEWER LF 160 $ 1 2-t 3 0 $ / q V c•V a 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ 11. 1 C/ $ 5 CGS , ` 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ `- t 6 C $ 903 t go 150 AGGREGATE BASE,CLASS 5 TN 650 $ v °5 6 $ 5 5 ''mil 1 1 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ 2- 12- $ $ : /t> 75 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 410 $ G 1, 0 0 $ 250/6.00 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ 7 LO 0 $ 171 (0, 00 154 15"RCP STORM SEWER,CL 5 LF 70 $ 29‘t J Ll $ / 955-3 <yo 155 18"RCP STORM SEWER,CL 5 LF 30 $ 3 / , " $ 5,56/.670 156 21"RCP STORM SEWER,CL 4 LF 60 $ 322 7 $ 2 36-I Zo 157 15"RCP FLARED END SECTION EA 2 $ SSG'R 1 $ / 1 0 i.62. 2. ©2014 Stantec 1 193801994 00 41 10-8 BID FORM / � /// d e. 158 18"RCP FLARED END SECTION EA 2 $ -54 / $ //?3 �- 159 21"RCP FLARED END SECTION EA 2 $ L2 (C-/---- $ /c77(7 .5":=77 160 SEEDING,INCLUDING SEED, FERTILIZER,AND WOOD SY 2500 $ / $ 3Sar) FIBER BLANKET .^/� 161 SELECT TOPSOIL BORROW CY 300 $ $ l 162 SIGN PANELS SF 13 $ Y7 Y3 $ Lig6 oy 163 12"SOLID WHITE STOP BAR LF 25 $ /I _t $ 1./.o 164 STREET SWEEPER (WITH PICKUP BROOM) HR 5 $ /ST $ / TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ 9Y5 / 51 ROAD • ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE • NORTH-WATER MAIN IMPROVEMENTS 165 MOBILIZATION LS 1 $��/ O $ ef'Z' � i`77 �'"� 77 � 166 TRAFFIC CONTROL LS I $ 3 / $ ✓ �� 9.167 REMOVE TREE EA 3 $ 3�- $ 168 REMOVE WATER MAIN LF 250 $ –' $ /44-7 O 169 IMPROVED PIPE FOUNDATION LF 25 $ ,Yaf $ /0-7 170 6"DIP WATER MAIN,CLASS 52 LF 250 $ 355----83 $ g'?:-5-7 171 DUCTILE IRON FITTINGS LB 200 $ / ' $ / / J e . /D 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ 315' $ I 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ C7 $ / . FIBER BLANKET �y 174 HYDROSEED WITH MULCH SY 800 $ / r— $ /��� 4"(' -- 175 SELECT TOPSOIL BORROW CY 150 $ /C? $ ' c - 7// TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $ 7/( AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 CO -7 �� 174 MOBILIZATION LS 1 $ `� $ ` �r 175 TRAFFIC CONTROL LS 1 $ / $ /SP?-S 176 ADJUST FRAME,RING,AND CASTING EA 60 $ ( T/`' $ /c9- 0-1) ©2014 Stantec 1 193801994 00 41 10-9 BID FORM 1 177 ADJUST VALVE BOX EA 52 F Ji '�7�© '- 178 DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ 'F--1-'- $ ' 37� BID ITEM#26 7o --- _��5-Yc — 179 DEDUCT DUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN -3220 $ $ BASE BID ITEM#28 ,t p /��{�� 180 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $ �, $ - 7 'r`� 181 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)-2015 TN 3220 $ 73' $ 0-3---7 c)co 5:5-)- Sc, 182 12"SOLID WHITE STOP BAR LF 215 $ $ 437 7 — S-0 TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 3 /S O`er BASE BID SUMMARY: P-P. TOTAL PART 1 STREETS $/aaO s-g/ �- G g TOTAL PART 2 WATER MAIN $ s --7%.'"") // o0.5.--. • TOTAL PART 3:SANITARY SEWER $ c36 � . r TOTAL PART 4:STORM SEWER $ 3. e �a-5-- 7 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $ /c /. .:2-47'. .:2-47' MAIN IMPROVEMENTS TOTAL BASE BID $ )/2 )3 2 5462 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $ / / `==[ 6 IS-.TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN $ c7a 9// IMPROVEMENTS /� .$O TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ / �0( IJO ©2014 Stantec 1 193801994 00 41 10-10 BID FORM r I v kg k:r fz 4Ty 1f 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. 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 / ,2014. If Bidder Is: A Corporation Corporation Name: ✓ •v l ES ---ft RLr C State of Incorporation: Type(General Business,Professional,Service,Limited L'c.l1ifyf\ ‘1//4 ,,,ddl■ — By: ,Pr (Signature) • Name (typed or printed): /r / M'( j Title: Tf) 4 Attest ` _ ,am CORPORATE SEAL) (Signature of Corporate Sec;'•ti4 y) Business Street A,4 (11 `�b ll A) SSA 741 Phone No7 3 4a0 igg 4 Fax No.: / 4 '3 %2 W4, . Email: / ) / - , ®A�eD �e /0ES faUC_ Gam_ ©2014 Stantec 1 193801994 00 41 10-11 BID FORM An Individual Name(typed or printed): q3 By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Fax No.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address (No P.O.Box#'s): Phone No.: Fax No.: ©2014 Stantec 1 193801994 00 41 10-12 BID FORM ie. A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name(typed or printed): • Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name(typed or printed): Title: Business Street Address (No P.O.Box#'s): Phone No.: Fax No.: Phone and Fax Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual,partnership,and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT i!:r ©2014 Stantec I 193801994 00 41 10-13 BID FORM THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Hardrives, Inc. 14475 Quiram Drive, Rogers, MN 55374 as Principal, hereinafter called the Principal, and Western Surety Company 333 S. Wabash Ave., Chicago, IL 60604 a corporation duly organized under the laws of the State of SD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Blvd, Oak Park Heights, MN 55082 as Obligee, hereinafter called the Obligee, in the sum of Five percent of the amount of the attached bid Dollars($ 5% of bid ), 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 2014 Street Reconstruction 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 materials 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 , 2014', /4J/ LJ Hardrives, Inc. rincipel) ^ (Seal) t)L,(i; _ L�,)�,e;,�,v' i ( f {� � 8y: I (Title) Bradley R. Mehlhaff, Treasurer Western Surety Company (Surety) (Seal) (Witness) -- � om -in-Fact Jer e T. Ouimet (Title) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 1 ACKNOWLEDGMENT OF CORPORATION State of MINNESOTA ss. County of HENNEPIN On this 21st day of February ,20 14 before me appeared Bradley R. Mehlhaff to me personally known,who,being by me duly sworn,did say that (s)he is/are the Treasurer of Hardrives,Inc. ,a corporation,that the seal affixed to the forgoing instrument is the corporate seal of said corporation, (If no seal,so state,and strike out above as to corporate seal)and that said instrument was executed in behalf of said corporation by authority of its Board of Directors;and that said Bradley R. Mehlhaf f acknowledged said instrument to be the fr-e act and deed of said corporation. s MELINDA LEE RACKETY ► � 11P Notary Public • ,� r Minnesota • Notary Public 51kincmitAL, County, NI N ■ My ommission Expires January 31,2015 My commission expires lcw. 3 It lot ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this 21st day of February ,2014 before me appeared Jerome T.Ouimet to me personally known,who being by me duly sworn,did say that she is the Attorney-in-Fact of Western Surety Company 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 Jerome T.Ouimet acknowledged said instrument to be the free act and deed of said corporation. Notary Public Ramsey County, MN My commission expires 01/31/2015 x LIN ULVEN NOTARY FUELtC-MINNESOTA '''.24.44%,..1.1, MY COMMISSION I SPIRES JAN 31.2015 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 Bruce N Telander, Donald R Olson, R Scott Egginton, John E Tauer, Linda K French, D R Dougherty, Jack Cedarleaf H, Kurt C Lundblad, Craig Remick,Jerome T Ouimet, Roger W Frank, Nicole Nelson, Rachel Thomas, Joshua R Loftis, Brian J Oestreich, Melinda C Blodgett,Individually of Minneapolis,MN,its true and lawful Attorney(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 9th day of May,2013. ? �c WESTERN SURETY COMPANY eel O14j�;D z °°EAR'a ?,O, �qII 'I �iLL.. aul T.Bruflat,Vice President State of South Dakota 1 Jj ss County of Minnehaha On this 9th day of May,2013,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. My commission expires # J.MOHR June 23,2015 iargurgueu K $�� AKOTA Q2:711 Ca 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 on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 21st day of February ,2014. co'RTP,� WESTERN SURETY COMPANY z %,,!:‘,4.7 < • L.Nelson,Assistant Secretary Form F4280-7-2012 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 corporate name of the Company by the President, Secretary,and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary,or the Treasurer 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. r - Stantec BIDDER: �'�♦ COIF DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date c9 — 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 n a d carefully studied(or accepts the consequences for not doing so) all ( p q g ► 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 Biddina Documents. 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. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM r 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 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. Nnthinn in this nnrnnrnnh is intPnrieri tn rPstrirt Rir1NPr's rinhts tn chnlIPnne.n cnntrnct nura innt tn Inw 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. INo. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS 1 MOBILIZATION LS 1 $ iGb $ -Z-Z5 . G� 2 TRAFFIC CONTROL LS 1 $ /2000. va $ /ZCOO . 60 3 TEMPORARY MAIL LS 1 $ / s-00.'oy° $ ( 3-00.. 0" 4 INLET PROTECTION EA 34 $ Z w�Go $ 6 Q CC) 60 J ? � 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ Z • 3 U $ •� SOD' a 6 REMOVE LANDSCAPING LS 1 $ 5UU pb $ 3 0O,so) 7 REMOVE SIGN EA 50 $ 30. 66 $ / 6(94 d® 8 REMOVE STREET SIGNS EA 21 $ 30,06 $ 6 " Cab 9 SALVAGE AND REINSTALL SIGN EA 55 $ I J a� $ (/ `ter GJ 10 REMOV E EE EA 45 $TREE O 6C� 6 ,co G $ 2014 Stantec I 193801994 00 41 10-2 BID FORM 1 11 REMOVE RETAINING WALL LS 1 $ 7,s-60, 65 $ 7r60, ob 12 REMOVE BOLLARDS LS 1 $ 31 2A 46ft' $ 5001 dO 13 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ 70,0014(O $ 30tZ6, 6Q REMOVAL 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ Z- 73-- $ /13, f7.. oO 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ �. b J� $133 Z .�� 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ Y. 60 $ 33926 -6.9 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ S• '544 $ `I SJ C-) • 00 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ `O c0 $ 50715 ,, 6 � 19 REMOVE CONCRETE WALK SF 1000 $ Z . 60 $ '�`•^� cOO Ob 20 REMOVE GRAVEL DRIVEWAY SY 260 $ 1,OO $ 2390 • 60 21 COMMON EXCAVATION (P) CY 22270 $ (4 16 D $ Z041 999. 60 22 SUBGRADE EXCAVATION (CV) CY 4800 $ - 0! $ 1 O • co 23 AGGREGATE BASE,CLASS 5 TN 24900 $ / i• CP $ 37"9 COO.at) 24 SELECT GRANULAR BORROW (MODIFIED) TN 9500 $ a 0` $ 4i v• 4e) / -�' 1 �f, Q° 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ / 2 '`� V $ 3/ Z`�Vr AGGREGATE AND FILTER FABRIC / j 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ ) c $ b 4 D- 7 (fib CO'. 6* 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ CS , $ �OZ 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ 72 ' $ 9Y0. S t) 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 365 $ Q �b $ D ' D 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $ /Z.- 65° $ 7 ,5-0 . G a SF 3050 $ 5. $ /6 C.-1/ � O z,� 31 6"CONCRETE DRIVEWAY � 32 8618 CONCRETE CURB AND GUTTER LF 1480 $ /0•7 S $ /5-9/O�. 6D 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ /0., Z� $ /"0 ° ( O� 34 CONCRETE WALK SF 2000 $_ 3_ ,CO $ '700°4 " 1 35 CONCRETE PEDESTRIAN RAMP SF 200 $ 5.J,0 $ / 1O0. 64 ■ 36 TRUNCATED DOME SURFACE SF 60 $ YZ 4-01) $ ZJ ZO t) 37 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 900 $ J. UW $ Z700 or FIBER BLANKET ©2014 Stantec 1 193801994 00 41 10-3 BID FORM ' 38 HYDROSEED WITH MULCH SY 28600 $ / 2 c $ .7S-7: Qv 39 SELECT TOPSOIL BORROW CY 1570 $ z2' Jai $ 1147(713-74 60 (� V 40 SIGN PANELS SF 58 $ SS: '° )('$ J 6 `4• � 41 STREET NAME BLADE SIGNS EA 21 $ Z-19r Ob $ 5‘ 70/ dV 1 42 12"SOLID WHITE BAR LF 215 $ � . �_ $ 13 Y7, Jb 43 STREET SWEEPER(WITH PICKUP BROOM) HR 115 $ • d I $ /• / r- TOTAL PART 1 STREETS $ i' g a, Z3 9 6 f PART 2:WATER MAIN 44 TEMPORARY WATER SERVICE LS 1 $ O(7 6' $ /C./SW' 45 REMOVE WATER MAIN LF 7150 $ Se SO $ 39, JL.�� 46 ABANDON WATER MAIN LF 950 $ /1• -5-° $ ,�Q'T!_--2—rte 47 REMOVE WATER SERVICE LF 2425 $ . b $ 6O6Z. �� 48 REMOVE HYDRANT EA 14 $ ZOO $ Z. ?f OO �4 °' /� aa 49 REMOVE VALVE AND BOX EA 31 $ $ 3 106 50 ROCK EXCAVATION-WEATHERED CY 60 $ /03 ' $ 600 51 ROCK EXCAVATION-HARD CY 30 $ /Z S ✓ J$ 3 J c /' 52 SAND CUSHION LF 700 $ � *_Z .S� $ `7 SO 53 IMPROVED PIPE FOUNDATION LF 815 $ . 56 $ Zg •17 J 54 CONNECT TO EXISTING WATER MAIN EA 1 1 $ -7 O0 I $ 9966? / 3 7 ? `_ J 55 6"DIP WATER MAIN,CLASS 52 LF 6010 $ 33 f $ (.,,©l 3J✓ . o C 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ 1/0 ...---- $ //3 106 . ea 57 DIRECTIONAL DRILL 6"PVC,C900 WATER MAIN, LF 620 $ ,S-Z.6 ei $ 3 Z. zyD INCLUDING DUAL TRACER WIRE / f 58 6"GATE VALVE AND BOX EA 38 $ /-/CO $ / 3'7°°' 0 G b 59 8"GATE VALVE AND BOX EA 9 $ / S 6 � $ / ,�< YO. 60 WATER MAIN OFFSET-6" EA 4 $ 3/SD $ /Z 00 `� 61 WATER MAIN OFFSET-8" EA 3 $ 3761 �i $ 1/ ,dO J / ©2014 Stantec 1 193801994 0041 10-4 BID FORM 62 HYDRANT EA 21 $ 3 7 156 $ 7 z`1`- do 63 ADJUST HYDRANT EA 5 $ 6 9- $ 37 Ob 64 DUCTILE IRON FITTINGS LB 4160 $ 6 - 51:5- $ WC. CD 0 65 INSULATION-4"THICK SY 240 $ I • $ 70 zoo,450 66 1"CORPORATION STOP EA 99 $ / 8 J — $ /9,7/37° 67 1"CURB STOP AND BOX EA 99 $ Z.?J • 0° $ 7.9 zos: 60 68 1"TYPE"K"COPPER PIPE LF 2750 $ `q 6 C. $ 6 7 7 J . J t9 0 69 2"CORPORATION STOP EA 2 $ 7 3—v- `° $ l6 • 70 2"CURB STOP AND BOX EA 2 $ 6O0' Oo $ /ZOO. 6o 71 2"TYPE"K"COPPER PIPE LF 130 $ 3 3 -(b $ y g SS. 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ Z`'© G� $ 7:3000 66 G° .Z OCT°, oa 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ 4/0 . $ 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ /500" $ 1-2-°0° - °6 75 REPLACE WATER METER EA 8 $ O O 60 $ O0 " TOTAL PART 2 WATER MAIN $ 9?4727- 5va PART 3:SANITARY SEWER G O 6b f$ ! 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ q)-7 5 77 REMOVE SANITARY SEWER PIPE LF 380 $ 00 $ /900. iD 78 ABANDON SANITARY MANHOLE EA 3 $ 5g r: CA' $ / ZJ ' 79 ABANDON SANITARY SEWER PIPE LF 200 $ f Z s. $ Z S•D�d 4-/S l?J �V GD 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ 0' $ c J 81 REMOVE SANITARY MANHOLE EA 22 $ 550 ® $ /Z i00 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ ?O •Z $ 0��3• �� 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ 3: J r $ Q Z9 7 5 (�Q a� 3/ ZCO J 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ I� $ 85 8"X4"PVC WYE EA 9 $ S° $ 1 3 cp ©2014 Stantec 1 193801994 00 41 10-5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ Z l'•Z6 $ - 5�O2 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ ?i $ e 0 88 IMPROVED PIPE FOUNDATION LF 70 $ $ Z�v r~ 89 4'DIAMETER SANITARY SEWER MH EA 23 $ 1 Z 50 6 D $ 1 ` 50 t 4 (`�b 7 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 S `?S GI J J ` S-' Gd sS 91 SANITARY MANHOLE OVERDEPTH LF 77 $ Z"7 ^�u $ Z//7S. 92 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 26 $ ‘0°' 4O $ j 5 Oa a D RINGS D s 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ C)QQ $ / 7L." � � �Z qi _ 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ $ TOTAL PART 3:SANITARY SEWER $ t 1� '2. Z' PART 4:STORM SEWER $ ���9'. Ov 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 $ 9s" 00 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ 3S $ /D AC 2 97 REMOVE STORM SEWER PIPE LF 647 $ fi S"o $ 74Na 98 12"RCP STORM SEWER,CL 5 LF 800 $ I $ ?Q Off, 99 15"RCP STORM SEWER,CL 5 LF 1065 $ Z‘ S b $ p 7 �b t9 7 7 30Z . 3-o 100 18"RCP STORM SEWER,CL 5 LF 1590 $ z `• $ (� '7 r 101 21"RCP STORM SEWER,CL4 LF 95 $ �ye g $ 330 Y 102 24"RCP STORM SEWER,CL 4 LF 70 $ ai $ Z l CD 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ / 7r0�y $ 7 `t O " D ad 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ /9S0 $ 390 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ �� `�' $ ZOO. 106 2'x3'CATCH BASIN EA 32 $ /6 Sato° $ 5z goo,aU 107 18"RCP FLARED END SECTION EA 1 $ � �© $ Z- " 108 24"RCP FLARED END SECTION EA 1 $ 75O■00 $ j g'6°, 11© 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ 670 $ q©94` i D ©2014 Stantec 1 193801994 00 41 10-6 BID FORM 110 FURNISH &INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ 47 7 S, 0 0 $ b JLA 14 111 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ 39-�Ga $ 6q30, 45‘) j f 3`" 45v lc' 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ .57S`�• $ f O 113 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $ /gr.• d 0 $ /702a °. ' " / �o 114 DRAINAGE SWALE GRADING LS 2 $ 5 $ /q©oo 115 CLASS III RIP RAP CY 30 $ g5 •G° $ Z.3:56` 6° TOTAL PART 4:STORM SEWER $ 3/2, - / - Z. PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS 1 $ /es U j, 75 $ /Z-57-r�• ' WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL STAGECOACH TRAIL WATER MAIN LS 1 $ Soo $ .coo, " IMPROVEMENTS �+ 60 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ J . q2,-- $ /1 2 O 0. 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ 5• -73 $ 1/ roo+ " 120 AGGREGATE BASE,CLASS 5 TN 250 $ ' v I $ Z. -C° 121 REMOVE WATER MAIN LF 1025 $ • J `) $ 5637 52 122 ABANDON WATER MAIN LF 930 $ //'‘'5°. /'b $ i°234".6 123 REMOVE WATER SERVICE LF 200 $ Z " 516) $ .50 od 124 REMOVE HYDRANT EA 4 $ Zoo, €J $ 260. 10 125 ABANDON HYDRANT EA 2 $ j( +0. 6° $ --7 �.�'O r 0� }! V ��CJ ? /'P-V)- 126 REMOVE VALVE AND BOX EA 7 $ / r�o� C D $ 700 o 127 ROCK EXCAVATION-WEATHERED CY 20 $ J60•b° $ r600- 4° 128 ROCK EXCAVATION-HARD CY 20 $ /z5 G') $ X500. OD 129 SAND CUSHION LF 200 $ ' J v $ 5°6) " S I U 4')130 IMPROVED PIPE FOUNDATION LF 40 $ 3 • $ • 131 CONNECT TO EXISTING WATER MAIN EA 2 $ 9D0. G o $ /S700, Co 132 6"DIP WATER MAIN,CLASS 52 LF 330 $ -33 . - $ // 05-`x+ 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ 0' $ ©2014 Stantec 1 193801994 00 41 10-7 BID FORM 134 6"GATE VALVE AND BOX EA 4 $ it f a. 6© $ I/ ° O �a . 135 8 GATE VALVE AND BOX EA 1 $ / 55-0M a $ /cr()% 4\3 136 HYDRANT EA 2 $ 79roa 6d $ 69004 6 137 ADJUST HYDRANT EA 1 $ 6 O `r- 0 $ L7 .9f o 138 DUCTILE IRON FITTINGS LB 500 $ 6 ; $ 3 </Z- • d° 139 INSULATION-4"THICK SY 0 $ CIS: 60 $ 140 1"CORPORATION STOP EA 5 $ ?l `��6 U $ 9 Z l• IP d 141 1"CURB STOP AND BOX EA 5 $ 'z9✓ $ /Y73 6 142 1"TYPE"K"COPPER PIPE LF 225 $ Z7- 7 $ 5.5-0, 7 , /Z.0 d/° 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ G U $ f Q O Ap 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ -7-7 00 OD $ j Vo• TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER MAIN $ /a /____ • IMPROVEMENTS 1'12-7, 567/' 6 cw ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD 145 MOBILIZATION LS 1 $ L,7 ,G O $ d©. G ��y. e° 146 TRAFFIC CONTROL LS 1 $ 5.00./� $ 50, 4 3 147 REMOVE STORM SEWER LF 160 $ /� ,S O $ i 949. 4e 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ 6, /O $ 3o yZC' qt 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ I. 9S $ z.12 . 73- 150 AGGREGATE BASE,CLASS 5 TN 650 $ $ 6 . -s 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ l ` C-° $ J/00• G b //^^ J, Go Z6.- Y. a� 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 410 $ L7 $ 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ 7 S, GD $ 1t)7 5-0. 60 154 15"RCP STORM SEWER,CL 5 LF 70 $ ZC_.5--l7 $ /r v s GO 155 18"RCP STORM SEWER,CL 5 LF 30 $ Z7, 99/. f6 156 21"RCP STORMSEWER,CL4 LF 60 $ 3q. 9,3 $ z ° /• ea 157 15"RCP FLARED END SECTION EA 2 $ 5 IS:O(3 $ /613b o e ©2014 Stantec 1 193801994 00 41 10-8 BID FORM 'AI 158 18"RCP FLARED END SECTION EA 2 $ 5ZJ a:6# $ /P , " (....e,159 21"RCP FLARED END SECTION EA 2 $ J 7�_a�b $ ` /$O 160 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 2500 $ / i f $ 37JI0' da FIBER BLANKET 161 SELECT TOPSOIL BORROW CY 300 $ Z 2• sSJb $ 9, - c&. 6O 162 SIGN PANELS SF 13 $ sj,s^. 00 $ �,^�n_ 00 7-0061°163 12"SOLID WHITE STOP BAR LF 25 $ Lam✓ $ 5 • 4U 164 STREET SWEEPER (WITH PICKUP BROOM) HR 5 $ - o J $ • 0s- TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ ii 9 369. 20 ROAD 4. ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS �y 6 0 / ^'� yam 165 MOBILIZATION LS 1 $ GQ(,�/. $ j `�• i v 166 TRAFFIC CONTROL LS 1 $ 500. 6° $ 500, e 167 REMOVE TREE EA 3 $ `(Y)O 60 $ 3OX" (Ps 168 REMOVE WATER MAIN LF 250 $ J b $ 137C4; 169 IMPROVED PIPE FOUNDATION LF 25 $ 4, DO $ /OD. O ) 170 6"DIP WATER MAIN,CLASS 52 LF 250 $ J?,_b $ O ``' 61 171 DUCTILE IRON FITTINGS LB 200 $ 6 Ic 3J $ !3 !`0 do 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ /Z.S-6 $ 397 ` ` ✓6 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ 3 ,Q O $ ?yJW. ea FIBER BLANKET 174 HYDROSEED WITH MULCH SY 800 $ / • Z----- $ /doa 56 175 SELECT TOPSOIL BORROW CY 150 $ S, 51) $ 077s DO TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $ 3133 Z' .rb AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 //�) L/�j�,,�� 17 ? MOBILIZATION LS 1 $ �J�. 6 'r.6b $ 6690• d0 177 TRAFFIC CONTROL LS 1 $/006. 441 $ j�l (,i • 00 /� 11 ADJUST FRAME,RING,AND CASTING EA 60 $ V' 60 $ Z 4 COO. 414) ©2014 Stantec 1 193801994 00 41 10-9 BID FORM 17f ADJUST VALVE BOX EA 52 3 Z 5 c I' fo It0 DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ - 0V $ 3-3 ZS: by BID ITEM#26 qQ / / . DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)- TN -3220 $ 2 . 617 $^ ` t O"'Yd� L� BASE BID ITEM#28 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $_ (ZOO $ -7/6 66 i 9' TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) -2015 TN 3220 $ 7,S • 66 $ 7(//, J' ° 1,14 12"SOLID WHITE STOP BAR LF 215 $ f O C v $ Zi CO. Do TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 63,r. 6 4) BASE BID SUMMARY: TOTAL PART 1 STREETS "{-, �1"�7 (-12,?•.`) j $ ?6 TOTAL PART 2 WATER MAIN I� $ g S O ZZ3 • 6 TOTAL PART 3:SANITARY SEWER $_3117_2_S?. ZS— TOTAL PART 4:STORM SEWER $ 3/z s76 . TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $ J 2. 7,`i") j MAIN IMPROVEMENTS TOTAL BASE BID c.," TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH—WATER MAIN $ ���� J b IMPROVEMENTS {� TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 93 U,[ . 02014 Stantec 1 193801994 00 41 10-10 BID FORM 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. 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 ebrw,e�/ �J ,2014. If Bidder Is: / A Corporation Corporation Name: / "G tJ 4©„ 6Ar Qr/15 G ( EAL) State of Incorporation: !' L j1)ne5 Type(Ge I Business,Professional,Servic • ited Liability): C/e By: Name(typed or printed): j s ift !'"l i 1 fi t,11 Title: V/ Attest CORPORATE SEAL) (Signature rCorporate Secreta Business Street Address(No P.O.Box#'s): 1?f (;� cOU got,(0 /7 Y ci 7a).- E/K p qr 111/11575-330 Phone No.: 74Y-Y?" 1 I- 576 Fax No.: 74,3 + 9 Email: 1 ���� 'Lj���f����O1� 1/�(/i / r rt 1 ©2014 Stantec 1 193801994 00 41 10-11 BID FORM THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE New Look Contracting, Inc. 19696 County Road 72, Elk River, MN 55330 as Principal, hereinafter called the Principal, and United Fire&Casualty Company P. O. Box 73909, Cedar Rapids, IA 52407-3909 a corporation duly organized under the laws of the State of IA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Boulevard, Oak Park Heights, MN 55082-6476 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of 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 2014 Street Reconstruction 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 materials 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 , 2014 c/6"--/ New Lookj=ctin•, Inc. A - Principal) (Seal) less) tie) Uni -d 'ire & Casualty Company urety) (See;) (Witness) homey-i F. t Br It"J. Oestreich (Tide) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN aM~� INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 ACKNOWLEDGMENT OF CORPORATION State of MINNESOTA ) ) ss. County of SHERBURNE ) On this 21St day of February 2014 , before me appeared JJ 6i^ / i+-61,e(1 , to me personally known, who, being by me duly sworn, did say that he is the vi Gc- ere 5(de" -f— of New Look Contracting,Inc. , a c Tiorati9n,tl t the seal affixed to the foregoing instrument is theme of said corporation, (If n seal, so state, a d strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Jon > 'talc// acknowledged said instrument to be the free act and deed of said corporation. 97/rt Notary Public Or County, NATHAN JEROME MENGE NOTARY PUBLIC My commission expires STATE OF MINNESOTA MY COMMISSION WIRES 1/31/16 ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ) ) ss. County of HENNEPIN ) On this 21St day of February 2014 , before me appeared Brian J. Oestreich , to me personally known, who, being by me duly sworn, did say that he is the Attorney-in-Fact of United Fire and Casualty 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 Brian J. Oestreich acknowledged said instrument to be the free act and deed of said corporation. uN ULVEN Not ublic Ramsey County, Minnesota Wit},f. NOTARY PUBLIC MINNESOTA My commission expires: 01/31/2015 `'*vgviVMY COMMISSION EXPIRES JAN.31,2015 • UNITED FIRE&CASUALTY COMPANY HOME OFFICE-CEDAR RAPIDS,IOWA CERTIFIED COPY OF POWER OF ATTORNEY ` (Original on file at Home Office of Company-See Certification) KNOW ALL MEN BY THESE PRESENTS, That.the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids,State of Iowa,does make, constitute and appoint BRUCE N. TELANDER, OR R.W. FRANK, OR DONALD R. OLSON, OR JOHN E. TAUER, OR LINDA K. FRENCH, OR JOSHUA R. LOFTIS, OR NICOLE NELSON, OR RACHEL THOMAS, OR CRAIG REMICK, OR BRIAN J. OESTREICH, OR JEROME T. OUIMET," OR SANDRA M. DOZE, OR D. R. DOUGHERTY, OR JACK CEDARLEAF 'II, OR CHRISTINE M. HANSEN, OR KURT C. LUNDBLAD, OR PAMELA T. CURRAN, OR MELINDA C. BLODGETT ALL INDIVIDUALLY of MINNEAPOLIS'MN its true and lawful attorney-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Any and Al 1 Bonds and to bind UNITED FIRE&CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE &CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed, The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on May 16,2012. "Article VI-Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used, being 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. Such attorneys-in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President,the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. iN WITNESS WHEREOF,the UNITED FIRE&CASUALTY COMPANY has caused these presents to be signed by ,.ai,�,,,,, its vice president and its corporate seal to be hereto affixed this 6th day of May, 2013 Arty •"8 44).'4 i _ri �TEVi UNITED FIRE&CASUALTY COMPANY E .%%4 ef, By i;-7)---.2.....„..,,.....;,-- .;_c` k..."..._._______ Vice President State of Iowa,County of Linn,ss: On 6th day of May, 2013, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE&CASUALTY COMPANY,the corporation 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. • +tsie+ •Judith A.Davis A g y Iowa Notarial Seal Notary Public Commission number 173041 • k My Commission Expires 04/23/2015 i My commission expires: 04-23-2015 I,the undersigned officer of the UNITED FIRE&CASUALTY COMPANY,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. in testimony whereof i have hereunto subscribed my name and affixed the corporate seal of the said Company this 21 st _ day of February 20 14. Fe coxronnre�+�y' 4 >seAL c`` yh4aReno,„„°�� Secretary ggru,U�UN BPOAOO19 0113 I I _ CS) Stantec BIDDER: i4-di rk DOCUMENT 0041 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 subjecf 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 Letter Addendum Date a-1�-gDly 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,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 Biddina Documents. rm G. Bidder is aware of the general nature of work to be performed by Owner a nd 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. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM 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 I iavc-been arrived at indEpendently,without consultation,communication, or agreement as to any matters relating tc)such prices vdith any Ott or Bidder or with any competitor foi the purpose of restricting B. The pricer,in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of 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. Nnihinn in this nnrnnrnnh Ic intended to rectrint Ridder's rinhic in rhnlfenne n rontrnci ni Iry rani to Inw 5.01 Bidder will complete the Work in accordance wills 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 1 1.03.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. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS //� 1 MOBILIZATION LS 1 $ '�; v SIU s)A.Gt3C5 .SG 2 TRAFFIC CONTROL LS 1 $ 7(.D7. so $ 7t b 7• 3 TEMPORARY MAIL LS 1 $ Y ?q ,5V $ 'T 9q.5-0 4 INLET PROTECTION EA 34 $ &O $ 'yv�✓ ,DU ? J 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ ).1c $ "l-1l)0 'L 6 6 REMOVE LANDSCAPING LS 1 $ Jl�J` •V U $ 1� S -D 7 REMOVE SIGN EA 50 $ 3 1_`�T $ 591. S U 8 REMOVE STREET SIGNS EA 21 $ 5-3. $ ' 1 1 v' 2S- 9 SALVAGE AND REINSTALL SIGN EA 55 $ Y 3.°U $ 5 I LI.sr) 10 REMOVE TREE EA 45 $ 4), 6.0O $ /9/?O-40d ©2014 Stantec 1 193801994 00 41 10-2 BID FORM 11 REMOVE RETAINING WALL LS 1 $3145760 $ 3I g-5---64.) 12 REMOVE BOLLARDS LS 1 $ /4/9/.00 $ /49/.00 13 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ /1.4 7'�U.00 $ 4r-16. .06' REMOVAL 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ I•.s $ 60310N .0o I 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ 2 /3 $ //5_33.(,0 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ 4:-. . /3 $ `.610“•S1O 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ 47,31' $ )309,o0 r 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ ' •�0 $ /J—.34 4° 19 REMOVE CONCRETE WALK SF 1000 $ i S.3 $ . 30.00 20 REMOVE GRAVEL DRIVEWAY SY 260 $ /'67 $ ,, -1 ,,;2.0 21 COMMON EXCAVATION (P) CY 22270 $ 8i S2 $ i g9 IVO'gt) 22 SUBGRADE EXCAVATION (CV) CY 4800 $ .5,5-2- $ z&S.9 ,z)b 23 AGGREGATE BASE,CLASS 5 TN 24900 $ la 36. $ czpLIX a0 24 SELECT GRANULAR BORROW (MODIFIED) TN 9500 $ 7.%2+T $ 68-1V b.00 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ 4/.q-5— $ /R/376b1) AGGREGATE AND FILTER FABRIC 7 / 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ 3 .S(J $ 1D Z.1 Z . 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ ).36 - $ \C(`i 3 s .ZSJ // 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ l )IOC, $ 11S;`i33. Z° 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 365 $(7 I., 17 $ -1 Z G�r/r U1- 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $ q`t.)L1 $ L(2)D -HO 31 6"CONCRETE DRIVEWAY SF 3050 $ 5. 7 Cl $ I (o/ (3 LI. S1J 32 8618 CONCRETE CURB AND GUTTER LF 1480 $ C. - $ IL-1,5n) . vU 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ Cl • I ` $2 6/H5/v9 6 34 CONCRETE WALK SF 2000 $ _\• /b $ q 57 6 0,6 35 CONCRETE PEDESTRIAN RAMP SF 200 $ ,c32- $ I I �'L� OG 36 TRUNCATED DOME SURFACE SF 60 $C' $ `c-t‘1 •0 G 37 SEEDING, INCLUDING SEED,FERTILIZER,AND WOOD SY 900 e I / 7 cj G $ 26:-Q, .0 FIBER BLANKET ©2014 Stantec 1 193801994 00 41 10-3 BID FORM 38 HYDROSEED WITH MULCH SY 28600 $ 1 ' t r) $ 3 3t'--1 c 7,00 39 SELECT TOPSOIL BORROW CY 1570 $ 11,17 $ ..gD/D 94...9D 40 SIGH PANELS SF 58 $ 3r.),2gv $ Z lc:7—'Z"4 33 5)-15 ()outs O 41 STREET NAME BLADE SIGNS EA. 21 $ $ 10,(051 72E. 9 I'S 42 12"SOLID WHITE STOP EAR. .F 215 4. $ --- .�_--- 43 STREET SWEEPER (WITH PlcEHi'BROOM) HR 115 $_ P-5:04_ $ fa D 75:‘)° TOTAL PART 1 STREETS $ (1(5316)19. 3 PART 2:WATER MAIN 1 '� 90.0.. q 1 i O ,,G 4 44 TEMPORARY WATER SERVICE LS 1 5 31° $ K----g..A,-404> `k---- 45 REMOVE WATER MAIN LF 7150 $ ,_0__, $ ._LeI?.5? 46 ABANDON WATER MAIN Li 950 $2E-75 $_-05-6z .St 47 REMOVE WATER SERVICE LF 2425 5_6S $ /5-14,--.)-C- 48 REMOVE HYDRANT EA 14 $ 013 .00 $ 3;Z90•0U 49 REMOVE VALVE AND BOX EA 31 $ 155 o0 $ '23_C:00 50 ROCK EXCAVATION-WEATHERED CY 60 $ o -5.7) $ A/ -00 51 ROCK EXCAVATION-HARD CY 30 $ -65T+Jd $ is-Z•°U 52 SAND CUSHION LF 700 $ &)I $ -7,0a 0a 53 IMPROVED PIPE FOUNDATION LF 815 $ • 0 / $ 54 15 54 CONNECT TO EXISTING WATER MAIN EA 11 $ 1 D/4.,-7D $ 1/, I 83'10 55 6"DIP WATER MAIN, CLASS 52 LF 6010 $ - '-73 $ i046v?'31) 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ - 4.,'7g $ 1 t44-5 ' 57 DIRECTIONAL DRILL 6"PVC, C900 WATER MAIN, LF 620 $ 33 2.0 $ C-Vi CS q-6 `j INCLUDING DUAL TRACER WIRE !! 58 6"GATE VALVE AND BOX EA 38 $ f/( . 04� $_il l -7� 59 8"GATE VALVE AND BOX EA 9 $_/JUU•323 $ d /,9=5U7`/,41/7 60 WATER MAIN OFFSET-6" EA 4 $ Zl iJ 7'-37 $ O 1'05``f� 61 WATER MAIN OFFSET-8" EA 3 $ lic-c.q.9b/b $ D,-��` 7 ©2014 Stantec 1 193801994 00 41 10-4 BID FORM 62 HYDRANT EA 21 $ 2%7, v'-• $ 7t 57.6-3L 63 ADJUST HYDRANT EA 5 5 J .5 $ 3r. �'3�,-17) 64 DUCTILE IRON FITTINGS LB 4160 $ /0,35- $ oS l'g/4,,0G) 65 INSULATION 4 THICK SY 240 $35%04 $ 54/111-510 66 1"CORPORATION STOP EA 99 $ 103,b 7 $ /0.14-3, 33 67 1"CURB STOP AND BOX EA 99 $ 9-31 $ 49 68 1"TYPE"K"COPPER PIPE LF 2750 $ &,1/2.. $ 3 k5 5:oO 69 2"CORPORATION STOP EA 2 $ 4(1- .6TJ $_ 8q 1-3 SO 70 2"CURB STOP AND BOX EA 2 $<-6 V7 00 $/O94 00 71 2"TYPE"K"COPPER PIPE LF 130 $.45. 44/ $ 4/4071 � 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ ?7''/4/ $ 7/a 7`7!/5i 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ 3/, '16 $ 15/9 30 ©0 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ -t)�1 7S $ . Qj Ogg ioc' 75 REPLACE WATER METER EA 8 $ 126-C-- L,3 $-.673=?5`07 TOTAL PART 2 WATER MAIN $ (041 3 SZ , Z 1 PART 3:SANITARY SEWER 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ / 0 0 $ 6 a 6,00 77 REMOVE SANITARY SEWER PIPE LF 380 $ /,;Z C $ l'i'25-.:vO 78 ABANDON SANITARY MANHOLE EA 3 $ c2.03 • U 0 $ .$_ :.-5—.DU 79 ABANDON SANITARY SEWER PIPE LF 200 $ 7,8_5 $ 1.510.op 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ /6-b,1)0 $ )5-0-00 81 REMOVE SANITARY MANHOLE EA 22 $ `- ?5•°() $ /01i -d"0D 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ 7 i■ `/ $ J231X '6a 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $_ `lg• 3S $ q«6'5-0 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ 7IP,,2 7 $ 3Dg9%. s3 85 8"X4"PVC WYE EA 9 $ )Aq '-7.9` $ 1IGil-.4 ©2014 Stantec 1 193801994 00 41 10-5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ 0.23, 4'l $ 73[x. /d 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $_ 59. (J $ - 88 IMPROVED PIPE FOUNDATION LF 70 $ f' 75` $ /:2,:q, S 89 4' DIAMETER SA.NITI,R'i SEWER MH EA 23 3 14,5-0,00 $ b0957D• 90 4' DIAMETER SAl OAF SEWER MH WITH OUTSIDE DROP EA 1 3 g1�7V.'73 $ 7/1 73 91 SANITARY MANHOLE OVEF:DEPTH LE 77 $ 1 q • 70 $_ q L /° 92 FURNISH &INSTALL NEW SANITARY MH CASTING AND EA 26 $ -Iu4•37 $ 1g3 4.5---.&Z RINGS 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ 7,&9 $ 143 7,577%' 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ ,glr_•G 9_ $ 171 4)&5-,4'..4-7 TOTAL PART 3:SANITARY SEWER $ 21a 441/e/7 PART 4:STORM SEWER 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 3 j7, '-0° $ j7/5;OU 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ y.5_1.)G _ $115760 97 REMOVE STORM SEWER PIPE LF 647 $ /r?.35i __ $ �/0$i/ O _WE ' 75- ,i, ,ov.op 98 1_ RCP STORM SEWER,CL 5 _F 800 $ :,��� $ 99 15"RCP STORM SEWER, CL 5 LF 1065 $_.23,L5 $ __{ 100 18"RCP STORM SEWER,CL 5 LF 1590 $ -3✓3f $,J6.✓4z`-2. 101 21"RCP STORM SEWER,CL 4 LF 95 $ 39,D S- $ 3 7L29, 7S 102 24"RCP STORM SEWER, CL 4 LF 70 $ -6d' 4/%2-- $ 39•V° 103 4' DIAMETER STORM SEWER MH OR CBMH EA 44 $ )5-3 3.&0 $ t7L1 ` 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 4_970 4) $ 1//sib.�° 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 2641-5701) $ 4641).G ) / 106 2'x3'CATCH BASIN EA 32 $ 7-30 00 $ L7`b00.0° 107 18"RCP FLARED END SECTION EA 1 $ 0?■ `/ $ gr?•q% 108 24"RCP FLARED END SECTION EA 1 $ .21)1).37 $ i100'37 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $514,117 $ 3 3,611.,1(7 ©2014 Stantec 1 193801994 00 41 10-6 BID FORM 110 FURNISH 0 INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ -C-17//•vZ $ 3 47. l(/ Ill CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ 4511.0° $ //700.6° 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ 75-0,Dv $,57a CP.Do 113 CONNECT TO STRUCTURE (DRAINTILE) EA 92 $ J • 00 $ ' /tiUsoQ 114 DRAINAGE SWALE GRADING LS 2 $ /V W- 1 $ 'agd +U° 115 CLASS III RIP RAP CY 30 $ 163.5 $ ,-.?1U. 06) TOTAL PART 4:STORM SEWER $ 7U91'7i J•lll� PART 5:STAGECOACH TRAIL NORTH -WATER MAIN IMPROVEMENTS 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS 1 $ SqSU•° $ 6—q S-Z)-6 C) WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS 1 $ 343. Si) $ 31/38 St IMPROVEMENTS 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ 1. 6,Q $ 3a oac 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ J. G U $ ,-%Oa°C) 120 AGGREGATE BASE,CLASS 5 TN 250 $ %s 0S $ ./.2 L-?r VD 121 REMOVE WATER MAIN LF 1025 $ 4/.35- $ 4/4,15:6/#75- 122 ABANDON WATER MAIN LF 930 $ 7.36- $ 6{S35' Sa' 123 REMOVE WATER SERVICE LF 200 $ /- $ 4_64,6U 124 REMOVE HYDRANT EA 4 $ ,00,00 $ J,U t •UO 125 ABANDON HYDRANT EA 2 $ c%n 7-6°v4° $ `5°O'UU 126 REMOVE VALVE AND BOX EA -.- 7 $ 18b $ i.= 15:-°° 127 ROCK EXCAVATION-WEATHERED CY 20 $ 013,5-7) $ 4740.00 128 ROCK EXCAVATION-HARD CY 20 $ X5700 $ 11 Oar dc) 129 SAND CUSHION LF 200 $ ,4) I $ ,1 166.) 130 IMPROVED PIPE FOUNDATION LF 40 $ r 0/ $ l 7° 131 CONNECT TO EXISTING WATER MAIN EA 2 $ ,54,1J-- $ I Je' `44 132 6"DIP WATER MAIN, CLASS 52 LF 330 $ 3/ '94 $ /40.5416'dips 133 8"DIP WATER MAIN, CLASS 52 LF 720 $ 3i--1,51 $°R..4/M•&L) ©2014 Stantec 1 193801994 00 41 10-7 BID FORM 134 6"GATE VALVE AND BOX EA 4 $ l/a3.11.3 $ zz/3'• T(�- 135 8"GATE VALVE AND BOX EA 1 $ )0..�i -�vZ. $ /11/5-72- 136 HYDRANT EA 2 $,3357•yam- $ /0.74-5•8 41 s� / C.s7� 137 ADJUST HT'DRAI!T [A 1 $ l 4 SD $ ,..- 138 DUCTILE IRON HT-111.1 03 B 5O0 $>. _._431-__ S' /5-5700 139 INSULATION -4"THICK SY 0 $_ `5•0 $ /03.6-7 5180.35 140 1"CORPORATION STOP EA 5 $ .714.11-179 141 0 CURB STOP AND BOX EA 5 $ ”•3( $ i/4' ',5s— 142 1' TYPE'T' COPPER PIPE LF 225 $ ,_ 9.39 $ 44IA •?5- 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ -NM $.,_,3 7q•5 144 SEWER REHABILITATION WITH CIPP, 9" Li 400 $ ace,.dY $ 1OL3b• U° TOTAL PART 5:STAGECOACH TRAIL NORTH -WATER MAIN $ Oa 51g,97 IMPROVEMENTS ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD G 145 MOBILIZATION LS 1 $!�Oj'DSO_ $�6 7 / 5 146 TRAFFIC CONTROL LS 1 $ ,b13q. -0 $ a.g• 5V 147 REMOVE STORM SEWER LF 160 $ .�..35- $ (5`-6-6.b b 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ /• 33 $ 385-33 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ 4)• /.3 $ `t 7- s 150 AGGREGATE BASE,CLASS 5 TN 650 $ 9-b5 $ fig'' .S 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ 3. $ (`o'e.. g) 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE (2,B) TN • 410 $ (0 . •61 $ o 7C'66 S-�j 153 TYPE SP 12.5 WEARING COURSE MIXTURE (2,0) TN 410 $ (7J $ i 154 15"RCP STORM SEWER,CL 5 LF 70 $ .J3.5-2- $ a.5 46.'l7b 155 18"RCP STORM SEWER, CL 5 LF 30 $ 35:gL $ 1D75 5?) 156 21"RCP STORM SEWER,CL 4 LF 60 $ -399.0-S $_Pv9 t/ .bb 157 15"RCP FLARED END SECTION EA 2 $ g3 Ls✓ $ 1r7.3' bi- ©2014 Stantec 1 193801994 004110-8 BID FORM 158 18"RCP FLARED END SECTION EA 2 $ f97•1c2, $ /7q5-14 159 21"RCP FLARED END SECTION EA 2 $ 1079.S $ =115-9.to 160 SEEDING, INCLUDING SEED, FERTILIZER, AND WOOD SY 2500 $ 1-14L1 $ 306 ,C-2() FIBER BLANKET / 161 SELECT TOPSOIL BORROW CY 300 $ 27!•3 0 $ W 3�%' ,C1 o 162 SIGN PANELS SF 13 $ / 2 v $ L�6 y's�0 163 12"SOLID WHITE STOP BAR LF 25 $ Z�;,_ $ 6-.�a5' /6- 164 STREET SWEEPER WITH PICKUP BROOM) HR 5 $ 1 )_C, 0 $ 57)5, 0 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ 19I 1 `S S ROAD ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS (co 165 MOBILIZATION LS 1 $ 3z-- $ 6032.So 166 TRAFFIC CONTROL LS 1 $ (va '3 4 5Z) $ L0 • 167 REMOVE TREE EA 3 $ LC:97.5r) $ 47 9'?•SD 168 REMOVE WATER MAIN LF 250 $ 9, Ua $ /A l a •SO 169 IMPROVED PIPE FOUNDATION LF 25 $ ss .P/ $ + as 170 6"DIP WATER MAIN,CLASS 52 LF 250 $ t/.'J-,/9- $ $'Ti-2•s0 / 171 DUCTILE IRON FITTINGS LB 200 $ b. 9 $ g%`i"..°U 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ lid 40 $ 130.1b t 173 SEEDING, INCLUDING SEED, FERTILIZER,AND WOOD SY 800 $ Z _9 6° $ 3L 22/�;; L/ ,0 6 FIBER BLANKET o 174 HYDROSEED WITH MULCH SY 800 $7,1 o $ Z3eq 0 G 175 SELECT TOPSOIL BORROW CY 150 $ .q/• 31) $. 1.9. --01) TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $3Zj'ki ,6, AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 9 17k MOBILIZATION LS 1 $ 5S Se,(eO $ Sc 9B 4° 177 TRAFFIC CONTROL LS 1 $ A/417,5-0 $ ' 1#7S0 176 ADJUST FRAME,RING, AND CASTING EA 60 $ „.3t),0,00 $ 11(i0DO-U0 C 2014 Stantec 1 193801994 004110-9 SID FORM Ty ADJUST VALVE BOX EA 52 6{O0 IV DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ 3'S`U $ 1 6�1 Z'9) BID ITEM #26 DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE (2,C) TN -3220 $ G $ Zi cet 33• BASE BID ITEM #28 )10--BITUMINOUS MATERIAL FOR TACK COAT-2015 C,':L 1775 (� 6 L v TYPE SE 12.5 v��FAraPJG COURSE ICI.TUBE (2,C) -201` lIJ 3220 9� `�'9 'J-J-_- $ZZ t�?�•�l , t ` 12"SOLID VOTITEI S1oR LF 215 $ -24.C� $ S'2 z,� yS TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $g3, t SS. BASE BID SUMMARY: TOTAL FART 1 STREETS $! 1531 (1`"I 03 TOTAL PART 2 WATER MAIN $ 9t TOTAL PART 3:SANITARY SEWER $ v�lo � 4'4/7- TOTAL PART 4:STORM SEWER $ 7 �_ •9 t TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $_jO2, 595, MAIN IMPROVEMENTS c j TOTAL BASE BID $3(� 1� 30, ` 2 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $ 1. i� T�.O7 TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN $ 3 2 1 f 6„(pr IMPROVEMENTS C TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ J3, 1 ,2,:s- ©2014 Stantec 1 193801994 00 41 10-10 BID FORM 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. 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 ,2014. If Bidder Is: A Corporation Corporation Name: 1 `6 " 1 Sf�- _(S E State of Incorporation: M! Type(General Business,Professional,Service,Limited Liability): {0---! By: (Signature) / Name(typed or printed)::C>M1, . �teWAC 1 Title: - Sl c104± Attest ,�5 (CORP RATE SEAL) ignature of Corporate Secretary) Business Str et Address(No P.O.Box#'s): q-1 't 1-c i I`i/l it s SAD% Phone No.: 7L-3-"Lh)-6-`t'15 tip Fax No.: -24"3- 7 t Email: -L`��je l�) 1dov/ CJQ_kCQT 4‘c4 (0iy1---- ©2014 Stantec 1 193801994 00 41 10-11 BID FORM THE AMERICAN INSTITUTE OF ARCHITECTS A1A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Northdale Construction Company, Inc. 9760-71st Street NE,Albertville, MN 55301 as Principal, hereinafter called the Principal, and The Guarantee Company of North America USA One Towne Square, Suite 1470, Southfield, MI 48076 a corporation duly organized under the laws of the State of MI as Surety, hereinafter called the 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 the Obligee, in the sum of Five Percent of 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 2014 Street Reconstruction 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 materials 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 , 2014 Northdale Construction Company, Inc. ,/ '' ` � (Principal) Seal) (Witness) By: (Title) The Guarantee Company of North America USA d k (Surety) (Seal) (Witness) By: Adorn -in-Fact ,Jo . oft,. (Tide) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 • ACKNOWLEDGMENT OF CORPORATION State of MINNESOTA ) ) ss. County of Orfc�K-t- On this 21st day of February 2014 , before me appeared `--0tvoitt / Lot ` . , to me personally known, who, being by me duly sworn, did say that �� is the °4,e,S of Northdale Construction Company,Inc. , a corporation,that-the-seal-affixed-to-the • • •_- _ ••- • _ •- ,•-. . - -eal of said corporation, (If no seal, so state, and strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said ,. (ysd.r.}. - acknowledged said instrument to be the free act and deed of said corporation. I . 1 Notary Public '� ri t/r County,_ SHEILA J GOER My commission expire ) -,3/ - 2 O/S Notary Pubiic State of Minnesota , MY Commission Expires January 31, 2015 ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ) ) ss. County of HENNEPIN ) On this 21st day of February 2014 , before me appeared Joshua R. Loftis ,to me personally known, who, being by me duly sworn, did say that 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 Joshua R. Loftis acknowledged said instrument to be the free act and deed of said corporation. = �) ,i ,. NICOLE MARIE STILLINGS `I1 ' kA, 1 4 ,c .�a. ��MyCommBiss-MINNESOTA Notary Pub is Dakota County, Minnesota '�;; T-. January 31,2015 My commission expires: 1/31/15 all t z AP Vag *,"'4 �area THE GUARANTEE COMPANY OF NORTH AMERICA USA 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.Loflis,Bruce N. Telander,R.Scott Egginton,R. W. Frank,Donald It Olson,John E. Tauer, Craig Remick,Linda K.French,Rachel Thomas,Nicole Nelson,Jerome T. Ouimet Cobb Strecker Dunphy&Zimmermann,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 31`t 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, 1„+*Fe 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 23rd day of February,2012. � , 47 THE GUARANTEE COMPANY OF NORTH AMERICA USA rx r ,�re�' ,e, STATE OF MICHIGAN Stephen C.Ruschak,Vice President Randall Mussetman,Secretary County of Oakland On this 23rd day of February,2012 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. Takaf 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 c My Commission Expires February 27,2018 eel 4.,6?-24z...1- ,, ?- a. -�", � 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. et IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this 21St day of February , 2014 I" - t 0 "Aoti Randall Musselman,Secretary Minnesota Department of ,� HUMA\! RIGHTS -11 mg CERTII'ICATE OF COMPLIANCE NORTHDALE CONSTRUCTION COMPANY, INC. is hereby icevafddras contractor to by the Minnesota Department of Human Rights. This certificate 4/24/2015. This certification is subject to revocation or anizat op fails its expiration if the a good faith effort to issues a finding of noncompliance or if y our g implement its affirmative action plan. Minnesota Department of Human Rights FOR THE DEPARTMENT BY: as. 6- 4e Kevin M. Lindsey, Commissioner AN EQUAL OPPORTUNITY EMPLOYER Freeman Building • 625 Robert Street North • Saint Paul, Minnesota 55155 1 Rnn AS7 X7/14 • Fax 651.296.9042 • www.humanrights.state.mn.us BIDDER: 0 ' . ► -y ► , , Stantec DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO.193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date 2 2- t (.-►`� 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, pp ry 9 p 9 ( 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. 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 g 9 g p discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM 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 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. Nothino in this norooronh Ic intPnrdPd to rectrirt Ric-Hers riohtc to chollenoP a contract nurci;ont 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.E 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. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS 1 MOBILIZATION LS 1 $ 5 y� 310 $ y3.371!ea OLP 2 TRAFFIC CONTROL LS 1 $ 1)007 $ (0000 �J aC 3 TEMPORARY MAIL LS 1 $ loq 00 • $ (09 0C).CV 4 INLET PROTECTION EA 34 $ ,-s $ ( OO •'° 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ 2,20 $ c o 6 REMOVE LANDSCAPING LS 1 $ S000.'© $ SOoQ•rJ • 7 REMOVE SIGN EA 50 $ 30•o■:1 $ \S OO 8 REMOVE STREET SIGNS EA 21 $ So ©u O,50 • y. 9 SALVAGE AND REINSTALL SIGN EA 55 $ t, O 10 REMOVE TREE EA 45 $ 7-00 j0(p•+y ©2014 Stantec 1 193801994 00 41 10-2 BID FORM 11 REMOVE RETAINING WALL LS 1 $ 1000 .c $ _woo c.0 12 REMOVE BOLLARDS LS 1 $ tOOQ,'" $ ,c)00, J 1 3 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ ZUSOQ.J9 $ -2.105OO." REMOVAL 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ 2.27 $ ckik do A:" 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ 3 so $ •ZS2Q• 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ 3 „o $ `2 -t. 1) .a 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ 31 S $ 1 SC•1 S• 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ "I.SO $ 3lLOO• 19 REMOVE CONCRETE WALK SF 1000 $ 1 Do $ • (10• 20 REMOVE GRAVEL DRIVEWAY SY 260 $ // `�. ° $ 111.10 6 21 COMMON EXCAVATION (P) CY 22270 $ -9S $ `S' 77c 22 SUBGRADE EXCAVATION(CV) CY 4800 $ 6.95 $ 33,344 O 0 23 AGGREGATE BASE,CLASS 5 TN 24900 $ 8.7.5- $ Zi7, 8757 0 0 24 SELECT GRANULAR BORROW (MODIFIED) TN 9500 $ 7 9n $ 75, Dom,®a 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ 2 3 • $ 1 257"u AGGREGATE AND FILTER FABRIC 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ -3,50 $ 0_11.6° 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ (o0.Qc $ ‘131-00!° 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ (oS ,CCU $ 7..ol30o . 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 365 $ i SE•"° $ S"1(910,4 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $ 105•" $ Woo...J 655 31 6"CONCRETE DRIVEWAY SF 3050 $_ $ At cl,( 2}, SO � 32 B618 CONCRETE CURB AND GUTTER LF 1480 $ LO•SO $ \5580• J 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ It•" $ 1-3`V_CLO0•" 34 CONCRETE WALK SF 2000 $ N.3.q5 $ 19.00•Qv 35 CONCRETE PEDESTRIAN RAMP SF 200 $ �5 $ X 1,-S0, J 36 TRUNCATED DOME SURFACE SF 60 $ U S.° $ '2.1 co 37 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 900 $ 1..25 $ X 425." FIBER BLANKET ©2014 Stantec 1 193801994 00 41 10-3 BID FORM 38 HYDROSEED WITH MULCH SY 28600 $ 0.O $ 2�1tO , 39 SELECT TOPSOIL BORROW CY 1570 $ ZS 60 $ /Z,S`a�er0 40 SIGN PANELS SF 58 $ 3 •0, $ Q--(530' 41 STREET NAME BLADE SIGNS EA 21 $ 3\S 4'. $ b w( 00 42 12"SOLID WHITE STOP BAR LF 215 $ of •®d $ /Z y0 x `� 31 g.- 'c 43 STREET SWEEPER (WITH PICKUP BROOM) HR 115 $ ‘ZS $ ,� 1 / TOTAL PART 1 STREETS $ Z/ /16 504.58 PART 2:WATER MAIN 44 TEMPORARY WATER SERVICE LS 1 $ 32e0c),.4 $ 31.0(10-" 45 REMOVE WATER MAIN LF 7150 $ //(o,oc $ t /-t1,00, 46 ABANDON WATER MAIN LF 950 $ �D>y� $ S10O," 47 REMOVE WATER SERVICE LF 2425 $ L,4-0 $ c1100•" 48 REMOVE HYDRANT EA 14 $ V9 S`.'c $ Z`LSo 'Y, ,o `.1 49 REMOVE VALVE AND BOX EA 31 $ I'00' $ 3 WO, .o 50 ROCK EXCAVATION-WEATHERED CY 60 $ k00-" $ (4000• .0 O 51 ROCK EXCAVATION-HARD CY 30 $ LO' $ LAQ0•' 52 SAND CUSHION LF 700 $ -00 $ 1-SC)',+� 53 IMPROVED PIPE FOUNDATION LF 815 $ 3, 3S $ -Liao,/-. 54 CONNECT TO EXISTING WATER MAIN EA 11 $ ckDO 1.o $ WOO'N 55 6"DIP WATER MAIN,CLASS 52 LF 6010 $. 34• n— $ 2oq ,,,' o 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ Li. b•0 $ 1.1-1. 2.03. 21) 57 DIRECTIONAL DRILL 6"PVC,C900 WATER MAIN, LF 620 $ 5.2'•Z5.- $ 3/,1537 G o INCLUDING DUAL TRACER WIRE ..4; 58 6"GATE VALVE AND BOX EA 38 $ ` 01:1:4 rr $ 3t.oc`/ 59 8"GATE VALVE AND BOX EA 9 $ \,3 Y`G1cD $ 11- ��FI Yo 60 WATER MAIN OFFSET-6" EA 4 $ ‘ ko 3si 40 $ ca �to, �p 61 WATER MAIN OFFSET-8" EA 3 $ 6 6 3J rc $ 6 oS ©2014 Stantec 1 193801994 00 41 10-4 BID FORM N 62 HYDRANT EA 21 $ 3 1.-7S..ao $ (OT `T 5 63 ADJUST HYDRANT EA 5 $ L,'0, " $ ZZ 00 as 64 DUCTILE IRON FITTINGS LB 4160 $ l ' $ t'e. O3`4' o-o 65 INSULATION-4"THICK SY 240 $ 44,°0 $ to SlQ O, 66 1"CORPORATION STOP EA 99 $ L , rt9 $ - 1341 4.° 67 1"CURB STOP AND BOX EA 99 $ 3T{t , 'J $ 3 6 ��l.,4■ .,4, ,o 68 1"TYPE"K"COPPER PIPE LF 2750 $ a)2. i c� $ �T 000 . c0 a 0 69 2"CORPORATION STOP EA 2 $ (D• $ l(((fq 1 . 70 2"CURB STOP AND BOX EA 2 $ 1• . c,J $ 1,410 ' oV 71 2"TYPE"K"COPPER PIPE LF 130 $ 1-4/0 r.• $ 100 i" 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ & O," $ 31.LOO,ou 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ 042.d0 $ /V)eve,vo 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ Zb00r00 $ �1.0 "O 6d.D 75 REPLACE WATER METER EA 8 $ 7itsiva c 4 $AP/ BO'f2�.019 TOTAL PART 2 WATER MAIN $ et c0; 2 71. OS PART 3:SANITARY SEWER 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ TWO.'° $ �cOQ' +0 77 REMOVE SANITARY SEWER PIPE LF 380 $ ( ,4° $ 2270 t D r0 78 ABANDON SANITARY MANHOLE EA 3 $ 4.00 i yy $ ■.1,00, gv 79 ABANDON SANITARY SEWER PIPE LF 200 $ 4� $ 1:1-00 'u .,0 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ 1.00 $ MO ,p G(, of 81 REMOVE SANITARY MANHOLE EA 22 $ 400' $ 0 4 0O ' 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ 'S‘ ' " $ V 04:1-'q° 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ Sq • Ci' $ CU -1/0 2t0 tlu 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ 1 4'S. y o $ 0 SS, 85 8"X4'PVC WYE EA 9 $ ZCtQ , `� $ 3,5.4Cf' �� ©2014 Stantec 1 193801994 00 41 10-5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ 19\ 1 1, $ 1 2 A q ' Lk° vo rro 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ vt)• $ 1 ®, 88 IMPROVED PIPE FOUNDATION LF 70 $ 3 . `� $ L3� ' � ,o `o 89 4'DIAMETER SANITARY SEWER MH EA 23 $ 3 04D. $ (9�'� 4�-�i ' 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ V' o. " $ —VW, i 91 SANITARY MANHOLE OVERDEPTH LF 77 $ �,5r�� V $ �� �J ' 92 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 26 $ —ItS a v $ \, ( �,©. ro RINGS 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ 27 SO $ 513, 5 'Z .00 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ Z5-73- $ ).53o.SW TOTAL PART 3:SANITARY SEWER $ 2 7Z, O 6 z.O� PART 4:STORM SEWER ,l 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 $ k.)O. $ (-tbOQ•.r yJ 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ 14,00,"14,00," `$ J C,CO 97 REMOVE STORM SEWER PIPE LF 647 $ `CO $ ,S1 M D •30 98 12"RCP STORM SEWER,CL 5 LF 800 $ 'S'' $ ' " 00 99 15"RCP STORM SEWER,CL 5 LF 1065 $ 32 .21 $ 3LI 3kit ' SS 100 18"RCP STORM SEWER,CL 5 LF 1590 $ 32 '.-/ka $ '1- 0 n,40 101 21"RCP STORM SEWER,CL 4 LF 95 $ 31 :21' $ 3 S'3 6, 1,° 102 24"RCP STORM SEWER,CL 4 LF 70 $ q •TL $ 2.*V7--0'kka m0 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ ` o ot7 $ Z-�c 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 2 lr J •aJ $ 0 " 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 3 CJ W ,,' $ (0 33'2-- 9D 106 2'X3'CATCH BASIN EA 32 $ ‘ S`Q j•� $ `i,i 7_3 D o 107 18"RCP FLARED END SECTION EA 1 $ VII, . m V $ K Is-k. • " mo s-p 108 24"RCP FLARED END SECTION EA 1 $ N. 1 4�,f.O $ \ ∎c1Ap, 9b 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ SC) $ 3 3v i ©2014 Stantec 1 193801994 00 41 10-6 BID FORM d,� e6 110 FURNISH&INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ (SS. $ 3'1'30 , 111 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ �p I V�ln $ 0.,42,K2." 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ VW a AQ $ y 3 Q r°° 113 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $ 1S0 ,r+ $ ‘J i4OO 'ao 114 DRAINAGE SWALE GRADING LS 2 $ MC 00 $ ?38(VD.00 115 CLASS III RIP RAP CY 30 $ 1S.oti $ 2-1.-SQ , su TOTAL PART 4:STORM SEWER $fie 33/.x, PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS I $ (000•" $ ( Q Ot)." WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS I $ 3900. $ 39 Do,`. IMPROVEMENTS 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ 1•30 $ (O( V'Qt r• ., 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ Z.SO $ 1000 • 120 AGGREGATE BASE,CLASS 5 TN 250 $ iG.c0 $ 31. 0• 121 REMOVE WATER MAIN LF 1025 $ (4 f s., $ (o `S 0,1 -c.) 00 122 ABANDON WATER MAIN LF 930 $ .00 $ S SS 0 123 REMOVE WATER SERVICE LF 200 $ \) . °0 $ Woo, eo e0 vu 124 REMOVE HYDRANT EA 4 $ 27-S. $ 1,00 J 125 ABANDON HYDRANT EA 2 $ LO," $ 500d" 126 REMOVE VALVE AND BOX EA 7 $ VI S�ill $_ Z-14, 127 ROCK EXCAVATION-WEATHERED CY 20 $_ 1.00 .is $ ZOOf) 'yY 128 ROCK EXCAVATION-HARD CY 20 $ So, $ YV 129 SAND CUSHION LF 200 $ 1 ,. S0 $ fl �a�r 130 IMPROVED PIPE FOUNDATION LF 40 $ / t 3S $ V Y3q`" r d so 131 CONNECT TO EXISTING WATER MAIN EA 2 $ b 00 ' $ \Ana, 132 6"DIP WATER MAIN,CLASS 52 LF 330 $ 3-1 F%c $ 1,--1-ko "Ao 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ 4 3 . 2' $ 3\. 01-1l4.0 ©2014 Stantec 1 193801994 00 41 10-7 BID FORM 134 6"GATE VALVE AND BOX EA 4 $ bO 1 . 09 ( �� $ ' O ' ' 'L 9 >o 135 8"GATE VALVE AND BOX EA 1 $ 1 '4,QC ,e $ ' ,0 136 HYDRANT EA 2 $ 32S,4a $ ( (1,0 ro0 137 ADJUST HYDRANT EA 1 $ S�,Q. .o $ `r'0," 138 DUCTILE IRON FITTINGS LB 500 $ LA • -t $ Zip , ro y1 , i� 139 INSULATION-4"THICK SY 0 $ 5c •�� $ v 140 1"CORPORATION STOP EA 5 $ 253,dJ $ \ .7-- , n0 141 1"CURB STOP AND BOX EA 5 $ l '� `ate $ Yq.• `J 142 1"TYPE"K"COPPER PIPE LF 225 $ 32_," $ 12-00 ,.o 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ 31 6190 $ VT-v;1 40 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ ZS-7S $ >D,3o0. 0 0 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER MAIN $ )3j ti • v� IMPROVEMENTS ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD 145 MOBILIZATION LS 1 $ 4000.GO' $ 2, U•v!% 146 TRAFFIC CONTROL LS 1 $ 0•o- $ v00. i 147 REMOVE STORM SEWER LF 160 $ 1Q 40 $ A(DOO," 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ Z 3q $ 162-1S .3`1 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ 3.s0 $ 402 5o 150 AGGREGATE BASE,CLASS 5 TN 650 $ Z..1S $ 1791, SO 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ Z.S‘") $ 9(.2. b0 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 410 $ (ob.ba $ 1-tA4.0Q ,ad 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ (,S G0 $ 26t0S •GO 154 15"RCP STORM SEWER,CL 5 LF 70 $ 34.04 $ Z 3 1•‘?0 155 18"RCP STORM SEWER,CL 5 LF 30 $ ZLO .°6 $ ‘ a \ °SO 156 21"RCP STORM SEWER,CL 4 LF 60 $ 3% ,Oa $ 1-2- 3 , vg 157 15"RCP FLARED END SECTION EA 2 $ 1'ciS r" $ 1,S140r to 0 2014 Stantec 1 193801994 00 41 10-8 BID FORM • 158 18"RCP FLARED END SECTION EA 2 $ 1( \Os,9° $ 11'h r V , 159 21"RCP FLARED END SECTION EA 2 $ Y10Q." $ 7_2.-3O .' 160 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 2500 $ 1 .45 $ 257-15,.." FIBER BLANKET 161 SELECT TOPSOIL BORROW CY 300 $ Zen 00 $ 6640,OD 162 SIGN PANELS SF 13 $ 35.`w $ Li.S .94 163 12"SOLID WHITE STOP BAR LF 25 $_ if,UP - $ 375.00 164 STREET SWEEPER (WITH PICKUP BROOM) HR 5 $ t,2s•,- $ co1S." TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ /0 Z, 7i 7f' ROAD ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS 165 MOBILIZATION LS 1 $fj OP,. OP $ /, 00A dd 166 TRAFFIC CONTROL LS 1 $ 500.- $ Soo.G" 167 REMOVE TREE EA 3 $ 2A0 �, $ X00,{ 168 REMOVE WATER MAIN LF 250 $ kO •IV $ 500 ,n 2 169 IMPROVED PIPE FOUNDATION LF 25 $ 3• 3S $ `'3 .15. 170 6"DIP WATER MAIN,CLASS 52 LF 250 $_ 3el•2:1 $ 6 41 9 171 DUCTILE IRON FITTINGS LB 200 $ 5 •n $ '©-1'4 ,.o .2.s 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ 1.1-S $ LO 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ t. t5 $ ,,k2.0. l o FIBER BLANKET 174 HYDROSEED WITH MULCH SY 800 $ I' i 5 OJ $ TLC). 175 SELECT TOPSOIL BORROW CY 150 $ 00.BO $ 3ead,,,Oo TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $ Z 4 !Z� SO AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 174 MOBILIZATION LS 1 $ 5b0. - $ 5010." 175 TRAFFIC CONTROL LS 1 $ 1500•,i $ 1 SOO•x- ,c 176 ADJUST FRAME,RING,AND CASTING EA 60 $ ilS Ce $ \0So0• ©2014 Stantec 1 193801994 00 41 10-9 BID FORM 177 ADJUST VALVE BOX EA 52 '2.50." 1 3000 n° 178 DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ 3.6° $ + (92I 2 •SO BID ITEM#26 _ 179 DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)- TN -3220 $ L.S-�° $ "Lac3O2." BASE BID ITEM#28 180 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $ 3. SQ $ (02.114° 181 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)-2015 TN 3220 $ �/o1 5� $ 211 3 S O•�t 182 12"SOLID WHITE STOP BAR LF 215 $ G• 0' $ 90.Ga TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $3 3 it 9-o, oo BASE BID SUMMARY: TOTAL PART 1 STREETS $ �j 11 5f e, TOTAL PART 2 WATER MAIN $ 03#27P:os TOTAL PART 3:SANITARY SEWER $ 272 %er2. UU TOTAL PART 4:STORM SEWER $ 3L'6 J 7I. Z9 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $ 79" 8f' MAIN IMPROVEMENTS 2 TOTAL BASE BID $3Z/4 ��" 9' tO TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $ /0 2/ Vt✓ 1 z TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH—WATER MAIN $4Z21 yZ l•�G IMPROVEMENTS TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 3 L1 Lf 00 0 2014 Stantec 1 193801994 00 41 10-10 BID FORM • 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. 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 I ,2014. If Bidder Is: A Corporation Corporation Name: \\\.0 1' L.V J JC ( ' (SEAL) State of Incorporation: M V1,L .O Type neral Busine s,Professional,Service,Limited Liability): - By: .. . • ... . (Signat re) Name(typed or printed): LAVA/ �iA.ei1✓> Z-{�, Title: 7-fCeAL,Li Attest i/ . 411( L __ `i •RPORATE SEAL) (hignature of Corpor. -Secretary) Business Street Address(No P.O.Box#'s): Y sIC Phone No.: � �-f�l W03 Fax No.: CV'. Lp• t, Email: NA/C,Q,,� Jv - "vw Cd,Q �1 11 O1 ©2014 Stantec 1 193801994 00 41 10-11 BID FORM CNA SURETY Bid Bond Bond No. Bid Bond CONTRACTOR: SURETY: Western Surety Company:South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Northwest Asphalt, Inc. of business) 1451 Stagecoach Road, Shakopee, MN 55379 333 S.Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or CITY OF OAK PARK HEIGHTS modification. 14168 OAK PARK BOULEVARD Any singular reference to Contractor, Surety, Owner or OAK PARK HEIGHTS,MN other party shall be considered 5% FIVE PERCENT OF THE AMOUNT BID plural where applicable. BOND AMOUNT: PROJECT: (Name, location or address,and Project number, if any) 2014 STREET RECONSTRUCTION OAK PARK HEIGHTS,MINNESOTA 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(1)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 21ST day of FEBRUARY 2014 Northwest Asphalt, Inc. '� :° a ..,yam (Princi.al)� . (Seal) (Witness) 'tie)Michael B.Pfeiffer,Presit f ' Weste n Surety Company ( (Seal) VV at ess) (Title)Amy M Bums,Attorney-in-Fact CAUTION: You should sign an 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. CORPORATE ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF SCOTT On this 21ST day of FEBRUARY 2014 before me personally appeared Michael B. Pfeiffer to me known, who being by me duly sworn, did say that (s) he is President of the NORTHWEST ASPHALT, INC., the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order. e'','••T1) MYs: rØS T. CYNTHIA LADZUN Notary Public (Notary Public) ra_';✓ January 31, 201 7 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this21ST day of FEBRUARY , 2014 before me personally appeared Amy M. Burns to me known, who being by me duly sworn, did say that (s) he is the aforesaid Attorney-in-Fact of the WESTERN SURETY 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 on 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. / (N6tary Public) MEAGAN�I Mqrr o u MINNESOTA 41;, MYCOMMiSSIOrou S00/18 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 Amy M Burns,Todd A Kelsey,Meagan Manthei,Daniel R Boerboom,Individually of Bloomington,MN,its true and lawful Attorney(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 29th day of August,2012. WESTERN SURETY COMPANY a^ •z e RSFSA`. f�` •� ot 'aul T.Bruflat,Vice President State of South Dakota } ss County of Minnehaha On this 29th day of August,2012,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. My commission expires J.MOHR June 23,2015 SEAL NOTARY PUBLIC SEAL r SOUTH DAKOTA �YM�rM,WrsSti44h,tiVn4S4ti+ 1 /_ d l UyT lJ`✓Il 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 on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 21ST day of FEBRUARY , 2014 elarr WESTERN SURETY COMPANY f;SE Ay As tN DA e m«x L.Nelson,Assistant Secretary Form F4280-7-2012 J RL Larson Excavating, Inc. Stantec BIDDER: DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date 1 2/18/14 2 2/19/14 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,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 Biddina Documents. 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. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM all n J. The Bidding Documents are generally sufficient to indicate and convey understanding o f a 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 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 confract. 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. Nnthino in this nnrnnrnnh is intended to restrict Ricter's rinhts to chnllenne n cnntrnct nursunnt to low. 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 1 1.03.8 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. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS jj��//�� 1 MOBILIZATION LS 1 $ c. 5 /e jj��OO'� Rac 000 ,00 2 TRAFFIC CONTROL LS 1 $ IC S00-00 $ `1 c o• 3 TEMPORARY MAIL LS 1 $ C20 $ 4 INLET PROTECTION EA 34 $ °GG $ , `' /�, '(� 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ j -00 6 REMOVE LANDSCAPING LS 1 $GU $ �r Or- 7 REMOVE SIGN EA 50 $ vO $ 8 REMOVE STREET SIGNS EA 21 $ `�•GU $ ^ Stv7 GU 9 SALVAGE AND REINSTALL SIGN EA 55 $ /30'06) $ l )Se)`o 10 REMOVE TREE EA 45 $ 'GO $ 'ate I 96 ©2014 Stantec 1 193801994 00 41 10-2 BID FORM 11 REMOVE RETAINING WALL LS 1 $ ��� `` $ d'a° 12 REMOVE BOLLARDS LS 1 $_ 'OCJ $ ,C5Ine 'O d 13 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS I $ ''' j12f,'G0 $ a5-00'0` REMOVAL ' �/ 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ )'� W-C $ e iN `Ud 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ d'C' $ (U. AO 'OC) 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ 'CO $ I tifiUO•ov 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ 1J 00 $ e-D•Gd 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ 5'0° $ 9q00.0° 19 REMOVE CONCRETE WALK SF 1000 $ 9°OU $ .9.10.40 20 REMOVE GRAVEL DRIVEWAY SY 260 $ )'�U $ 39G'0e) 21 COMMON EXCAVATION(P) CY 22270 $ � OU $ 15 t9'06° 22 SUBGRADE EXCAVATION (CV) CY 4800 $ 7 00 $ 33/o�av 23 AGGREGATE BASE,CLASS 5 TN 24900 $ `"(.00 $ �9C-I,(00' 24 SELECT GRANULAR BORROW(MODIFIED) TN 9500 $ R,OU $ --A.,,d co'0O 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ 1®°0 C) $ c . o. 0C-15/•°° AGGREGATE AND FILTER FABRIC 2 l� / q 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ 3• IL 7~ $ C� /5—q•• c 5 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ &a a 0�.7 $ (Rod LP/5'.• ec, 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ IDS. Ob $ 0715960, 00 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 365 $ l a • 00 $ 335 go.°I° 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $ 1 '46. 60 $ 87.0Q , 00 31 6"CONCRETE DRIVEWAY SF 3050 $ Lk.t...t,,c $ 1l'',‘CiS)- ) 32 B618 CONCRETE CURB AND GUTTER LF 1480 $ I'D-00 $ '-17"d'Cc) 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ 11 .Cv $ as 1a"0e) 34 CONCRETE WALK SF 2000 $ 11-‘ 5 $ 5c f,'a2 35 CONCRETE PEDESTRIAN RAMP SF 200 $ Si'4 $ 1 1.0QG`x) 36 TRUNCATED DOME SURFACE SF 60 $ 3S'oCJ $ a t 00'ce1 37 SEEDING, INCLUDING SEED,FERTILIZER,AND WOOD SY 900 $ 1,7C $ 15756c1 FIBER BLANKET ©2014 Stantec 1 193801994 00 41 10-3 BID FORM 38 HYDROSEED WITH MULCH SY 28600 $ ' $ ` , 310c,rJ 39 SELECT TOPSOIL BORROW CY 1570 $ oO $ 7I19 o ,Od 40 SIGN PANELS SF 58 $ 53•OV $ ?q•G�rJ 41 STREET NAME BLADE SIGNS EA 21 $ 2LD3-UU $ 5S-23•ce} 42 12"SOLID WHITE STOP BAR LF 215 $ 1P'3r) $ 133 Sc) 43 STREET SWEEPER (WITH PICKUP BROOM) HR 1 1 5 $ /c c'O $ tS •Or" TOTAL PART 1 STREETS $ / 7(0 a3 73 PART 2:WATER MAIN 44 TEMPORARY WATER SERVICE LS 1 $ )OC7C7 $ 45 REMOVE WATER MAIN LF 7150 $ (.0'v0 $ L,`c7D0•Uc..) 46 ABANDON WATER MAIN LF 950 $ )S'GU $ 14�SU 47 REMOVE WATER SERVICE LF 2425 $ 1.0'CJCp $ )U S- -)'("e- 48 REMOVE HYDRANT EA 14 $ 343' $ 46co•� 49 REMOVE VALVE AND BOX EA 31 $ 39> $ 50 ROCK EXCAVATION-WEATHERED CY 60 $ LOo $ Lo OO'oc' 51 ROCK EXCAVATION-HARD CY 30 $ •GU $ �SG2�•Gd 52 SAND CUSHION LF 700 $ •06) $ 7.5c)9 4-)c) 53 IMPROVED PIPE FOUNDATION LF 815 $ 9.00 $ '7335 c,ci 54 CONNECT TO EXISTING WATER MAIN EA 11 $ j 'UV $ )' cC)O• x) 55 6'DIP WATER MAIN,CLASS 52 LF 6010 $ 41)• $ 'toy i la•C.C.) 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ LO,Sv $ 1 3Licras'Qf' 57 DIRECTIONAL DRILL 6"PVC,C900 WATER MAIN, LF 620 $ 1^)64.90 $ DLt W0'Ces INCLUDING DUAL TRACER WIRE 58 6"GATE VALVE AND BOX EA 38 $ 1 q '0(-) $ 59 8"GATE VALVE AND BOX EA 9 $ , -pu $ D.CJ`SO'G" 60 WATER MAIN OFFSET-6' EA 4 $ 9c&6.60 $ 11 o`�')O•Gcr 61 WATER MAIN OFFSET-8" EA 3 $ 06;O•Uc� $ //S0 0 2014 Stantec 1 193801994 00 41 10-4 BID FORM 62 HYDRANT EA 21 63 ADJUST HYDRANT EA 5 $ )S—SeD, $ Se)'CL) 64 DUCTILE IRON FITTINGS LB 4160 $ 9- Y7 $ �• 65 INSULATION-4"THICK SY 240 $ )16- $ 1/co 66 1"CORPORATION STOP EA 99 $ 3S3• $ -31-4 67 1"CURB STOP AND BOX EA 99 $ LJ?d $ 1-11,s30,6r) 68 1"TYPE"K"COPPER PIPE LF 2750 $ 39•co $ 69 2"CORPORATION STOP EA 2 $ 2./L06•Oo $ 13 ` 70 2"CURB STOP AND BOX EA 2 $ ��S UG $ �Ijh GU 71 2"TYPE"K"COPPER PIPE LF 130 $ 216•00 $ CO` 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ 3a)`00 $ X7tjOO•0c) 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ C20 $ ` "'O� 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ /Qom`co $ & :: ,0O 75 REPLACE WATER METER EA 8 $ -9)O.co $ 1-1 QCo'G9 TOTAL PART 2 WATER MAIN $ JOS&0��•�e'r PART 3:SANITARY SEWER 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ Jr 2 S o - $ 1.# SZD•cci 77 REMOVE SANITARY SEWER PIPE LF 380 $ 1•GU $ co'of 78 ABANDON SANITARY MANHOLE EA 3 $ 066'�'.) $ 79 ABANDON SANITARY SEWER PIPE LF 200 $ /D•Oe) $ 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ $ 81 REMOVE SANITARY MANHOLE EA 22 $ I15036 $ l 7620 00 t_3o cr 82 8"PVC SANITARY SEWER PIPE SDR 26 LF 215 $ �(O $ 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ -2b.062 $ 1�Nt/O•w 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ DU $ ) CJ`GW 85 8"X4"PVC WYE EA 9 $ 60 $ .ce- ©2014 Stantec 1 193801994 00 41 10 5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ 3- -UU $ 1 0 9-V).CC) 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ w0' $ �c� 88 IMPROVED PIPE FOUNDATION LF 70 $ lS,UU $ 1oSzi.CxJ 89 4'DIAMETER SANITARYSEWERMH EA 23 $ 3gvo-rx) $ S74 C.10 C)c) 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ 9 'GO $ ‘2366,-Cc.) 91 SANITARY MANHOLE OVERDEPTH LF 77 $ 1 s-0•U-J $ i 3sge,' 92 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 26 $ b/96,GO $ 151o64 O,oc:, RINGS p� J 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ �iq,0° $ 4.`4-1 4a'6'd 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ d 7> 'vC) $ 00072 00 TOTAL PART 3:SANITARY SEWER $ 6 L(9'6c> PART 4:STORM SEWER 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 $ / S-'•ao $ _51 S•uJ 0 d 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ �Sb•O $ lU/Sv G 97 REMOVE STORM SEWER PIPE LF 647 $ 1 9.UU $ O_S2s'-c-,ei 98 12"RCP STORM SEWER,CL 5 LF 800 $ 35..,CCU $ 'D 80(X7.4/ 99 15"RCP STORM SEWER,CL 5 LF 1065 $ 3L-OU $ "781. -1 ace) 100 18"RCP STORM SEWER,CL 5 LF 1590 $ .ee $ LeDLif.).cd 101 21"RCP STORM SEWER,CL 4 LF 95 $_ Li 9.00 $ 3 71Qa/ 102 24"RCP STORM SEWER,CL 4 LF 70 $ L'J•O0 $ 3 i si. 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ PG(.3-CO $ 74.1 Ste,Cl. 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 29SZ.)'ed $ l,/ 'Cx' 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 3LIto'Go $ L ' J 106 2'x3'CATCH BASIN EA 32 $ I SD.c° $ 1-1�O`1.4°`°" 107 18"RCP FLARED END SECTION EA 1 $ -2(Z).GU $ `�r�e.c.1 108 24"RCP FLARED END SECTION EA 1 $ ZSUO.00 $ S"-&.9 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ Zi/V`G U $ >1eDG'Gl/ ©2014 Stantec 1 193801994 00 41 10-6 BID FORM 1 HO FURNISH&INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ 6636.GU $ 1..(0,6 6•CCU 111 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ la00•[Z� $ kLoco.GC1 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ 1 gr'GO $ 1 a ' 113 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $ t ? +,oO $ `v(d•C 114 DRAINAGE SWALE GRADING LS 2 $ 'CIt)0•0r, $ �� � 't 115 CLASS III RIP RAP CY 30 $ O5'00 $ o ••■0©,CO TOTAL PART 4:STORM SEWER $ 3cs q � J,?)C PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS 1 $ 3S0©'Cx.) $ o'w WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS 1 $ HOC)•Gc-) $ �!JO'GC./ IMPROVEMENTS 2, 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ ( itPS $ 3 ,6,00 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ '/GU $ OC°'GO 120 AGGREGATE BASE,CLASS 5 TN 250 $ 1 5100 $ 3`2 5-"' co 121 REMOVE WATER MAIN LF 1025 $ 6)•O0 $ Z.n 'C'c) 122 ABANDON WATER MAIN LF 930 $ 1O'r-)e $ 3°°•()C) 123 REMOVE WATER SERVICE LF 200 $ 4)L)0 $ 1.'`-9•Ce) 124 REMOVE HYDRANT EA 4 $ 3co .0o $ I L{00' 125 ABANDON HYDRANT EA 2 $ I Jv '00 $ cr) 126 REMOVE VALVE AND BOX EA 7 $ 3a_C'06) $ . _S 127 ROCK EXCAVATION-WEATHERED CY 20 $ LO,GO $ ) DO.c, ) 128 ROCK EXCAVATION-HARD CY 20 $ �S-6'— $ --S-X-3 oc 129 SAND CUSHION LF 200 $ S' )C) $ -1CYX�'Cel Ud ! 130 IMPROVED PIPE FOUNDATION LF 40 $ ) 7S ' $ '.ce) 131 CONNECT TO EXISTING WATER MAIN EA 2 $ 1IG�•Gr) $ D •0„7: 132 6"DIP WATER MAIN,CLASS 52 LF 330 $ {/).00 $ f'3-S3'C4,7 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ 4! k , $ 3 5io"ci ©2014 Stantec 1 193801994 00 41 10-7 BID FORM 134 6"GATE VALVE AND BOX EA 4 $ I C(00,00 $ -71"a7'06) 135 8"GATE VALVE AND BOX EA 1 of S�d,QO 136 HYDRANT EA 2 $ 211-0S UO $ CCJ 137 ADJUST HYDRANT EA 1 $ lc-SO.00/ $ 138 DUCTILE IRON FITTINGS LB 500 $ '- $ u� 139 INSULATION-4"THICK SY 0 $ a•00 $ (2)•6(71 140 1"CORPORATION STOP EA 5 $ 33.00 $ 141 1"CURB STOP AND BOX EA 5 $ L1,��1 ,00 $ 935z)-Gc, 2` 142 1"TYPE"K"COPPER PIPE LF 225 $ -��•0 ) $ 7!. S J'C-c) 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ Jed'GU $ I 'C-6( 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ g`C>a $ I 16 d0 ' GO TOTAL PART 5:STAGECOACH TRAIL NORTH -WATER MAIN $ I tts °D,93.60 IMPROVEMENTS ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD �] 145 MOBILIZATION LS 1 $ a6-00'11° $ 450O•t7D 146 TRAFFIC CONTROL LS 1 $ �rGL2 $ .c' 147 REMOVE STORM SEWER LF 160 $ 16 -l�U $ `DDLIC7•C-ci 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ 30 $ k y`w 00 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ d),00 $ °)."3O,U� 150 AGGREGATE BASE,CLASS 5 TN 650 $ /6'00' $ (1/2V'GG 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ 3• 7 $ 959 'XS- , 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 410 $ X001 - $ a 55da ° '-D 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ 68 . 00 $ 7 886 . ®O 154 15"RCP STORM SEWER,CL 5 LF 70 $ 3 .UD $ PSDO' 155 18"RCP STORM SEWER,CL 5 LF 30 $ c- $ 11LdO-00 156 21"RCP STORM SEWER,CL 4 LF 60 $ '1) $ 157 15"RCP FLARED END SECTION EA 2 $ Cy- •G $ / 'O-' ©2014 Stantec 1 193801994 00 41 10-8 BID FORM 158 18"RCP FLARED END SECTION EA 2 $ $ k 3coo' cxJ 159 21"RCP FLARED END SECTION EA 2 $ -7c0'0d $ SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 2500 $ / 30 $ 31 o.re-) FIBER BLANKET aa�� 161 SELECT TOPSOIL BORROW CY 300 $ d 0'GU $ Coo oo' 66' 162 SIGN PANELS SF 13 $ 53•CO $ Lo 7•co 163 12"SOLID WHITE STOP BAR LF 25 $ c $ I D.-.c)0 164 STREET SWEEPER(WITH PICKUP BROOM) HR 5 $ MO, GU $ 560` Oa TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ H 3 "708• .75. ROAD ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS / 165 MOBILIZATION LS 1 $ vv/C'G`� $ pG 6 YO G" 166 TRAFFIC CONTROL LS 1 $_ 2 Oa $ GY''00 167 REMOVE TREE EA 3 $ L•0O $ D06'O0 168 REMOVE WATER MAIN LF 250 $ $ 1-c00'00 169 IMPROVED PIPE FOUNDATION LF 25 $ C7•vU $ 0.S Od 170 6"DIP WATER MAIN,CLASS 52 LF 250 $ O $ LaCtDO'Cr-) 171 DUCTILE IRON FITTINGS LB 200 $ C.CEO $ 1 5yZCI Ci 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ ‘6,(5 $ 1575,U G 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ J'30 $ ) (10 oc) FIBER BLANKET 174 HYDROSEED WITH MULCH SY 800 $ 1 , GU $ &310,-C 175 SELECT TOPSOIL BORROW CY 150 $ 20, GU $ 3 GDO`!o TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $ L4 c q40 .00 AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 /� n „L7.4- MOBILIZATION LS 1 $ S-060*06 $ 5✓f� CO• 00 (fl -175 TRAFFIC CONTROL LS 1 $ ?C '60 $ ,1-746 .176 ADJUST FRAME,RING,AND CASTING EA 60 $ 360. 0o $ A f 000 • 0 0 ©2014 Stantec 1 193801994 00 41 10-9 BID FORM 1-7ct „J..7.7.- ADJUST VALVE BOX EA 52 300 Ob 16600. OO (6O 1-78 DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ 3. 30 $ ` 5R5 7. S ) BID ITEM#26 !_�j n ^-�/ Q 00 (41 174' DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)- TN -3220 $ 6J 7'.ro $ - ,Q" ! ., !0 e BASE BID ITEM#28 f ,, c612 1$ 6 f6 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $ 3. 75 $ `aS '• coisrl, TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)-2015 TN 3220 $ 1 CR• 00 $ 3/81-/O e OD 1 1I82 IT SOLID WHITE STOP BAR LF 215 $ U© $ TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 68a53. -7-6- v a 5 3° 7-6- BASE BID SUMMARY: TOTAL PART 1 STREETS $ 1 7 6 a 375; TOTAL PART 2 WATER MAIN $ ' 056 oc . c/ TOTAL PART 3:SANITARY SEWER $ : oc2 Lo 0 TOTAL PART 4:STORM SEWER $ ? T33•06' TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $ 1 US D 'C / MAIN IMPROVEMENTS TOTAL BASE BID $ 36 a4a d°15. TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $ 113 7 0 e 07 5- TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH—WATER MAIN $ 4 L\ 'W IMPROVEMENTS 66 2 �� TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ .5 ° ©2014 Stantec 1 193801994 00 41 10-10 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.8 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. 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 ,2014. If Bidder Is: A Corporation Corporation Name: RT, Larson Excavating, State of Incorporation: Minnesota Type(General Business,Prof- Service,Limited Liability): General Business By: 4/ (Signature . Name(typed or printed): Douglas Moen Title: Vice President Atte 11 :t'i/,'AV (CORPORATE SEAL) (Signat re of Corporate Secretary) Business Str et Address(No P.O.Box#'s): 2255 12th Street SE St. Cloud, Minn 56304 PhoneNo.: 320-654-0709 FaxNo.: 120-654-1021 Email: dnjm @uslink.net 0 2014 Stantec 1 193801994 00 41 10-11 BID FORM y IMP -�- - Document A310TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) R L.Larson Excavating,Inc. Merchants Bonding Company ADDITIONS AND DELETIONS: 2255 12 The author of this document has Street SE 2100 Fleur Drive St.Cloud,MN 56304 Des Moines,IA 50321 added information needed for its completion.The author may also OWNER: have revised the text of the original AIA standard form.An Additions and (Name, legal status and address) Deletions Report that notes added City of Oak Park Heights information as well as revisions to the 14168 Oak Park Boulevard standard form text is available from Oak Park Heights,MN 55082 the author and should be reviewed.A vertical line in the left margin of this BOND AMOUNT:$Five Percent of the Bid, 5% document indicates where the author has added necessary information PROJECT;. and where the author has added to or (Name, location or address, and Project number, if any) deleted from the original AIA text. 1 2014 Street Reconstruction This document has important legal consequences.Consultation with an The Contractor and Surety are bound to the Owner in the amount set forth above,for the attorney is encouraged with respect payment of which the Contractor and Surety bind themselves,their heirs,executors, to its completion or modification. 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 Any singular reference to Contractor, the time specified in the bid documents,or within such time period as may be agreed to by Surety,Owner or other party shall be the Owner and Contractor,and the Contractor either(1)enters into a contract with the considered plural where applicable. 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. AIA Document A310TM—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA Document Init. is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA' Document,or any portion of it, it may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by t AIA software at 10:38:06 on 02/14/2014 under Order No.5391212387_1 which expires on 07/06/2014,and is not for resale. User Notes: (1398240376) Signed and sealed this 14th day of February,2014 R.L. Larson Exc ing,Inc. (Contractorps rincipal) (Seal) 1 il /'' it,, s) (7" )Douglas Moen, Vice President Merchants Bonding Company ( 4 jjseai) 1 f 1 1 J...,fiCl-C--e-lt.. .1.1,CI 1 (Witness (Title) ebecca J. Hecke ,Attorney in Fact AIA Document A310 T'''-2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA°Document Init. is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA Document,or any portion of it, 2 may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by t AIA software at 10:38:06 on 02/14/2014 under Order No.5391212387_1 which expires on 07/06/2014,and is not for resale. User Notes: (1398240376) ACKNOWLEDGMENT OF PRINCIPAL(CORPORATION) State of Minnesota ) County of Sh&rhurnP ) On this 20th day of February 2014, before me personally appeared Douglas Moen known to be the Vice President of the corporation that is described in and that he or she executed the within instrument, and acknowledged to me that such corporation executed the same. EILEEN C. SCHAEFER °TR`Y PUBLIC-MINNESOTA J/4—�[e v`" My Comm.Exp.Jan.31,2015 C- teRNAMMANWWWWWWAMMONI ACKNOWLEDGMENT OF PRINCIPAL(INDIVIDUAL OR PARTNERSHIP) State of ) County of ) On this day of 2014, before me personally Appeared known to be the person described in and who executed the within instrument, and acknowledged to me that he/she executed the same. ACKNOWLEDGMENT OF SURETY State of North Dakota ) County of Cass On this loth day of February 2014, before me personally appeared Rebecca J. Hecker known to be the person who is described in and whose name is subscribed to the within instrument as Attorney in Fact of Merchants Bonding Company and acknowledged to me that he or she subscribed the name of Merchants Bonding Company thereto as his or her own name as Attorney in Fact. BpIDGET HELM i 4 Notary Public 0 4 State of North Dakota My Commission Expires Oct. 8,2019 • 1 M..ERCHANT�S BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, Daniel Armbrust; Darthy Brown; Rebecca Hecker; Thomas Dawson; Wayne L Lauwers of Fargo and State of ND their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name,place and stead,to sign,execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, 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." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 2nd day of March , 2012. �,,�� 11017400,'• • *. . COI&•w,o•. MERCHANTS BONDING COMPANY(MUTUAL) ;�sj`. 4POF4,•'_ ;���pRPOA4•i.. MERCHANTS NATIONAL BONDING,INC. I di -0- ;4 r •Z,— -o- fl:36 .t` 20,?3 :« ''.y%. 1933 :'ti: By aZir.ijor..; 7,4_, STATE OF IOWA ,4 .+� • COUNTY OF POLK ss. �'•"""„woo.”- President On this 2nd day of March , 2012,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is 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. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. ,t. MARANDA GREENWALT " Commission Number 770312 (FLA My Commission Expires � October 28,2014 Notary Public,Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., 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 and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 14th day of February , 2014 • 010 0■!b„p ."a..... � C •• "'V:. . '. ; ff'.. o. o p o •• '' = :1.:. 1933 ;�;• Secretary =#0`• 2003 « - :s�, •„.,,. POA 0014(11/11) ''-,¢4yz.........;,ri,`I� •.ki •. .•'�.Ca: BI DDER: Q� i�� Stantec DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date 11-\ Bolo aoot. 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,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 Biddina Documents. 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. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM 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 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. Nothinn in this nnrnnrnnh is intended to restrict Binders rinhts to cholipnne o contrnct nursunnt to low 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. INo. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS / z l� 1 MOBILIZATION LS 1 $ /367a'c,oc $ ( / "'I Udo' va 2 TRAFFIC CONTROL LS 1 $ OOO $ /5/ OOV 3 TEMPORARY MAIL LS 1 $ 5�000'Gb $ S,o00.CO 4 INLET PROTECTION EA 34 $ 300.00 $ \p,Qoac 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ \-75 $ a5• O.bo 6 REMOVE LANDSCAPING LS 1 $ o`,0(b0,00 $ la4(GV CO 7 REMOVE SIGN EA 50 $ O O $ ` STO. 0 8 REMOVE STREET SIGNS EA 21 $ �J+'i' 0 $ 5;s. 0 9 SALVAGE AND REINSTALL SIGN EA 55 $ /; • C 0 $ 6�- ��© 10 REMOVE TREE EA 45 $ ✓ o 0' 0„, $!3/ s-00'aa ©20145tantec 1 193801994 004110-2 BID FORM 11 REMOVE RETAINING WALL LS 1 $ 0a400,01) $ a.AC' o.cD7 12 REMOVE BOLLARDS LS 1 $ 600'CO $ laO.vo 13 CLEARING AND GRUBBING, INCLUDING LARGE STUMP LS 1 $ (01,5-00,o 0 $ l0 S-00, l REMOVAL 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ \-at. $ Sa.$t°tA.00 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ 3'00 $ a.\oO.QO 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ \.' b $ k\8-ta CO 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ W.00 $ H,'OO Lao 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ tk.00 $ \ °‘e2tp.00 19 REMOVE CONCRETE WALK SF 1000 $ .501 $ 5aO.UC) 20 REMOVE GRAVEL DRIVEWAY SY 260 $ '.3.CC) $ 1$oLDO 21 COMMON EXCAVATION (P) CY 22270 $ kS• •g $ 3531LA1.to0 22 SUBGRADE EXCAVATION(CV) CY 4800 $ \5.38 $ --N.,a .co 23 AGGREGATE BASE,CLASS 5 TN 24900 $ \k Rb $ acv-I:is oA.co 24 SELECT GRANULAR BORROW (MODIFIED) TN 9500 $ C‘'1::b $ $kn,trto,00 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ an SD $ 5a,CCO. AGGREGATE AND FILTER FABRIC ) 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $ d` 1 0 $ 3, 9 O ' D 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ (90.V` a O $ ` �73i .200,, ��a 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ ?v+ 0 $ �j o tV,"U 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 365 $ ! - ,'J 00 $_ 45j 6•7-5--. U 0 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $- 75.v0 $_ J 0Q•, U `` 7"). 5-° 31 6"CONCRETE DRIVEWAY SF 3050 $ 4, 4T $ /3 J 32 B618 CONCRETE CURB AND GUTTER LF 1480 $ 9, J $ /3/ 6 9'0, 00 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ a• S $ O �"OV 34 CONCRETE WALK SF 2000 $ 3,- 94c $ 7/ 900'4'62 35 CONCRETE PEDESTRIAN RAMP SF 200 $ 4, c1-5- $ 9 90 . 00 36 TRUNCATED DOME SURFACE SF 60 $ 0,00 $ ii'"',00 3 37 SEEDING, INCLUDING SEED, FERTILIZER,AND WOOD SY 900 $ \ •a5 $ \.\as.cso FIBER BLANKET ©2014 Siantec 1 193801994 00 41 10-3 BID FORM 38 HYDROSEED WITH MULCH SY 28600 $ ,1215 $ au\:310.op 39 SELECT TOPSOIL BORROW CY 1570 $ tb•OD $ asl\ao.DO 40 SIGN PANELS SF 58 $ J -C), CIO $ O '00 41 STREET NAME BLADE SIGNS EA 21 $ ?5-6)1 60 $ 5 $o°Oa 42 12'SOLID WHITE STOP BAR LB 215 $ WE 0 b $ ! o<9o, co 43 STREET SWEEPER WITH PICKUP BROOM) HR 115 $ `SC)'CO $ `, ,aC0•Or) TOTAL PART 1 STREETS $ /) 9i Is 16F.I0 PART 2:WATER MAIN 44 TEMPORARY WATER SERVICE LS 1 $ a3,\OO•CC) $ 3N\DO•°0 45 REMOVE WATER MAIN LB 7150 $ 5.30 $ 3-kcgek5•oo 46 ABANDON WATER MAIN LF 950 $ 3-`-`5 $ 3,ate,SO 47 REMOVE WATER SERVICE LB 2425 $ -0\ $ au.•a5 48 REMOVE HYDRANT EA 14 $ o'Z$%.0O $ `-'j.0 .00 49 REMOVE VALVE AND BOX EA 31 $ \5.UU $ 3,5 65.0(0. 50 ROCK EXCAVATION-WEATHERED CY 60 $ \Z-30 $ k,e)3W.Loo 51 ROCK EXCAVATION-HARD CY 30 $ \lc.Ob $ 3,'1so.oa 52 SAND CUSHION LF 700 $ S.,OS $ 5t to'35.OE) 53 IMPROVED PIPE FOUNDATION LF 815 $ q.15 $ 4l wL81o.a5 54 CONNECT TO EXISTING WATER MAIN EA 11 $ `g 310.00 $ q,i°tb•00 55 6"DIP WATER MAIN, CLASS 52 LF 6010 $ .\b $ aag,g$\.00 56 8"DIP WATER MAIN, CLASS 52 LB 2840 $ \AT 05 $ \3b,,4ba.co 57 DIRECTIONAL DRILL 6"PVC, C900 WATER MAIN, LF 620 $ 3(-0' O 0 $ f 3?0.0 a INCLUDING DUAL TRACER WIRE 58 6"GATE VALVE AND BOX EA 38 $ \‘5k90-00 $ 5• 1.a••BO.aD 59 8'GATE VALVE AND BOX EA 9 $ a:3\oo.DO $ a1 layo,.0a 60 WATER MAIN OFFSET-6" EA 4 $ a,tgO•00 $ a,°1o.OD 61 WATER MAIN OFFSET-8" EA 3 $ . S 0.0D $ 2,1-\\D0•°O ©2014 Stantec 1 193801994 00 41 10-4 BID FORM 62 HYDRANT EA 21 $ 1{,31.6.00 $C\\,S1cO.00 63 ADJUST HYDRANT EA 5 $ 150.00 $ 3,`150.00 64 DUCTILE IRON FITTINGS LB 4160 $ .0■ $ %.100 65 INSULATION-4"THICK SY 240 $ 51.10 $ \3,cig AS.hb 66 1"CORPORATION STOP EA 99 $ \ifA.00 $ \B, 11o.00 67 1"CURB STOP AND BOX EA 99 $ 31-10.00 $ 3■-►,aSA-00 68 1"TYPE"K"COPPER PIPE LF 2750 $ • 3.00 $ \\$, 24:>•00 69 2"CORPORATION STOP EA 2 $ Icaa.rao $ \,a'. y.00 70 2"CURB STOP AND BOX EA 2 $ $$\.00 $ \310a.00 71 2"TYPE"K"COPPER PIPE LF 130 $ LA.60 $ S,3°ll Ap 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ a\3.00 $ \°l,r]g...OD 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ 3 . C 0 $ '7, 5-00•CO 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ 3.\10.00 $a4.Sgb.00 75 REPLACE WATER METER EA 8 $ 51b.0o $ A,1o0g.CO TOTAL PART 2 WATER MAIN $--110) 469. (o0 PART 3:SANITARY SEWER 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $_V .R.o0 $ balbo.0 0 77 REMOVE SANITARY SEWER PIPE LF 380 $ S"15 $ a As.Oo 78 ABANDON SANITARY MANHOLE EA 3 $ .D.S`N•00 $ -1-1-1-00 79 ABANDON SANITARY SEWER PIPE LF 200 $ °CO $ \138dAo 80 BULKHEAD SANITARY SEWER PIPE EA 1 $ \\S.Qc $ \\5•170 81 REMOVE SANITARY MANHOLE EA 22 $ 3tMo.00 $ 1,10\o1.00 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ 1Qi411/40 $ \`1.001 .00 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ g5.SO $ \b.30a•Od 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $_ 5 1/44l.o0 $ ezzi,a,Nl.00 85 8"X4"PVC WYE EA 9 $ tc5\.00 $ 5,tSqix) ©2014 Stantec 1 193801994 00 41 10-5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ x1.30 $ Vk,V,d3.o6 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ \q0O-oe) $ ` to4.00 88 IMPROVED PIPE FOUNDATION LF 70 $ S SC) $ tk(no.00 89 4'DIAMETER SANITARY SEWER MH EA 23 $ .6 30- $ '`"o.00 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ b,3t►D•OD $ (ot3AO•C0 91 SANITARY MANHOLE OVERDEPTH LF 77 $ Vck•00 $ CV.1V03.00 92 FURNISH &INSTALL NEW SANITARY MH CASTING AND EA 26 $ cg 36-00 $ a\,1C.GU RINGS ] _471.31_"0_16 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ 3 I a 0 O $ p 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ 08, 0 $ i to .?nd TOTAL PART 3:SANITARY SEWER $ t 1 b r?. 06 PART 4:STORM SEWER 95 REMOVE STORM SEWER CASTING AND RINGS EA 41 $ V11.00 $ 1,log3-oo 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ 3‘-‘b.00 $ k0,034.00 97 REMOVE STORM SEWER PIPE LF 647 $ q-a0 $ 5,1saAO 98 12"RCP STORM SEWER,CL 5 LF 800 $ 30.130 $ aymo.00 99 15"RCP STORM SEWER,CL 5 LF 1065 $ 3a Y2C) $ 3A ,b1a.5o 100 18"RCP STORM SEWER,CL 5 LF 1590 $ 33.1o0 $ 53.`kaA.o0 101 21"RCP STORM SEWER,CL 4 LF 95 $ \AS•yb $ Wt, \ ,O) 102 24"RCP STORM SEWER, CL 4 LF 70 $ 55.--11) $ 3,gcn.an 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ caC7°10,C0 $�A::■100.0.7 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 'A,'150•CC) $ 5.60D,CO 105 6' DIAMETER STORM SEWER MH OR CBMH EA 2 $ 3:1\1d00 $ 1°V 0.00 106 2'x3'CATCH BASIN EA 32 $ tAtao.00 $ S3,-11cb.00 107 18"RCP FLARED END SECTION EA 1 $ 5656.00 $ 53,51,0.0t, 108 24"RCP FLARED END SECTION EA 1 $ ',336icD $ k 330.co 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ SAS $ 5,C1S$.00 ©2014 Stantec 1 193801994 00 41 10-6 BID FORM 1 110 FURNISH&INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ 'lya.00 $ A,4,gy.0O 1 1 1 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ 3ye•OO $ b,aa$.co 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ 5-L7'0° $ 4,03`N•Oo 113 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $ \�\S.O0 $ k015%0.00 114 DRAINAGE SWALE GRADING LS 2 $ o� 0 .06 $ 4 OOO,6Q 115 CLASS III RIP RAP CY 30 $ \Oq.O 0 $ 3;a-toAD° TOTAL PART 4:STORM SEWER $3T o 3 .p 6 PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS 1 $ \`aS0.0o $■\ *_50_[70 WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS 1 $ SD 0r0O $ 6-©O.0 O IMPROVEMENTS ^p� ^ 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ `•0`-O $ d`Sbc.,,'00 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ 3,60 $ co,,,,, 120 AGGREGATE BASE,CLASS 5 TN 250 $ \\5W $ a°\°0.01) 121 REMOVE WATER MAIN LF 1025 $ ..\d0 $ y`'I\S.00 122 ABANDON WATER MAIN LF 930 $ 3 A5 $ 3,alo$•50 123 REMOVE WATER SERVICE LF 200 $ .O\ $ f .CO 124 REMOVE HYDRANT EA 4 $ [31$56.00 $ \,\Sa.00 125 ABANDON HYDRANT EA 2 $ a30000 $ \Moo.0n 126 REMOVE VALVE AND BOX EA 7 $ \VS-OO $ $05.00 127 ROCK EXCAVATION-WEATHERED CY 20 $ M%0 $ 3y0..Q • 128 ROCK EXCAVATION-HARD CY 20 $ \\S„0C, $ a,300.co 129 SAND CUSHION LF 200 $ S.OS $ k j,e,\O.cU 130 IMPROVED PIPE FOUNDATION LF 40 $ 5.-15 $ a30•C° 131 CONNECT TO EXISTING WATER MAIN EA 2 $ c36.OV_ $ \,10-10. •j•^ 4\\o 132 6"DIP WATER MAIN,CLASS 52 LF 330 Wac7k2rei $ t "_A`b aa5 3y,-mo:co 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ fk• ©2014 Stantec 1 193801994 00 41 10-7 BID FORM 134 6"GATE VALVE AND BOX EA 4 $ \,1c-10.00 $ ko.t480.0D 135 8"GATE VALVE AND BOX EA 1 $ .3t.oti.00 $ a.3%.0.00 136 HYDRANT EA 2 $ %-\.;3•00.00 $ S..1a0.C70 137 ADJUST HYDRANT EA 1 $ `634.00 $ -15a.oO 138 DUCTILE IRON FITTINGS LB 500 $ .0 B $ S.00 139 INSULATION-4"THICK SY 0 $ d $ a 140 1"CORPORATION STOP EA 5 $ \SA .00 $ C\a0.00 141 1"CURB STOP AND BOX EA 5 $ 3v,,,,A D $ \;13d. O 142 1"TYPE"K"COPPER PIPE LF 225 $ l'1/46.1\° $ VO,L1ot6.O0 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ ca\' OO $ \ O- 0.00 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ 3.5-,0 0 $ /Id "V•C GI TOTAL PART 5:STAGECOACH TRAIL NORTH -WATER MAIN $ / c c/ '7 ' SU IMPROVEMENTS ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD 145 MOBILIZATION LS 1 $ ?goo.00 $ 2p 00. CO 146 TRAFFIC CONTROL LS 1 $ 3 OO'60 $ 5-00.00 147 REMOVE STORM SEWER LF 160 $ t_aS $ ‘..\‘ ►.DO 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ \ _aCg $ ,∎ _ads 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ 3.O b $ 3 -\ c 150 AGGREGATE BASE,CLASS 5 TN 650 $ \\ .4:;\lp $ 1 174.0D 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ d 'c) 0 $ 6 o s,00 152 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 410 $ 62o, 00 $_ _____/_6_0_0.O 0 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ /O+J6 $ 2?/705, dO 154 15"RCP STORM SEWER,CL 5 LF 70 $ -'0O $ a•ASC"•00 155 18"RCP STORM SEWER,CL 5 LF 30 $ 3-1.a O $ \ \N10.e0 156 21"RCP STORM SEWER,CL 4 LF 60 $ Ao-Sr) $ a.1.3o-Op 157 15"RCP FLARED END SECTION EA 2 $ -11a.ig)_ $ \)6S53.e0 ©2014 Stantec 1 193801994 00 41 10-8 BID FORM 158 18"RCP FLARED END SECTION EA 2 $ iS3.00 $ \10t.-00 159 21"RCP FLARED END SECTION EA 2 $ \,\30.00 $ a.,aL. .00 160 SEEDING,INCLUDING SEED, FERTILIZER,AND WOOD SY 2500 $ \ .\5 $ aw1)15.00 FIBER BLANKET 161 SELECT TOPSOIL BORROW CY 300 $ \b•Oz $ ssooco 162 SIGN PANELS SF 13 $ c©"4-3J $ lO CO 5O, 163 12"SOLID WHITE STOP BAR LF 25 $ /5-•• 0 0 $ 375 ido 164 STREET SWEEPER (WITH PICKUP BROOM) HR 5 $ \So.00 $ --1 O.00 ,3 �/ ?7 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ 9 ROAD / . 7 s o ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS 165 MOBILIZATION LS 1 $ 4,5-06. •!?b $ l S OO,0 c 166 TRAFFIC CONTROL LS 1 $ 06'00 $ c""$00 167 REMOVE TREE EA 3 $_ 3 60164 $ 9oo, 00 168 REMOVE WATER MAIN LF 250 $ 56,05 $ a.oxa-St, 169 IMPROVED PIPE FOUNDATION LF 25 $ 5 .D0 $ acx on 170 6"DIP WATER MAIN, CLASS 52 LF 250 $ %\3 AD $ k0,15A,ri) 171 DUCTILE IRON FITTINGS LB 200 $ . ON $ a.o0 Q 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ I+0Q $ /62 'O#00 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ ` A 5 $ ..szip FIBER BLANKET 174 HYDROSEED WITH MULCH SY 800 $ \.as $ \pct.Ob 175 SELECT TOPSOIL BORROW CY 150 $ 16 OD $ Q,4Oo to TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $ di) ' 4 ` c c' AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 //"�� 13� MOBILIZATION LS 1 $ �00.0)) $e� .5.-0 0 . 4 0 Yer \710 � Ptak. `-o 1,145 TRAFFIC CONTROL LS 1 $ //500,0? $ //Y O o . oo Ida vr6 l7e, ADJUST FRAME,RING,AND CASTING EA 60 $\'' -01/. $ \O.rc 00 Old ©2014 Stantec 1 193801994 00 41 10-9 BID FORM Qj..c . ANA„ `-1ci ADJUST VALVE BOX EA 52 * r" OD ik Q tOoo'o-z) `co ). DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ +o . $ - jp ND+CEO ' BID ITEM#26 D Co 7 0I0.aD Nik 17A, DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)- TN -3220 $ $ t BASE BID ITEM#28 Va'a .1.80 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $ c ,,40 $_:49_21 ,e 0 VS 1,$.1 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)-2015 TN 3220 $ 73° .70 $ ;237/ 314 d'C) %IA Lie 12"SOLID WHITE STOP BAR LF 215 $ 10.0 0 $ /), 90'c'V TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ p2?./ 9 7t.DO BASE BID SUMMARY: TOTAL PART 1 STREETS $ I I 1 4pg'i /0 TOTAL PART 2 WATER MAIN $ / 46/ 4 0. 6 o TOTAL PART 3:SANITARY SEWER $ 3 III b, ,60 ,1 TOTAL PART 4:STORM SEWER $ 3.13, 032'90 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $ /? 777. 5"o MAIN IMPROVEMENTS f TOTAL BASE BID $7j (fl l/ 5o I `10 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $C _41.2 .2 , TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN $ 1 514i,-5V IMPROVEMENTS �j TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 2/j ' 7,60 ©2014 Stantec 1 193801994 00 41 10-10 BID FORM 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. 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 cob DA 2014. If Bidder Is: A Corporation *� 1r Cn•-/fK. Corporation Name: R SS-Ncc ,r,@ State of Incorporation: (General Business, Profe. 'anal,Service, Limited Liability): G r e'ra' bOSZiNe5S By ie J (Signature) Name (typed or printed): Sit- \c e..c‘ J O`nn5vK1 Title: Attest C (CORPORATE SEAL) (Signature of Corp rat Secretary) Business Street Address (No P.O.Box#'s): at 3 �.� 46 Mom NNa . 5505k Phone No.: -5. 0-bra Fax Fax No.: 3 e7- C>-\oZ9l" 4.\5.{ Email: aaNE e&`, O'neC,Cr% V.Co' ©2014 Stantec 1 193801994 00 41 10-11 BID FORM • THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Redstone Construction Company, Inc. P.O. Box 218, Mora, MN 55051 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square, Hartford, CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Boulevard, Oak Park Heights,MN 55082-6476 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of 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 2014 Street Reconstruction 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 materials 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 , 2014 Redstone Construction Company, 1.c. j,-ry pal) (Seal) (Witt B ephe A. John,• President (77Ue) ��utiuuai3ai�ruilu p�OSU /b , ��t "s; � Travelers Casualty and Surety Company of America f:JAFiTFORD, g c S ty) (Seal) CONN. in •.Nn•� atmo 0- Au y-in :clan J. Oest eich (Title) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 r ACKNOWLEDGMENT OF CORPORATION State of Minnesota ) ) ss. County of Hennepin ) On this 21st day of February 20 14 , before me appeared Stephen A. Johnson ,to me personally known,who, being by me duly sworn, did say that he is the President of Redstone Construction Company,Inc. ,a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation, (If no seal, so state, and strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Stephen A. Johnson acknowledged said instrument to be the free act and deed of said corporation. Notary Public ,,,..resoNo— County, g-_ My commission expires SUSAN M MCNEILLY ' \ NOTARY PUBLIC-MINNESOTA ' • MyComn isa,€xpire§Jan.31,2015 ✓.lam'. r..-,�JY. C/l ice':i-i:.. "'. `` CJl ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ) ) ss. County of HENNEPIN ) On this 21st day of February 2014 , before me appeared Brian J. Oestreich ,to me personally known, who, being by me duly sworn, did say that he is the Attorney-in-Fact of Travelers Casualty and Surety Company of America 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 Brian J. Oestreich acknowled' -. •id instrument to be the free act and deed of said corporation. Notary Public Ramsey County, Minnesota � y4> LIN ULVEN My commission expires: 01/31/15 4_P�P�"x@ NOTARY PURLI(-MINNESOTA z{(.LAS.��'MY COMMISSION EXPIRES JAN 31,2015 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS J� POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226318 Certificate No. 005648891 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Bruce N.Telander,Donald R.Olson,John E.Tauer,Linda K.French,R.W.Frank,Craig Remick,Rachel Thomas,Nicole Nelson, Joshua R.Loftis,Brian J.Oestreich,Sandra M.Doze,Jerome T.Ouimet,Christine M.Hansen,D.R.Dougherty, Jack Cedarleaf II, Kurt C.Lundblad,Pamela T.Curran,and Melinda C.Blodgett of the City of Minneapolis ,State of Minnesota ,their true and lawful Attorne s)-in-Fact, Y(� each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory 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,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 20th day of September 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company, Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company �b'r oy P'P R�r�rb �`1`. 1'191•�!�:!fy tiY _ �..ta N i G o ....+•".9 r 1......._ y ( 1T:: �v N!`. �4.� TEo?1951 E ; SEALi � + �"man. ANra ..:r as r 0 µl ! State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 20th day of September 2013 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. • QiJ` C . My Commission expires the 30th day of June,2016. O'0t2L.V * Marie C.Tetreault,Notary Public 4. 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDERcti� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21 at day of February 20 14 r✓° l . Kevin E.Hughes,Assistant Sec 'ttary �y oxsu„41 ar L a +ti' JV F F«Iw S y \*W-LNS4 Ja"AN6 19Wp W li TYAN Q {- O? q y a �O.ape* ',:f+ " NCORPONED• ° . T P a 1982 0 1977 ¢ .n f$51 "` ALA' `SSLLiD c°414: Sr sN M AIN 1 ,a To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER BIDDER: I- 5/" lb-5,-rue• ® Stantec DOCUMENT 00 41 10 BID FORM 2014 STREET RECONSTRUCTION PROJECT NO. 193801994 OAK PARK HEIGHTS,MINNESOTA 2014 THIS BID IS SUBMITTED TO: City of Oak Park Heights 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 Letter Addendum Date ' I Z-rP-,mil -I t9 y 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,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. 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. ©2014 Stantec 1 193801994 00 41 10-1 BID FORM 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 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. Nothinn in this nnrnnrnnh is intended to restrict Bide r't rinhts to chollenne n rnntroct niirctiont to low. 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. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS 1 MOBILIZATION LS 1 $2O0)OO®,00 $7_05 Qco•w 2 TRAFFIC CONTROL LS 1 $ 100 WOO $ tO6 (V•Od 3 TEMPORARY MAIL LS 1 $ la{ .co $ +cop.o 4 INLET PROTECTION EA 34 $ I (0 XX) $ Slit) 5 SILT FENCE,TYPE MACHINE SLICED LF 1400 $ 2•SO $ bo 6 REMOVE LANDSCAPING LS 1 $ J 2-0).CO $ SZ"56'06 7 REMOVE SIGN EA 50 $ 3©.co $ 1.5co•C� 8 REMOVE STREET SIGNS EA 21 $ .QO $ l0 3d -do (3S',00 NzS. 9 SALVAGE AND REINSTALL SIGN ` G S EA 55 $ $ 10 REMOVE TREE EA 45 $ 3( .06 $ 1q, 175,0-6 @ 2014 Stantec 1 193801994 00 41 10-2 BID FORM 11 REMOVE RETAINING WALL LS 1 $ 31&).ab $ 3( So.x ' 12 REMOVE BOLLARDS LS 1 $ 2.-(66-00 $ Z,(0©•06 13 CLEARING AND GRUBBING, INCLUDING LARGE STUMP LS 1 $ 50W�� $_ 5000 4° REMOVAL 14 REMOVE BITUMINOUS PAVEMENT SY 41300 $ ( +UO d $ (p{ot0$0.60 1 15 SAWING BITUMINOUS PAVEMENT-STREET LF 720 $ .0 0 $ ZS GO .O0 16 REMOVE CONCRETE CURB&GUTTER LF 8480 $ 77 'QU $ 1.19,9,604° 17 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2100 $ 3. J o $ 7350 '013 18 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 480 $ 3• b $_ L ,o. 00 19 REMOVE CONCRETE WALK SF 1000 $ .5 S $ 5D •00 20 REMOVE GRAVEL DRIVEWAY SY 260 $ Z •6b $ S Z6•n6 21 COMMON EXCAVATION (P) CY 22270 $ 9 00 $ 2O G(d 1 C130,0° r 22 SUBGRADE EXCAVATION (CV) CY 4800 $ 0 $ `t�1 2.-1b" A9 23 AGGREGATE BASE,CLASS 5 TN 24900 $ !O CO $ Ztot� (tea 24 SELECT GRANULAR BORROW(MODIFIED) TN 9500 $ KT'00 $ `"t SO004° 25 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 2500 $ `t' $ 7P, S'66 AGGREGATE AND FILTER FABRIC n �j 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 1775 $_ -L•De $ 35 JO•Oo 27 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 3220 $ 7 1 ,00 $ Z28f620' a) 28 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 3220 $ / Li,0° $ 238 P' 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 365 $ 1 25,00 $ ` ��GJ'U° 30 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL(2,B) TN 60 $ S5'00 $ (CJO`od 31 6"CONCRETE DRIVEWAY SF 3050 $ 5.S t $ (6,805-so 32 8618 CONCRETE CURB AND GUTTER LF 1480 $ (O.-4S $ 1S,q-bb,00 33 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 23980 $ -t q Z $ Z3 /1 �.6c 34 CONCRETE WALK SF 2000 $_ 3,99 $ -7Roxr) 35 CONCRETE PEDESTRIAN RAMP SF 200 $ 5. 1 $ 1030.00( 36 TRUNCATED DOME SURFACE SF 60 $ 40.% $ Z151,00 37 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 900 $ 3.IS $ 2S35.66 FIBER BLANKET ©2014 Stantec 1 193801994 00 41 10-3 BID FORM 38 HYDROSEED WITH MULCH SY 28600 $ i f 3 t $ 31,e(WO.00 39 SELECT TOPSOIL BORROW CY 1570 $ Z 1.00 $ 327970.00 40 SIGN PANELS SF 58 $ 2 O $ 3045.00 41 STREET NAME BLADE SIGNS EA 21 $ 262.50 $ SS I?.50 42 12'SOLID WHITE STOP BAR LF 215 $ 6.30 $ 13 `1,SO 43 STREET SWEEPER(WITH PICKUP BROOM) HR 115 $ tb5,10 $ 121075M TOTAL PART 1 STREETS $ 116176/379).to PART 2:WATER MAIN 44 TEMPORARY WATER SERVICE LS 1 $ (26)0t0.00 $ 120/o.cv 45 REMOVE WATER MAIN LF 7150 $ (-{•ZG $ S0//6 30.05 46 ABANDON WATER MAIN LF 950 $ ES •110 $ 7Q6o'©b 47 REMOVE WATER SERVICE LF 2425 $ -i 0 $ JO, (C;5'a) 48 REMOVE HYDRANT EA 14 $ 7G6•50 $ 16,7 3l.6b 49 REMOVE VALVE AND BOX EA 31 $ Sig,CO $ I o P e b•m t 50 ROCK EXCAVATION-WEATHERED CY 60 $ 70.35 $ 'L 221.00 51 ROCK EXCAVATION-HARD CY 30 $ 14 5. SO $ 346S 40 52 SAND CUSHION LF 700 $ Li.Z() $ 2g7aco 53 IMPROVED PIPE FOUNDATION LF 815 $ 63C) $ S134.56 54 CONNECT TO EXISTING WATER MAIN EA 11 $ S 35S.Q0 $ St)i9e6.0O 55 6"DIP WATER MAIN,CLASS 52 LF 6010 $ L( .OS $ Z SCJ,7 .SO 1�tiS 56 8"DIP WATER MAIN,CLASS 52 LF 2840 $ $11/6) 116.60 57 DIRECTIONAL DRILL 6"PVC,C900 WATER MAIN, LF 620 $ O091 0 $ 37.,7 SP,Co INCLUDING DUAL TRACER WIRE 11 t ry 58 6"GATE VALVE AND BOX EA 38 $ ISi o,SU $ 0Z (A/ ? (DO. 59 8"GATE VALVE AND BOX EA 9 $ Z Q2�j5- •S $ 2.-001'3C2.60 60 WATER MAIN OFFSET-6" EA 4 $ 2 952-.0O $ V,/ g2.8.o0 61 WATER MAIN OFFSET-8" EA 3 $ 3AS3.5b $ 1,iSLO•50 ©2014Stantec I 193801994 004110-4 BID FORM 62 HYDRANT EA 21 $ LiZS2,30 $ 89, oz.5o 63 ADJUST HYDRANT EA 5 $ (OCR•00 $ 5.06, 64 DUCTILE IRON FITTINGS LB 4160 $ 5.18 $ 2�f,ex-44.W 65 INSULATION-4"THICK SY 240 $ LIZ.0O $ to106 100 66 1"CORPORATION STOP EA 99 $ '3;4, .e> $ 3grL{ir)f.5° 67 1"CURB STOP AND BOX EA 99 $ 1-183.00 $ 14-031-7. O 68 1"TYPE"K"COPPER PIPE LF 2750 $ 1q.9 S $ S`-1,kz5O 69 2"CORPORATION STOP EA 2 $ 1407.00 $ Z blLI zo 70 2"CURB STOP AND BOX EA 2 $ t2.60.00 $ ZSZC74:1O 71 2"TYPE"K"COPPER PIPE LF 130 $ b.-7S $ yrr7•5d 72 CONNECT TO EXISTING WATER SERVICE EA 92 $ 351.15 $ 37.j 31.00 73 DIRECTIONAL DRILL 1"COPPER WATER SERVICE LF 500 $ 4c .15 $ 22S-ism 74 WATER SERVICE CONNECTION INSIDE HOME EA 8 $ /9 1.oe $ 52,do.01 75 REPLACE WATER METER EA 8 $ 577'5o $ 4-6zo,Co TOTAL PART 2 WATER MAIN $(�Zt51 237.60 PART 3:SANITARY SEWER 76 REMOVE SANITARY SEWER CASTING AND RINGS EA 50 $ t H1 .75 $ "7087.Sc 77 REMOVE SANITARY SEWER PIPE LF 380 $ g.ttD $ 31q2.06 78 ABANDON SANITARY MANHOLE EA 3 $ S("(O.0n) $ 2 SZ0.Gr) 79 ABANDON SANITARY SEWER PIPE LF 200 $ It.SS $ 2'50.0o 5 80 BULKHEAD SANITARY SEWER PIPE E A 1 36-7,50 36-7.SO 81 REMOVE SANITARY EA 22 452Z5o 33 `f95co 8 R MO ESA T $ Q 2 $ � a 82 8"PVC SANITARY SEWER PIPE-SDR 26 LF 215 $ TJ,Jb $ 1 b(3i_7y 83 10"PVC SANITARY SEWER PIPE-SDR 26 LF 190 $ 5z.50 $ 1 9 75.Qo 84 CONNECT TO EXISTING SANITARY SEWER PIPE EA 39 $ I10e1).CO $ 4.::c, SW.CC) 85 8"X4"PVC WYE EA 9 $ 22.5.15 $ 2.o3i .15 ©2014 Stantec 1 193801994 00 41 10-5 BID FORM 86 4"PVC SANITARY SEWER SERVICE PIPE LF 310 $ Z.340 $ 7 10 , 06 87 CONNECT TO EXISTING SEWER SERVICE EA 9 $ 703.50 $ G 331 .50 88 IMPROVED PIPE FOUNDATION LF 70 $ b- 0 $ IN(. (DO 89 4'DIAMETER SANITARY SEWER MH EA 23 $ Z(1 Z5.00 $ (obi 3-6,00 90 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ 67Q.3.00 $ (0-7(63,co 91 SANITARY MANHOLE OVERDEPTH LF 77 $ I y 0,Z $ eyc39■25 92 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 26 $ 707•'O $ 20,,y-7 560 RINGS (�-,.g1.,R,,C� 93 SEWER REHABILITATION WITH CIPP,8" LF 1580 $ l L• D $ 7 i24 2.06 94 SEWER REHABILITATION WITH CIPP,9" LF 1574 $ 33.100 $ 521 6,b6.40 TOTAL PART 3:SANITARY SEWER $ c 1 it 0 C{Z,.I.1 PART 4:STORM SEWER 95 REMOVE STORM SEWER CASTING AND RINGS EA 43 $ -33 •S!3 $ 3013,5O 96 REMOVE STORM SEWER MH OR CATCH BASIN EA 29 $ 38K 5O $ 1112_06.50 97 REMOVE STORM SEWER PIPE LF 647 $ (1• S'S $ 7 y7 z.94 98 12"RCP STORM SEWER,CL 5 LF 800 $ Z .�5 $ 21,600.06 99 15"RCP STORM SEWER,CL 5 LF 1065 $ Ze• 5 $ so7 19 z•cb 100 18"RCP STORM SEWER,CL 5 LF 1590 $ 30,16 $ 1V S So 101 21"RCP STORM SEWER,CL 4 LF 95 $ 3(0.75 $ 3iLf91.2S 102 24"RCP STORM SEWER,CL 4 LF 70 $ 43•OS $ 3(31 ,50 103 4'DIAMETER STORM SEWER MH OR CBMH EA 44 $ {<Mg.O $ 104 5'DIAMETER STORM SEWER MH OR CBMH EA 2 $ 3Z23•SO $ 0 LI97 00 105 6'DIAMETER STORM SEWER MH OR CBMH EA 2 $ t-{U7S•OG $ C?1,01b•CO 106 2'x3'CATCH BASIN EA 32 $ ((di IS s() 5z,752•co 107 18"RCP FLARED END SECTION EA I $ 1341-103 $ k 3-f`{•eyo 108 24"RCP FLARED END SECTION EA 1 $ k 1 62.00 $ tei 32,00 109 FURNISH&INSTALL NEW STORM SEWER CASTINGS-MH EA 6 $ 767,59 $ `-F7 25.00 0 2014 Stantec 1 193801994 00 41 10-6 BID FORM 110 FURNISH&INSTALL NEW STORM SEWER CASTINGS-CB EA 6 $ J /8•5G $ 356/1.00 1 1 1 CONNECT TO EXISTING STORM SEWER PIPE EA 18 $ 122.0 SO $ 2Z(//3.00 112 CONNECT TO EXISTING STORM STRUCTURE EA 7 $ 1890.00 $ ('Z30,CYO 113 CONNECT TO STRUCTURE(DRAINTILE) EA 92 $_ 1 (S 55 $ 15(026.00 114 DRAINAGESWALEGRADING LS 2 $ (3bs•e)0 $ Z730•c 115 CLASS III RIP RAP CY 30 $ 961•-75 $ Z' 9Z.50 TOTAL PART 4:STORM SEWER $ 3cf I,bsb.35 PART 5:STAGECOACH TRAIL NORTH-WATER MAIN IMPROVEMENTS q 116 TEMPORARY WATER SERVICE-STAGECOACH TRAIL LS I $ -71 9 2. 5o $ 11 1 2.56 WATER MAIN IMPROVEMENTS 117 TRAFFIC CONTROL-STAGECOACH TRAIL WATER MAIN LS 1 $ 1 O,WO.60 $ t 0 OM CO ' IMPROVEMENTS 118 REMOVE BITUMINOUS PAVEMENT SY 2000 $ (.31 $ 2.710 1)0 119 SALVAGE AND REINSTALL AGGREGATE BASE SY 2000 $ ( ,37 $ Z7'-{©.DO 120 AGGREGATE BASE,CLASS 5 TN 250 $ lb .00 $ ZScO.00 121 REMOVE WATER MAIN LF 1025 $ S,Z $ 53(•IS 122 ABANDON WATER MAIN LF 930 $ 8.40 $ 1Z.00 123 REMOVE WATER SERVICE LF 200 $ 5 2S $ tOSQ.04 124 REMOVE HYDRANT EA 4 $ V2-0-7,50 $ ti i'530 .0c ' 125 ABANDON HYDRANT EA 2 $ 30A.00 $ "ct8.on 126 REMOVE VALVE AND BOX EA 7 $ (cB2-SO $ 411-1.50 127 ROCK EXCAVATION-WEATHERED CY 20 $ 7S•(00 $ ( S 17i.00 128 ROCK EXCAVATION-HARD CY 20 $ {26.00 $ ZS_ZD.m 129 SAND CUSHION LF 200 $ Lt.2-0 $ 810 CO 130 IMPROVED PIPE FOUNDATION LF 40 $ CO.30 $ 252-top 131 CONNECT TO EXISTING WATER MAIN EA 2 $ 71 $_I q, Z O.WO 132 6"DIP WATER MAIN,CLASS 52 LF 330 $ 14V•ZO $_1; 2.4(003 133 8"DIP WATER MAIN,CLASS 52 LF 720 $ 33,5S $ 313,556,00 ©2014 Stantec 1 193801994 00 41 10-7 BID FORM t 134 6"GATE VALVE AND BOX EA 4 $ 164 Z1.6© $ -764310.00 135 8"GATE VALVE AND BOX EA I $ 2362'50 $ Z Z•✓tO 136 HYDRANT EA 2 $ 909Z 50 $ Soss,00 137 ADJUST HYDRANT EA I $ b3©. er) $ X030'00 138 DUCTILE IRON FITTINGS LB 500 $ S•-2g $ 24)70,6° 139 INSULATION-4"THICK SY 0 $ 50.°0 $ v 140 1"CORPORATION STOP EA 5 $ 119 1.00 $ 2 Z 05%D° 141 1"CURB STOP AND BOX EA 5 $ 535•co $ 2b77.SD 142 1"TYPE"K"COPPER PIPE LF 225 $ 1 45 t 1 S $ i Liba 7 J 143 CONNECT TO EXISTING WATER SERVICE EA 5 $ .40 .545 $ 2V '50 144 SEWER REHABILITATION WITH CIPP,9" LF 400 $ 57. 5 $ 23 /O0.00 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER MAIN $ )'9 " t�'�0 IMPROVEMENTS ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD 145 MOBILIZATION LS 1 $ SL' ,� $ SOO©' 146 TRAFFIC CONTROL LS 1 2_10 .00 $521 b •bo 147 REMOVE STORM SEWER LF 160 $ 12,. o0 $ 2.. °Lb.00 148 RECLAIM BITUMINOUS PAVEMENT SY 4801 $ I.•1: 0 $ !91Alob . 149 SAWING BITUMINOUS PAVEMENT-STREET LF 115 $ Z,1 b $ 2413a 150 AGGREGATE BASE,CLASS 5 TN 650 $ lb•oo $ 6,503. 00 151 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 $ 2•SC_D $ to Qj-7.so 152 TYPE SP 12.5 NON WEARING COURSE MIXTURE(2,B) TN 410 $ 11,to v $ 2 Cl/ D,( 3 153 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 410 $ 7N-O0 $ soy 3yb.+ 154 15"RCP STORM SEWER,CL 5 LF 70 $ 33.E $ 2352• it 155 18"RCP STORM SEWER,CL 5 LF 30 $ 3s.713 $ to-1(‘ 00 156 21"RCP STORM SEWER,CL 4 LF 60 $ 42.00 $ Z5Z0.c 157 15"RCP FLARED END SECTION EA 2 $ l 5b5.0O $ Z-7 3D•OG li ©2014 Stantec 1 193801994 00 41 10-8 BID FORM it 158 18"RCP FLARED END SECTION EA 2 $ 1/(1 /1(7V $ 2 635•bO U 159 21"RCP FLARED END SECTION EA 2 $ 1 q--7•a) $ .&.() -11•Oe° 160 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 2500 $ Z- 10 $ 52... .06 FIBER BLANKET 161 SELECT TOPSOIL BORROW CY 300 $ 21,00 $ 63C0.00 162 SIGN PANELS SF 13 $ SZ.SO. $ W2.50 163 12"SOLID WHITE STOP BAR LF 25 $ 15,-7S $ 36)3, 5 164 STREET SWEEPER(WITH PICKUP BROOM( HR 5 $ 05.00 $ GZ.5,C0 TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE $ it 5,367.c j ROAD ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN IMPROVEMENTS 165 MOBILIZATION LS 1 $ 1 S 6o•6o $ i ©0.Od 166 TRAFFIC CONTROL LS 1 $ 30D 6.co $ 3GV• 167 REMOVE TREE EA 3 $ 315 $ QAS,00 168 REMOVE WATER MAIN LF 250 $ 1(J.30 $ t 15.00 169 IMPROVED PIPE FOUNDATION LF 25 $ c0 .30 $ t 57. 50 170 6"DIP WATER MAIN,CLASS 52 LF 250 $ S0.1 D $ t 2)V00,0 171 DUCTILE IRON FITTINGS LB 200 $ (0' '3 0 $ t'2(.00.0 172 PATCH GRAVEL ACCESS/DRIVEWAY SY 315 $ , cV $ 115q,2.0 173 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD SY 800 $ S• 1 S $ Z52000 FIBER BLANKET 174 HYDROSEED WITH MULCH SY 800 $ 3* t S $ 2S2O.b0 175 SELECT TOPSOIL BORROW CY 150 $ 2‘.00 $ 3150'C^ TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS $ 3b/ 3 tj t AVENUE NORTH-WATER MAIN IMPROVEMENTS ALTERNATE 3-WEAR COURSE PAVING IN 2015 t-lto MOBILIZATION LS I $ ! SMO0 $ I SOD X00 1 ' I CO t S(3aa .L�b TRAFFIC CONTROL LS 1 $ $ w J313 ADJUST FRAME,RING,AND CASTING EA 60 $ Z04,75 $ IZ12'65.60 0 2014Staniec 1 193801994 004110-9 BID FORM 177 ADJUST VALVE BOX EA 52 . q/2.5 tq"'° 35so.0o 14 178 DEDUCT BITUMINOUS MATERIAL FOR TACK COAT-BASE GAL -1775 $ ( .ao) 'a BID ITEM#26 179 DEDUCT TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)- TN -3220 $ / 1-� $ 2; Oo) BASE BID ITEM#28 f C 180 BITUMINOUS MATERIAL FOR TACK COAT-2015 GAL 1775 $ 3,`` $ 5325'00 181 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C)-2015 TN 3220 $ --1(0,13° $ 247, 2qe Pt) 182 12"SOLID WHITE STOP BAR LF 215 $ 6,30 $ /35(t. �O TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ 32 JO /f• S 0 BASE BID SUMMARY: TOTAL PART 1 STREETS $ l� 974376d0 TOTAL PART 2 WATER MAIN $ 1,2(�,237` t�,7 '3417 • , o 0_ TOTAL PART 3:SANITARY SEWER $ =""es%'" '�• TOTAL PART 4:STORM SEWER $ 3L(1 (ocb.35 TOTAL PART 5:STAGECOACH TRAIL NORTH-WATER $ 4 1C7 (CO, b MAIN IMPROVEMENTS TOTAL BASE BID $ Ogg 5 39 1 S TOTAL ALTERNATE 1 -VALLEY VIEW PARK ENTRANCE ROAD $ 1 15i 30?• I TOTAL ALTERNATE 2-STAGECOACH TRAIL NORTH TO PERKINS AVENUE NORTH-WATER MAIN $ 3 O 1 se e..70 IMPROVEMENTS � D�',�O TOTAL ALTERNATE 3-WEAR COURSE PAVING IN 2015 $ ©2014 Stantec 1 193801994 00 41 10-10 BID FORM 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. 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 F jg tiil ` - ,2014. If Bidder Is: I A Corporation Corporation Name: J. A. S ' t/%5A-( J /16 (SEAL) State of Incorporation: i t n n C ,d/ Type 'eneral Business,Professional,Service,Limited Liability): By: �C� !5 (Si tyre) Name(typed or printed): O b Title: Q.. v �' Attest ikt Gttit, OKI*,Ek. (CORPORAT E SEAL) (Signatuate Secretary) Business Street Address(No P.O.Box#'s): z/d Phone No.: (DS ( 1 1 313 Fax No.: 651 Y1 7 7&L Email: r c5+0.,rk `J . COm 0 2014 Stantec 1 193801994 00 41 10-11 BID FORM Bid or Proposal Ohio Farmers Insurance Co. One Park Circle, PO Box 5001 Bond Westfield Companies Westfield Center, Ohio 44251-5001 KNOW ALL MEN BY THESE PRESENTS, THAT WE, T. A. SCHIFSKY& SONS, INC. 2370 E. Highway 36, North St. Paul, MN 55109 as Principal, and the OHIO FARMERS INSURANCE COMPANY, an Ohio corporation, with Principal Office at Westfield Center, Ohio, as Surety, are held and firmly bound unto the City of Oak Park Heights 14168 Oak Park Boulevard, Oak Park Heights, MN 55082 as Obligee, in the penal sum of 5% of the Amount of Bid DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally,firmly by mese presents. SIGNED This Eighteenth day of February 2014 WHEREAS the said Principal is herewith submitting proposal for 2014 Street Reconstruction Bid Opening: February 21, 2014 10:00 A.M. NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal shall exe- cute a contract and give bond for the faithful performance thereof, if required, within days after being notified in writing of the award of such contract to Principal,or if the Principal or Surety shalt pay the Obligee the sum, not exceeding the penalty hereof, by which the amount of the contract entered into in good faith covering the said proposal, property and lawfully executed by and between the Obligee and some third party, may exceed the amount bid by Principal, then this obligation shall be void; otherwise it shall remain in full force and effect. T. A. SCHIFSKY& SONS, INC. Principal NA:th J By Victoria A. Schifsky, CIO O i j ,,OHIO FARMERS/YOU- COMPANY By re •' e � ;/ )1/' �' Doroc I Szcz�i $ i Attorney-in-fact B0 5046-L(11/97) 1005—Acknowledgment by Corporation or Association. (Rv.iacd 1411/ s:flsr-nn.i•Co..Minn apons.banal Mate of Minnesota tss On this 18th day of February, 2014 County of Ramsey S before one appeared Victoria A. Schifsky to me personally known, who, being by me duly sworn, did say that she is the Chief Administrative Officer of..........T...A..$chifsicy Sons, Inc. , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation,. (It no seal. so state.and stripe out above as to cori,orate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors ; and that said Victoria A. Schifsky acknowledged said instrument to be the free act and deed id Torpor tt• n ., JEANNE R HARTMAN I, J Not art Publw 7 County,7amsey Count? Minnesota {- it Notary Public I, ,. Minnesota ° .ryty commission expires . January 31, 2015 ' My Commission Expires January 31,2015 ACKNOWLEDGMENT OF SURETY STATE OF Minnesota 1 ss. COUNTY OF Ramsey On this 18th • day of February, 2014 personally appeared before me Dorothy A. Szczepanski, who being duly sworn did depose and say that she is the attorney-in-fact of the Ohio Farmers Insurance Company of Westfield Center, Ohio, that the seal affixed to the attached instrument is the Corporate Seal of said,Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said Jeanne R. Hartman acknowledged that she executed said instrument as such attorney-in-fact and as the free act and deed of said Corporation. RD 5439 R9prin 1 4 a ,'. JEANNE R HARTMAN h !,/ Notary Public 1 N9ry Public Minnesota 4 My Commission Expires January 31,2015 1 r THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 10111/12,FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 2263102 02 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio,and having its principal office in Westfield Center, Medina County,Ohio,do by these presents make,constitute and appoint DAVID SZCZEPANSKI, DOROTHY A.SZCZEPANSKI,JEANNE R.HARTMAN,TAMMI TRINKA,JAMES C.GROCHOWSKI, JOINTLY OR SEVERALLY of NORTH SAINT PAUL and State of MN its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on•behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 11th day of OCTOBER A.D.,2012 . . sYt ....,, �•"' `""' w WESTFIELD INSURANCE COMPANY Corporate .•" ah Seals a�,...•••• 'C*,t� ,,,—"'�i,�sG., ,f•' `4*.,� WESTFIELD NATIONAL INSURANCE COMPANY Affixed �v .4�hyp =`o: •";)% I OHIO FARMERS INSURANCE COMPANY l 1••= SEAL j� l�: SEAL tm i 3 F= .. ? K .f: 4 '�' L „R I� y' Sr?: ?1\1134a : State of Ohio "�• *•"' A` "yam'"'"�"'"'"•JJ' By Dennis P. Baus,National Surety Leader and County of Medina ss.: Senior Executive On this 11th day of OCTOBER A.D.,2012 ,before me personally came Dennis P. Baus to me known,who, being by me duly sworn,did depose and say, that he resides in Wooster, Ohio;that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial � • Seal a\A t. S� I Affixed AV;..�`iiii. • William J. Kahelin,A •rney at Law, Notary Public State of Ohio 40 411111 o My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: Ns,.4 .rte w, e of o I,Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 8thday of ry A.D., February , 014 ,,.�,...{,. „�,;,.�,.. ,� - ii5 }" N SEAL 'W.I. _. j- /1 1 fr % mc is 846 il i Srcmary +s.�' ,+! 's_,�z,�• :`.o` �.1 ,•v`- Frank A. Camino,Secretary BPOAC2(combined)(06-02)