Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Street Reconstruction Area D Contracts
ECKBERG www.eckberglammers.com Writer's Direct Dial: (651)351-2118 L J AMMERS Writer's E-mail: ATTORNEYS AT LAW mvierling@eckbergiammers.com Reply to Stillwater May 8, 2015 Eric Johnson, City Administrator City of Oak Park Heights P.O. Box 2007 Oak Park Heights, MN 55082 Re: City of Oak Park Heights - 2015 Street Reconstruction Area D Contracts Our File No.: 01501-24634 Dear Mr. Johnson: I have reviewed the Contracts as executed by the Contractor, Payment and Performance Bonds, and Insurance Certificates as provided. We are of the opinion that the Contracts as executed are compliant with the City's statutory and ordinance requirements. The Insurance Certificates are also satisfactory, as well. The Payment and Performance Bonds are generally satisfactory, although we note that we often receive the Payment and Performance Bonds as notarized documents. Notwithstanding that, the Bond format, executions and Power of Attorney as provided appear satisfactory. I am returning the original four(4) copies of the Contracts to your offices, suggesting that they be executed by the City, with the City retaining two (2) copies for their records, and the remaining two (2) copies be returned to the Contractor for their records and that of their Bond Issuer. If you hav- : y questions in t e - , er,please feel free to contact me directly. Yo s very truly, Mark Vierling MJV/ndf Enclosures Stillwater Office Hudson Office 1809 Northwestern Avenue 430 Second Street Stillwater, MN 55082 Hudson,WI 54016 Phone 651-439-2878 Phone:715-386-3733 Fax 651-439-2923 Fax 715-386-6456 L J. Ryan Bonding, Inc. P.O. Box 465 Hudson,WI 54016-0465 Phone 800-535-0006 ***IMPORTANT NOTICE, PLEASE KEEP THIS PAGE WITH THE BONDS AND READ BEFORE YOU SIGN THE CONTRACT*** 5/05/2015 Terry Pecha A-1 EXCAVATING, INC. 408 26th Avenue Bloomer,WI 54724 Please find enclosed your performance and payment bond number MNC 66428 with City of Oak Park Heights We have dated the bonds 5/05/2015 • Your contract dates were blank and the bond must refer to a contract date. We are using the contract date of 5/05/2015 on this bond. We ask that you use this date for the contracts. If this date is NOT used for the contract date,the bonds will have to be returned and reissued. Please call if you have any questions Phone 800-535-0006 Thank you ,%moo® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1.�.- 5/6/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Linda Famularo NAME: R&R Insurance Services Inc Mal, ti. (262)953-7227 (A/C,NoI:(262)953-1325 1581 E Racine Avenue E-MAIL ADDRESS:linda.famularo @rrins.com . PO Box 1610 INSURER(S)AFFORDING COVERAGE NAIC# Waukesha WI 53186 INSURERA:United Fire Group INSURED INSURER B: A-1 Excavating Inc INSURER C: PO Box 90 INSURER D: INSURER E: Bloomer WI 54724 INSURER F: COVERAGES CERTIFICATE NUMBER:15/16 Certs REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVII POLICY NUMBER (MMIOD(YYYYI (MMIDDIYYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(Ea occurrence) $ 100,000 A CLAIMS-MADE I X I OCCUR 60459542 4/1/2015 4/1/2016 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY X IF? LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 60459542 4/1/2015 4/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS x NON-OWNED PROPERTY DAMAGE $ _ AUTOS (Per accident) $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE _ $ DED X RETENTION 10,000 60459542 4/1/2015 4/1/2016 $ A WORKERS COMPENSATION I WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N X TORY I IMITS FR ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) 60459542 4/1/2015 4/1/2016 E.L.DISEASE-EA EMPLOYEE $ 100,000 If yes,describe under DESCRIPTION OF OPERATIONS below _ E.L.DISEASE-POLICY LIMIT $ 500,000 A Leased/Rented Equipment 60459542 4/1/2015 4/1/2016 $1,000,000 Limit Installation Floater $600,000 Limit DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) City of Oak Park Heights and Stantec are additional insureds on a primary and non-contributory basis on the General Liability policy and the Umbrella policy per form IL7105 (10-14) , as required by written contract. The aforementioned are also additional insureds on a primary basis on the Auto policy per form CA7109 (01-06) , CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Oak Park Heights ACCORDANCE WITH THE POLICY PROVISIONS. 14168 Oak Park Boulevard AUTHORIZED REPRESENTATIVE Oak Park Heights, MN 55082 Brad Stehno/C220 - - f '� ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. 1NS025 oninnK1 ni Tha Ar:non namm and Inn^arc rmnictararl markc of A(:(1Rfl L CA 71 09 01 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COVERAGE INDEX Descriptio n Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD FORM INSURED 1 EMPLOYEES AS INSUREDS 2 ADDITIONAL INSURED STATUS BY CONTRACT, AGREEMENT OR PERMIT 2 AMENDED FELLOW EMPLOYEE EXCLUSION 2 TOWING AND LABOR 2 PHYSICAL DAMAGE ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3 EXTRA EXPENSE -THEFT 3 RENTAL REIMBURSEMENT AND ADDITIONAL TRANSPORTATION EXPENSE 3 PERSONAL EFFECTS COVERAGE 4 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 4 AIRBAG ACCIDENTAL DISCHARGE 4 AUTO LOAN/LEASE TOTAL LOSS PROTECTION ENDORSEMENT 4 GLASS REPAIR — DEDUCTIBLE AMENDMENT 5 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 5 WAIVER OF SUBROGATION REQUIRED BY CONTRACT 5 UNINTENTIONAL FAILURE TO DISCLOSE 5 HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE 5 EXTENDED CANCELLATION CONDITION 6 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL B. BROADENED LIABILITY COVERAGES DAMAGE SECTION II — LIABILITY COVERAGE in Paragraph A. SECTION I—COVERED AUTOS, paragraph C. Certain Coverage at 1. Who Is An Insured is amended to Trailers, Mobile Equipment and Temporary include the following: Substitute Autos is amended by adding the following at the end of the existing language: (Broad Form Insured) If Physical Damage Coverage is provided under this d. Any legally incorporated subsidiary in which you Coverage form for an "auto" you own, the Physical own more than 50% of the voting stock on the Damage coverages provided for that owned "auto" are effective date of the Coverage Form. However, the extended to any "auto" you do not own while used with Named Insured does not include any subsidiary that the permission of its owner as a temporary substitute for is an "insured" under any other automobile policy or the covered "auto" you own that is out of service would be an "insured" under such a policy but because of its breakdown, repair, servicing, "loss", or for its termination or the exhaustion of its Limit destruction. of Insurance. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6 CA 71 09 01 06 e. Any organization that is acquired or formed by you, C. AMENDED FELLOW EMPLOYEE EXCLUSION during the term of this policy and over which you maintain majority ownership. However, the Named Only with respect to your "employees" who occupy Insured does not include any newly formed or positions which are supervisory in nature, SECTION II. acquired organization: LIABILITY B. Exclusion 5. Fellow Employee is (1) That is a joint venture or partnership, replaced by: (2) That is an "insured" under any other policy, 5. Fellow Employee "Bodily Injury": (3) That has exhausted its Limit of Insurance under any other policy, or (a) To you, or your partners or members (if you are a partnership or joint venture), or to your (4) 180 days or more after its acquisition or members (if you are a limited liability formation by you, unless you have given us company); notice of the acquisition or formation. Coverage does not apply to "bodily injury" or (b) To your "executive officers" and directors (if "property damage" that results from an accident that you are , joint organization other than a occurred before you formed or acquired the partnership, joint venture, or limited liability organization. company) but only with respect to performance of their duties as your officers or directors; (Employee as Insureds) (c) For which there is an obligation to share f. Any employee of yours while acting in the course of your business or your personal affairs while using a damages with or repay someone else who covered "auto" you do not own, hire or borrow. must pay damages because of the injury described in paragraph a and b above; or (Additional Insured Status by Contract, Agreement (d) Arising out of his or her providing or failing or Permit) to provide professional health care services. g. Any person or organization whom you are required For purposes of this endorsement, a position is deemed to add as an additional insured on this policy under to be supervisory in nature if that person performs a written contract or agreement; but the written principle work which is substantially different from that contract or agreement must be: of his or her subordinates and has authority to hire, (1) Currently in effect or becoming effective during t r ansfe r, dire ct, discipline line or discharge. the term of this policy; and D. BROADENED PHYSICAL DAMAGE COVERAGES (2) Executed prior to the "bodily injury" or "property damage". SECTION III — PHYSICAL DAMAGE COVERAGE Coverage is amended as follows: The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" (TOWING AND LABOR) which may be imputed to that person(s) or 2. Towing and Labor organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the We will pay towing and labor costs incurred, up to the location(s) designated, if any. limits shown below, each time a covered "auto" Coverage provided by this endorsement will not exceed classified and rated as a private passenger type, "light the limits of liability required by the written contract or truck" or"medium truck" is disabled: written agreement even if the limits of liability stated in (a) For private passenger type vehicles or "light the policy exceed those limits. This endorsement shall trucks" we will pay up to $75 per not increase the limits stated in Section II. C. Limits of disablement. "Light trucks" have a gross Insurance. vehicle weight (GVW) of 10,000 pounds or For any covered "auto" you own this Coverage Form less. provides primary coverage. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6 CA 71 09 01 06 (b) For "medium trucks" we will pay up to $150 (2) We will pay only for expenses incurred per disablement. "Medium trucks" have a during the policy period and beginning 24 gross vehicle weight (GVW) of 10,001 lbs. hours after the "loss" and ending, regardless to 20,000 pounds. of the policy's expiration, with the lesser of the following number of days: However, the labor must be performed at the place of (a) The number of days reasonably disablement. required to repair or replace the covered (PHYSICAL DAMAGE ADDITIONAL "auto." If "loss" is caused by theft, this TRANSPORTATION EXPENSE COVERAGE) number of days is added to the number of days it takes to locate the covered 4. Coverage Extensi ons "auto" and return it to you, or a. Transportation Expense is amended to (b) 30 days. provide the following limits: (3) Our payment is limited to the lesser of the We will pay up to $50 per day to a maximum of following amounts: $1,000. All other terms and provisions of this (a) Necessary and actual expenses section remain applicable. incurred; or (EXTRA EXPENSE- THEFT) (b) $35 per day. The following language is added to 4. Coverage (c) This coverage does not apply while Extensions: there are spare or reserve "autos" available to you for your operations. c. Theft Recovery Expense (d) If "loss" results from the total theft of a If you have purchased Comprehensive covered "auto" of the private passenger Coverage on an "auto" that is stolen, we will pay or light truck type, we will pay under this the expense of returning that stolen auto to you. coverage only that amount of your The limit for this coverage extension is $5,000. rental reimbursement expense which is not already provided for under the (RENTAL REIMBURSEMENT AND ADDITIONAL SECTION III — PHYSICAL DAMAGE TRANSPORTATION EXPENSE) COVERAGE, A. Coverage, 4. d. Rental Reimbursement Coverage Extensions, a. Transportation Expenses. We will provide Rental Reimbursement and (PERSONAL EFFECTS COVERAGE) Additional Expense coverage only for those Physical Damage coverages for which a e. Personal Effects premium is shown in the Declarations or If you have purchased Comprehensive schedule pages. Coverage applies only to a covered "auto" of the private passenger or light Coverage on this policy for an "auto" you own truck (10,000 lbs. or less gross vehicle weight) and that "auto" is stolen, we will pay, without type for which Physical Damage coverages application of a deductible, up to $500 for apply. Personal Effects stolen with the "auto". The insurance provided under this provision is (1) We will pay for auto rental expense and the excess over any other collectible insurance. For expense incurred by you because of "loss" this coverage extension, Personal Effects to remove and transfer your materials and means tangible property that is worn or carried equipment from a covered "auto" to a by an "insured". Personal Effects does not covered "auto." Payment applies in addition include tools, jewelry, guns, musical to the otherwise applicable coverage you instruments, money, or securities. have on a covered "auto." No deductible applies to this coverage. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6 CA 71 09 01 06 (AUDIO, VISUAL AND DATA ELECTRONIC (4) With respect to this coverage, the most we EQUIPMENT COVERAGE) will pay for all "loss" of audio, visual or data electronic equipment and any accessories (Deletion of Audio Visual Equipment Exclusion) used with this equipment as a result of any one "accident" is the lesser of: f. Audio, Visual and Data Electronic (a) The actual cash value of the damaged Equipment Coverage. or stolen property as of the time of the We will pay for "loss" to any electronic "loss"; equipment that receives or transmits audio, (b) The cost of repairing or replacing the visual or data signals and that is not designed damaged or stolen property with other solely for the reproduction of sound. This property of like kind and quality; or coverage applies only if the equipment is $1,000; permanently installed in a covered "auto" at the time of the "loss" or the equipment is removable minus a deductib le of$100. from a housing unit which is permanently installed in a covered "auto" at the time of the An adjustment for depreciation and physical "loss", and such equipment is designed to be condition will be made in determining actual solely operated by use of the power from the cash value at the time of loss. If a repair or "auto's" electrical system, in or upon the replacement results in better than like kind covered "auto." or quality, we will not pay for the amount of the betterment. (1) We will pay with respect to a covered "auto" If there is other coverage provided for audio, for "loss" to any accessories used with the visual and data electronic equipment, the electronic equipment described above. coverage provided herein is excess over any However, this does not include tapes, other collectible insurance. records or discs. (2) In addition to the exclusions that apply to (AIRBAG ACCIDENTAL DISCHARGE) Physical Damage Coverage with exception D. SECTION III — PHYSICAL DAMAGE COVERAGE, of the exclusion relating to audio, visual and B. Exclusions is amended as follows: data electronic equipment, the following exclusions also apply: The following language is added to Exclusion 3.: (3) We will not pay for any electronic If you have purchased Comprehensive or Collision equipment or accessories used with such Coverage under this policy, this exclusion does not electronic equipment that are: apply to mechanical breakdown relating to the (a) Necessary for the normal operation of accidental discharge of an air bag. This coverage the covered "auto" for the monitoring of applies only to a covered auto you own and is the covered "auto's" operating system; excess of any other collectible insurance or warranty. or No deductible applies to this coverage. (b) Both: E. AUTO LOAN/LEASE TOTAL LOSS PROTECTION An integral part of the same unit SECTION III — PHYSICAL DAMAGE COVERAGE — C. housing any sound reproducing Limit of Insurance is amended by adding the following equipment designed solely for the language: reproducing of sound if the sound reproducing equipment is permanently 4. In the event of a total "loss" to a covered "auto" installed in the covered "auto"; and shown in the Schedule pages, subject at the time of Permanently installed in the opening of the "loss" to a loan or lease, we will pay any unpaid the dash or console normally used by amount due on the lease or loan for a covered the manufacturer for the installation of a "auto" less: radio. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6 • CA 71 09 01 06 a. The amount paid under the Physical Damage (4) Your members, managers or insurance Coverage Section of the policy; and manager, if you are a limited liability b. Any: company; or (1) Overdue lease / loan payments at the time (5) Your officials, trustees, board members or of the "loss"; insurance manager, if you are a not-for-profit organization. (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear G. WAIVER OF SUBROGATION REQUIRED BY or high mileage; CONTRACT (3) Security deposits not returned by the lessor; Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer (4) Costs for extended warranties, Credit Life t f of Rights of Recovery Against Others to Us Insurance, Health, Accident or Disability the following language is added: Insurance purchased with the loan or lease; However, we waive any rights of recovery we may and have against the person or organization with whom (5) Carry-over balances from previous loans or you have agreed in writing in a contract, agreement leases. or permit, to provide insurance such as is afforded under the policy to which this endorsement is (GLASS REPAIR —DEDUCTIBLE AMENDMENT) attached. This provision does not apply unless the written contract or written agreement has been Under D., Deductible is amended by adding the executed, or permit has been issued, prior to the following: "bodily injury" or"property damage." Any deductible shown in the Declarations as H. UNINTENTIONAL FAILURE TO DISCLOSE applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, Under SECTION IV — BUSINESS AUTO rather than replaced. CONDITIONS, Subsection B. General Conditions , F. AMENDED DUTIES IN THE EVENT OF the following is added to 2. Concealment, ACCIDENT, CLAIM, SUIT OR LOSS Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to Under SECTION IV — BUSINESS AUTO CONDITIONS, disclose, any material fact existing at the effective Subsection A., Loss Conditions , the following is date of this Coverage Form, or during the policy added to paragraph 2. Duties In The Event of period in connection with any additional hazards, will Accident, Suit or Loss: not prejudice your rights under this Coverage Form. I. HIRED, LEASED, RENTED OR BORROWED d. Knowledge of any "accident," "claim," "suit" or AUTO PHYSICAL DAMAGE "loss" will be deemed knowledge by you when notice of such "accident," "claim," "suit" or "loss" Under SECTION IV — BUSINESS AUTO CONDITIONS has been received by: B. General Conditions 5. Other Insurance (1) You, if you are an individual; Paragraph 5.b. is replaced by the following: (2) Any partner or insurance manager if you are b. (1) For "Comprehensive" and "Collision" Auto a partnership; Physical Damage provided by this endorsement, the following are deemed to be covered "autos" (3) An executive officer or insurance manager, you own: if you are a corporation; (a) Any Covered "auto" you lease, hire, rent or borrow; and CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6 CA 71 09 01 06 (b) Any Covered "auto" hired or rented by your (3) This Hired Auto Physical Damage coverage is "employee" under a contract in that excess over any other collectible insurance. individual "employee's" name, with your permission, while performing duties related (4) Definitions For This Section to the conduct of your business. (a) Comprehensive Coverage: from any cause However, any "auto" that is leased, hired, rented or except the covered "auto's" collision with borrowed with a driver is not a covered "auto" another object or the covered "auto's" overturn. We will pay glass breakage, "loss" (2) Limit of Insurance For This Section caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. The most we will pay for any one "loss" is the lesser of the following: (b) Collision Coverage: caused by the covered "auto's" collision with another object or by (a) $50,000 per accident, or the covered "auto's" overturn. (b) actual cash value at the time of loss, or J. EXTENDED CANCELLATI ON CONDITION (c) cost of repair. A. Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the minus a $500 deductible. An adjustment for following: depreciation and physical condition will be made in determining actual cash value in the event of b. 60 days before the effective date of cancellation a total loss. No deductible applies to "loss" if we cancel for any other reason caused by fire or lightning. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6 • IL 71 05 10 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART COMMERCIAL UMBRELLA COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured; (3) The additional insured gives us prompt written notice of any "occurrence" which may result in a claim and prompt written notice of"suit"; (4) The additional insured immediately forwards all legal papers to us, cooperates in the investigation or settlement of the claim or defense against the "suit", and otherwise complies with policy conditions. (5) The additional insured must tender the defense and indemnity of any claim or "suit" to any other insurer which also insures against a loss we cover under this policy. This includes, but is not limited to, any insurer which has issued a policy of insurance in which the additional insured qualifies as an insured. For the purpose of this requirement, the term "insures against" refers to any self-insurance and to any insurer which issued a policy of insurance that may provide coverage for the loss, regardless of whether the additional insured has actually requested that the insurer provide the additional insured with a defense and/or indemnity under that policy of insurance. (6) The additional insured agrees to make available any other insurance that the additional insured has for a loss we cover under this policy. IL 71 05 10 14 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 q PERFORMANCE BOND Any singular reference to Contractor,Surety,Owner, or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name, and Address ofPrincipal Place of Business): A-1 Excavating, Inc. Merchants Bonding Company 408 26th Ave 2100 Fleur Dr Bloomer, WI 54724 Des Moines, IA 50321 OWNER(Name and Address): City of Oak Park Heights 14168 Oak Park Blvd Stillwater, MN 55082 CONTRACT Effective Date of Agreement: 05/05/2015 Amount: $3,390,497.70 • Description(Name and Location): 2015 Street Reconstruction -Area D • BOND Bond Number: MNC 66428 Date(Nor earlier than Effective Date of Agreement): 05/05/2015 Amount: $3,390,497.70 Modifications to this Bond Form: NONE • Surety and Contractor,intending to be legally bound hereby,subject to the terms set forth below,do each cause this Performance Bond to be duly executed by an authorized officer,agent,or representative. CONTRACTOR AS PRINCIPAL SURETY A-1 Excavating, Inc. . G14 Merchants Bonding Company (Seal) Contractor's Name an Corporate : Surety's Name and Corporate Seal By: By: ignature Signature(Atta ower of orney) �tt� ✓ � Robert Downey Print Nat= 1 Print Name PAttorney-in-Fact Title Title Attest 4 / �/ 1 _1 i1/ l'/ Attest: .tore Signa e '5-.011/4144.4 Molli J. Hansen, Witness Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-610 Performance Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61'13.33 Page 1 of 3 [ t Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contact, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond,except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right,if any,subsequently to declare a Contractor Default;and 2.2 Owner has declared.a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.I; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract;or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. • 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor,with consent of Owner,to perform and complete the Contract;or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors;or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for perforrnanae and completion of the Contract,arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contact, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract,Surety is obligated without duplication for: EJCDC C-610 Performance Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.13 Page 2 of 3 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3;and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors,administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts,purchase orders,p ders,and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. • 9. Notice to Surety,Owner,or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed,any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor,which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY—(Name,Address and Telephone) Surety Agency or Broker: J. Ryan Bonding, Inc. P.O. Box 465, Hudson, WI 54016 800-535-0006 Owner's Representative(Engineer or other parry):Stantec EJCDC C•610 Performance Bond(2007) Prepared by the Eagineen Joint Contract Documents Committee. 00 61 13.13 Pate 3 of 3 PAYMENT BOND Any singular reference to Contractor, Surety,Owner,or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name, and Address of Principal Place of A-1 Excavating, Inc. 408 26th Ave Business): Bloomer, WI 54724 Merchants Bonding Company 2100 Fleur Dr OWNER(Name and Ad€lress): Des Moines, IA 50321 City of Oak Park eig, s 14168 Oak Park Blvd, Stillwater, MN 55082 CONTRACT Effective Date of Agreement: 05/05/2015 • Amount: $3,390,497.70 Description(Name and Location): 2015 Street Reconstruction -Area D BOND Bond Number: MNC 66428 Date(Not earlier than Effective Date of Agreement): 05/05/2015 Amount: $3,390,497.70 Modifications to this Bond Form: NONE Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below,do each cause this Payment Bond to be duly executed by an authorized officer, agent,or representative. CONTRACTOR AS PRINCIPAL SURETY • A-1 Excavating, Inc. (SialP Merchants Bonding Company (Seal) Contractor's Name d Corporat 1 Surety's Name and Corporate Seal By: By: T./nature Signature At :c 'ower of ttorney) —�i✓�L�' Robert Downey Print Naraea _J Print Name Attorney-in-Fact Title / _ Ti Attest: rI t i tte a ''ture f/ Signature i � j Molli J. Hansen, Witness Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. • EJCDC 0615 Payment Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Page 1 of 3 1 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for tabor, materials, and equipment furnished by Claimants for use in the performance of the Contract,which is incorporated herein by reference. 2. With respect to Owner,this obligation shall be null and void if Contractor: 2.1 Promptly makes payment,directly or indirectly, for all sums due Claimants,and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants,this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly,for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.] Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy,the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly;and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety,that is sufficient compliance. 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. EJCDC C-615 Payment Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Page 2of3 9. Surety shall not be liable to Owner, Claimants,or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts,purchase orders,and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date(1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed,any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment"that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien.may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof • FOR INFORMATION ONLY—(Name,Address,and Telephone) Surety Agency or Broker: J. Ryan Bonding, Inc. P.O. Box 465, Hudson, WI 54016 800-535-0006 Owner's Representative(Engineer or other): Stantec EJCDC C-615 Payment Bond(2007) Prepared by the Eugineen Joint Contract Documents Committee. 006113.16 Page 3of3 r Statutory compliance Minn. Stat 16C. 285 Responsible Contractor. The provisions of Minn.Stat. 16C.285 are imposed as a requirement of this contract. All bidders and persons or companies providing a submission to the bid of the City and shall comply with the provisions of the statute.The Contractor shall conform to the responsibility requirements within the bid for its portion(s) of the work on the project and provide to the City a written verification that it meets the following minimum criteria as part of its submission to the bid. All bidders shall verify the following as the "contractor" as part of their bid. 1) the contractor: i) is in compliance with workers' compensation and unemployment insurance requirements; ii) (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; iii) has a valid federal tax identification number or a valid Social Security number if an individual; and iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; 2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; ii) has been issued an order to comply by the commissioner of labor and industry that has become final; iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; V 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 5) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 6) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. The Contractors Verification shall be signed and accompany all responses to the RFP/Bid documents and any contracts issued thereunder or the response/contract shall be rejected by the City. A prime contractor, as defined by the statute, or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7),within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. M CONTRACTORS VERIFICATION PROVIDED UNDER MINN. STAT 16C.285 To:The City of Oak Park Heights Regarding City Project: 2015 Street Reconstruction-Area D The undersigned, hereinafter identified herein as "Contractor", upon being duly sworn on oath, does pursuant to Minn. Stat. 16C.285, provide the following sworn verification to the City as a condition of its submission of a response to the Bid solicitation forwarded by the city with reference to the above identified project.The Company does also verify the statements herein to be true and affirms and acknowledges it affirmative obligation to the City to notify the City immediately if at any time during the project any statement contained herein becomes untrue or incorrect in any aspect. The contractor verifies the following are true and correct statements relative to this project. 1) the contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual; and (iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; 2) (2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; the commissioner of labor and (ii) has been issued an order to comply by he com industry ry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur uiil the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; f ' • 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; 5) the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 6) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 7) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. Dated thisday of Aqiejn 2015 {Name- the Company} 4...( Its: —tit yu4 STATE OF AM1INHCSOFA ) ss. COUNTY OF (phi q'JR,ta?a-) On this daa of M. , 201 Sbefore me, a Notary Public, in and for said County and State, appeared - P . E $ , ,. to me personally known, who being by me first duly sworn, did say that®js - is the tsfc►s..f- of J\-(Fcenvedfnq being the "company" identified above and acknowledged said instrument to be the fide act and deed of said pl-1 6xttuhtdi i (the "company") who then executed the foregoing document by authority of 4.�1Ex� kje , ^,,Zl r_. (the "company"), and acknowledging said instrument to be the free act and deed of said b.r ti . tY .. / 4 .I s•. < ►•p'''ublic � • MERCK i,ANT,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, 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: TWENTY MILLION($20,000,000.00)DOLLARS i fully and the same extent as if such bond or undertaking was signed by the duly and to bind the Companies thereby as u y d to e 9 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 13th day of August , 2014. 0.•4". ‘0144... •� •VANG•••w/ •. MERCHANTS BONDING COMPANY(MUTUAL) ` :?.PO#4 'Irl �o�aRPOq . 9 . 0 " ,� y. MERCHANTS NATIONAL BONDING,INC. 2003 rn= � 1933 c; • :yid. • D' aver717 STATE OF IOWA +• ••* •'• � • * •• COUNTY OF POLK ss. �''+y"""�"'t•1••t•• •• President On this 13th day of August , 2014,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 the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and that e s g ng p p 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. (PRIA( WENDY WOODY Q -„e p Commission Number 784654 My Commission Expires •a+► /QP June 20, 2017 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 tness Wher ot,I Rv hereun set rpy and and affixed the seal of the Companies on this q� day of 'M• • � a re • •t: z •,�; ;C• Secretary • 2CO3 f 1933 •, POA 0014(7114) ,�'!y"•, •''�r�e��,� ••.••�y '• IT CIOStantec BIDDER: A- ' ;�XCt7l.✓Q...+4r �S. DOCUMENT 00 41 10 REVISED BID FORM REVISED BY ADDENDUM NO. 1 2015 STREET RECONSTRUCTION-AREA D PROJECT NO, 193801994D OAK PARK HEIGHTS,MINNESOTA 2015 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 No. 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 proarams 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. ©2015Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-1(R) REVISED BID FORM H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations, explorations,tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS 1 MOBILIZATION LS 1 $ A6.200.110 $ ll� /00.od 2 TRAFFIC CONTROL LS 1 $ /3 DIrv.n<3 $ /3 la•cO 3 TEMPORARY MAIL LS 1 $ I(O( $ 110 1000.c° 4 INLET PROTECTION EA 61 $ / .°O $ "30'Oo 5 SILT FENCE,TYPE MACHINE SLICED LF 3,400 $ $ ``"-�-�� 6 RECLAIM BITUMINOUS PAVEMENT SY 0 $ 1:�� $ ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-2(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 7 REMOVE SIGN EA 5 $ /00,[JO $ ur5 •b0 8 SALVAGE AND REINSTALL SIGN EA 80 $ 1l00 $ I4 •°° 9 REMOVE TREE EA 170 $ 61O.00 $ K2,7004)6 10 REMOVE ROADWAY BARRIERS LS 1 $ 0Q2 00 $ /aCO.°O 11 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ .5.5;o 00 a $ SS o O0, 0 REMOVAL 12 REMOVE BITUMINOUS PAVEMENT SY 27,820 .5) l'� $-If C- S!L•Od 13 SAWING BITUMINOUS PAVEMENT-STREET LF 1,530 $ ma*00 $ 00'de' 14 REMOVE CONCRETE CURB&GUTTER LF 330 $ 5•e° $ /1/55•613 %la 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 16,460 $_ • 0 C. $__ !3/ cl r1 I .00 0- _55 16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 12,175 $ °(iS- S._S. '/Pk. 7,5- .4g0 I 17 REMOVE CONCRETE WALK SF 2,000 $ $ //OM(XI 18 REMOVE GRAVEL DRIVEWAY SF 5,650 $$kZ0 -S 19 COMMON EXCAVATION (P) CY 11,560 $ 1!-UC) $ 17-7, 0) 7, 140.0 20 SUBGRADE EXCAVATION (CV) CY 5,789 $ W. 2_S $ 3 Wid Le/42S- 21 COMMON EXCAVATION-INFILTRATION FEATURE CY 590 $ «- 66. $ tID 1-!90.Coo 22 AGGREGATE BASE,CLASS 5 TN 4,020 $ l 0.(30 $ `JD 23 SELECT GRANULAR BORROW (MODIFIED) TN 6,026 $ 1. 7 6 $ c fs, 75'3.113 24 SELECT GRANULAR BORROW (CV)-INFILTRATION CY 465 $ l L. DO $ S'S S-ci .00 FEATURE 25 SELECT GRANULAR BORROW MODIFIED (CV)- CY 45 $ 1-1-•00 $ cicIO•C■0 INFILTRATION FEATURE 26 GEOTEXTILE FABRIC TYPE V SY 12,253 $ 02.00 $ al150(100 55 ss 27 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 1,560 $ 5''00 $_ t2 4/gc -6Q AGGREGATE AND FILTER FABRIC 28 BITUMINOUS MATERIAL FOR TACK COAT GAL 1,392 $ Z• 10 $ 2.7 Ct Z 3.20 29 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 1,643 $ g."4-0c) $ f 2,O©t.hc9 30 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 1,873 $ S-5''• Eb $ 109 5'76 .00R 02015Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-3(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 31 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 423 $ Itt. 0 c • $ (.0 0 6 Fr.O6 32 CUSTOM CONCRETE DRIVEWAYS/WALKS-MATCH SF 2,635 $ r t-.(0 $ -3‘18 5 3 ‘.5-6 EXISTING PATTERN/COLOR 33 6 INCH CONCRETE DRIVEWAY SF 10,335 $ S'•64 $ S c-ti V3.00 34 B618 CONCRETE CURB AND GUTTER LF 690 $ 13•06 $ �� rt.1 o .00' 35 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 19,786 $ I O•(sa $ 1.6% 7.31,.‘d 36 CONCRETE WALK SF 2,000 $ LISS a $ 7, ow.()o 37 CONCRETE STEPS SF 270 $ 6[•Od $ L(ip7 Li 7 0.62r 38 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 4,210 $ 1. 60 $ L 0)ei t/(.d0 BLANKET 39 HYDROSEED WITH MULCH SY 34,200 $ /• 3 c $ (4(,, /70.Oo 40 SODDING,MINERAL TYPE SY 20 3&-- bb 100• O6 41 SELECT TOPSOIL BORROW TN 7,570 $ss r�1— $,Ir .7 55 . `7,6 42 SIGN PANELS SF 30 $ 3 '7, 05 $ L, 1(6 ,Op 43 CYLINDER STYLE DELINEATOR (X4-13),6"DIAMETER,WHITE EA 7 $ �0•00 $ i t0 .1x, 44 STREET NAME BLADE SIGNS EA 5 $ 2..3 C. 06 $ L, 1 7 S.G6 45 12"SOLID WHITE STOP BAR LF 186 $ Li. (?t7 $ 7IY.ob 46 WATER FOR DUST CONTROL MG 600 $ omc.° $ 05006.°0 47 STREET SWEEPER (WITH PICKUP BROOM) HR 120 $ 034,00 $ ►5 co TOTAL PART 1 -STREETS: $ 1) y iIIZ-/II I-(10 PART 2-WATER MAIN 48 TEMPORARY WATER SERVICE LS 1 $ 160060° $_ 14,1660.Op 49 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 40 $ 150•°° $ 64020. 50 REMOVE WATER MAIN PIPE LF 9505 $ i'� $ /�QS� 51 REMOVE WATER SERVICE LF 3150 $ 1 '� $ 306 52 REMOVE HYDRANT EA 17 $ 'Oa!" $ 1!w•8° 0 2015 STantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-4(R) , REVISED BID FORM No. Item Units Qty Unit Price Total Price 53 REMOVE VALVE AND BOX EA 26 $ e270.4"12 $ 520P° CID 54 ROCK EXCAVATION-WEATHERED CY 5700 $ I,? $ 57,50•00 55 ROCK EXCAVATION-HARD CY 570 $ 3O.°D $ 171m'°° 56 SAND CUSHION LF 2600 $ 3 $ 75E7° as 57 IMPROVED PIPE FOUNDATION LF 8974 $ ` $ T'7o7. 58 CONNECT TO EXISTING WATER MAIN EA 9 $ 1?e10.°D $ /5,300.00 59 6"DIP WATER MAIN,CLASS 52 LF 8574 $ oo $ .03,o32.O° 60 8"DIP WATER MAIN,CLASS 52 LF 931 $ 24 $ �IVf7 61 PIPE BURST 6"PVC,C900 WATER MAIN,INCLUDING DUAL LF 210 $ /D5.61° $ �id •�� TRACER WIRE '/, 62 6"GATE VALVE AND BOX EA 43 $ 122a4"5 p° $ szIT��°3 63 8"GATE VALVE AND BOX EA 3 $ `ed`adc' $ 2 0 64 ADJUST VALVE BOX EA 2 $ 75:4° $ 15a4c) 65 WATER MAIN OFFSET-6" EA 7 $ A751).4° $ /4,260.°3 66 WATER MAIN OFFSET-8" EA 1 $ ..C.Xr# $ Gro �,,�1 .OO 67 HYDRANT EA 17 $ 3 •ao $ "' '� 68 DUCTILE IRON FITTINGS LB 6210 $ 1•°o $ 4,24 69 INSULATION-4"THICK SF 8000 $ /•00 $ 32 70 1"CORPORATION STOP EA 105 $ i Z©°o $ /Ad *:' 71 1"CURB STOP AND BOX EA 105 $ ...Z53.63 $ 2p,25b 72 1"TYPE"K"COPPER PIPE LF 3150 $ 41.4° $ af 1,52:).co 73 CONNECT TO EXISTING WATER SERVICE EA 106 $ $ B100.4° TOTAL PART 2-WATER MAIN: $ I) I ICI 36Er.Q't PART 3-SANITARY SEWER 74 REMOVE SANITARY SEWER CASTING AND RINGS EA 41 $ $ 4100 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-5(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 75 REMOVE SANITARY SEWER PIPE LF 230 $ '•� $ 23,-ce. 76 REMOVE SANITARY MANHOLE EA 4 $ 2(Cx}.Q' $ <«•`" 77 8"PVC SANITARY SEWER PIPE-SDR 26 LF 30 $ I a00 $ °2dz,.00 78 10"PVC SANITARY SEWER PIPE-SDR 26 LF 198 $ 1100 $ 480 os• ea 79 CONNECT TO EXISTING SANITARY SEWER PIPE EA 5 $ 1930• $ t05�• 80 10"X4"PVC WYE EA 6 $ {Ur $ /146.112 81 4"PVC SANITARY SEWER SERVICE PIPE LF 120 $ qq•do $ ed 82 CONNECT TO EXISTING SEWER SERVICE EA 6 $ iga O° $ •Co 83 IMPROVED PIPE FOUNDATION LF 230 $ • $ /15d° 84 4'DIAMETER SANITARY SEWER MH EA 3 $ oZ427/0•4D $ 'MO.°° / t • 85 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ 4 740•°° $ Z{? °° 86 RECONSTRUCT MANHOLE LF 90 $ 14 0.°° $ i41 p 87 SANITARY MANHOLE OVERDEPTH LF 10 $ /76•4° $ I7&;x 88 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 34 $ WO 00 $ TT r,/ ao RINGS 89 FURNISH&INSTALL NEW WATERTIGHT SANITARY MH EA 3 $ /D20•dd $ .1,61°° CASTING AND RINGS 90 PRECONSTRUCTION SANITARY TELEVISING LF 7856 $ (. (1)Q $ 6 Z-; C6 Q, 40 91 SEWER REHABILITATION WITH CIPP,8" LF 4805 $ Z 1 •CO $ LO3r .3(37... -0 92 SEWER REHABILITATION WITH CIPP,9" LF 445 $ 7 q. S cs $-1-3J 1 Z 7.,, 93 SEWER MANHOLE REHABILITATION LF 216 $ I 62• CO $ 3 L1i e[ 1, 7.. GO SS TOTAL PART 3-SANITARY SEWER: $ 7-Li7, 3 S 1. to PART 4-STORM SEWER 94 REMOVE STORM SEWER CASTING AND RINGS EA 12 $ 11,•6° $ 12CD°° 95 REMOVE STORM SEWER MANHOLE OR CATCH BASIN EA 3 $ D o0 $ 0513. 96 REMOVE STORM SEWER PIPE LF 100 $ /6 Ca $ /030.°° ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-6(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 97 12"RCP STORM SEWER,CL 5 LF 260 $- 370' $ 91021-,.e° 98 15"RCP STORM SEWER,CL 5 LF 506 $ $ ( '/ .aa 99 18"RCP STORM SEWER,CL 5 LF 2170 $ 38°° $ 477 .°' 100 21"RCP STORM SEWER,CL 4 LF 343 $ IL<On $ /4092.0° 101 24"RCP STORM SEWER,CL 4 LF 105 $ 0•Cb $ 5,2sa.OD 102 4'DIAMETER STORM SEWER MH OR CBMH EA 21 $ oZ $ '"`7 °O 103 5'DIAMETER STORM SEWER MH OR CBMH EA 5 $ Atoz do $ 14cn °p 104 6'DIAMETER STORM SEWER MH OR CBMH EA 3 $ 31/479•0° $ 16/21(b.(7° 105 7'DIAMETER STORM SEWER MH OR CBMH EA 5 $ ',/�IQ9.°D $ 2g 'aD 106 2'x3'CATCH BASIN EA 11 $ W OG $ /11161X1°12 107 DRAINAGE SWALE GRADING SY 400 $ 10.E $ .60 108 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 5 $ $ n .°a RINGS-CB �[� 109 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 5 $ /%00 $ 40'4t) RINGS-MH 110 CONNECT TO EXISTING STORM SEWER PIPE EA 5 $ 6DO Pa $ °° 1 1 1 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ 60,5"7 $ 120D.e° 112 CONNECT TO STRUCTURE(DRAINTILE) EA 78 $ 70.°C $ _5460° TOTAL PART 4-STORM SEWER: $ '2- %. ZO.©O ` ,./ h r , TOTALPART1 -STREETS: $ I)44Z -Li I•OCl TOTAL PART 2•WATER MAIN: $1 /2-0, 3615.66 TOTAL PART 3•SANITARY SEWER: $ 2- -17J 30 . L0 TOTAL PART 4-STORM SEWER: $ "a?ti TOTAL BASE BID: $ 3j 4701,-is-d,400 , "t' , i< ©2015 Stantec I 193801994-ID REVISED BY ADDENDUM 1 00 41 10-7(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price ALTERNATE 1 -VALLEY VIEW PARKING LOT 113 MOBILIZATION LS 1 $ 6i OGG,be, $(z, Q46-al 35 114 TRAFFIC CONTROL LS 1 $ Z 7s'©.fyl ? Zl�]/�1 0 ..06 X9 115 RECLAIM BITUMINOUS PAVEMENT SY 3950 $ 422" !$ b.60 116 SAWING BITUMINOUS PAVEMENT LF 80 $ 3 O° $ a"� ao 117 COMMON EXCAVATION(P) CY 440 $ 7-b IS $ 3, G$O,dl. 118 BITUMINOUS MATERIAL FOR TACK COAT GAL 180 $ Z S b $ L( TO, b0 119 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 350 $ S g- b€2 $ ZOl 3 .O.-00 120 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 350 $ (3C). Op $ 7-2 7 S d b,d 121 8618 CONCRETE CURB AND GUTTER LF 1930 $ I ti-06 $ �-710 2,6 .Ob 122 HYDROSEED WITH MULCH SY 780 $ C.SO $ L1 l 70.04 123 SELECT TOPSOIL BORROW TN 20 $ I6,-d° $ 1(71° TOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $9tictaa.06 ALTERNATE 2-VALLEY VIEW PARKING LOT LESS SOUTHERLY LOT 124 MOBILIZATION LS -1 $ 2-ZS:CO k-2- -Q1;) 125 TRAFFIC CONTROL LS -1 $ '-0 6 $U. 00 ) jt, 126 RECLAIM BITUMINOUS PAVEMENT SY -1450 $ $ 4551. 127 SAWING BITUMINOUS PAVEMENT LF 125 $ 3'00 $ 3?s.°r- 128 COMMON EXCAVATION (P) CY -160 $ (Z.00 $CL1 C(ZV .00 129 BITUMINOUS MATERIAL FOR TACK COAT GAL -65 $ Z•5-0 $(1 G Z•s0) 130 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN -130 $ V b•06 L61 S-o O .66) 131 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN -130 $ (4).O t ( '7 t&a. d0) 132 8618 CONCRETE CURB AND GUTTER LF -510 $ (?.-•S. 5(L 1 408.50) 133 HYDROSEED WITH MULCH SY -310 $ .6I $( . /6 ) ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-8(R) REVISED BID FORM I I No. Item Units Qty Unit Price Total Price I 134 SELECT TOPSOIL BORROW TN -3 $ MO•Q° $ ( :9°) TOTAL ALTERNATE 2-VALLEY VIEW PARKING LOT LESS $(-2_27, &30,10) SOUTHERLY LOT: ALTERNATE 3-OREN AVENUE WATER MAIN 135 MOBILIZATION LS I $ ij 1 SO ,O�1 $ `) "2,,S'0• 46 136 TRAFFIC CONTROL LS 1 $ i,bon•ad $ t,CO0 ,a 0 137 INLET PROTECTION EA 2 $ 130. $ .'a0°O 00 138 SILT FENCE,TYPE MACHINE SLICED LF 600 $ °�' $ `aCO• 139 SALVAGE AND REINSTALL SIGN EA 4 $ lloa•°" $ e0 140 REMOVE BITUMINOUS PAVEMENT SY 1420 $ a0 $ aF 00 141 SAWING BITUMINOUS PAVEMENT LF 60 $ 3 do $ Lcb•� 142 AGGREGATE BASE,CLASS 5 TN 240 $ 16.0 0 $ 2.1C-160.COQ 143 TEMPORARY WATER SERVICE LS 1 $ O•p0_ $ Seal•ta 144 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 2 $ 150.1" $ .13:).00 145 REMOVE WATERMAIN LF 642 $ 1.00 $ `0 jO�� 146 REMOVE WATER SERVICE LF 120 $ ' $ 1 OP° 147 REMOVE HYDRANT EA 1 $ /60° $ /CO•C° 148 REMOVE VALVE AND BOX EA I $ 2d OX) $ PC) 149 CONNECT TO EXISTING WATER MAIN EA 3 $ 11700•61)_ $ 503.0° 150 6"DIP WATER MAIN,CLASS 52 LF 140 $ 447i1) $ WO6• 151 8"DIP WATER MAIN,CLASS 52 LF 642 $ 3-5-.2 $ 13/6°O 00 152 6"GATE VALVE AND BOX EA 5 $ Z.Z4 4$ /� 153 8"GATE VALVE AND BOX EA 3 $ 110 l b•IV $ r jOO 154 ADJUST VALVE BOX EA 1 $ 15a° $ 15;6° 155 HYDRANT EA 2 $ $ 1IA° ©2015 Sfantec 1 193801994-D REVISED BY ADDENDUM 1 0041 10-9(R) REVISED BID FORM 1 No. Item Units Qty Unit Price Total Price ao 156 DUCTILE IRON FITTINGS LB 550 $ 9. $ � •� 157 INSULTATION-4"THICK SF 100 $ 1 'a° $ !W45 158 CONNECT TO EXISTING WATER SERVICE EA 3 $ $ 6246,6° TOTAL ALTERNATE 3-OREN AVENUE WATER MAIN: $ 50 ‘-107.06 ALTERNATE 4-65TH ST.N. UTILITY AND STREET IMPROVEMENTS: PART 1 -STREETS G 159 MOBILIZATION LS 1 $ ! D S6•csO $ Z, 5'5.0 160 TRAFFIC CONTROL LS 1 $ /1/00.00 $ ti t 0 .Oa 161 TEMPORARY MAIL LS 1 $ /Z0'.43° $ /Oa°I° 162 INLET PROTECTION EA 3 $ J�'� $ `' ' 163 SILT FENCE,TYPE MACHINE SLICED LF 300 $ �' $ 00 164 REMOVE SIGN EA 3 $ ta'e° $ '00 165 REMOVE TREE EA 12 $ L I.(1-Ua $ -7/ 32-6• 04 166 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ Li 000. Oa $ 1-f,./6001.150 REMOVAL 167 REMOVE BITUMINOUS PAVEMENT SY 1640 $ as2) $ 32'g©Da lb en 168 SAWING BITUMINOUS PAVEMENT-STREET LF 50 $ 3 $ i50. 169 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 120 $ 3.03 $ Nr6.00 170 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 180 $ a 00 $ 46•Ci° 171 COMMON EXCAVATION (P) CY 500 $ C!- 00 $ Sj S-00.60 II 172 SUBGRADE EXCAVATION CY 200 $ l9.5 d $ 5 7 W 00 173 AGGREGATE BASE,CLASS 5 TN 450 $ 10, 6O $ Lid S OCR.6/j 174 SELECT GRANULAR BORROW (MODIFIED) TN 400 $ 10• Og $ LI, DCd-CO 175 GEOTEXTILE FABRIC TYPE V SY 500 $ gs' Pc" $ Ma 176 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 80 $ I $ 14 AGGREGATE AND FILTER FABRIC ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-10(R) REVISED BID FORM • No. Item Units Qty Unit Price Total Price 177 BITUMINOUS MATERIAL FOR TACK COAT GAL 82 $ 1-.2-5- $ J g Li .6-0 178 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 155 $ Os.bb $ C 8'0 ,OtS 179 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 155 $ -C '. 7S- $ C1 1 /0 6. ZS— 180 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 10 $ /2-O.06 $ Li 2_00'• CA 181 6 INCH CONCRETE DRIVEWAY SF 180 $ �• 8b 7 $ I� 'iO ..16 182 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 1250 $ 11.5-6 $ (Lij 3 n.6(b 183 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 2090 $ 3.crt $ b, 7-10•od BLANKET � 184 SELECT TOPSOIL BORROW TN 40 $ ILO $ 440." 185 SIGN PANELS SF 3 $ Lie ■Ob $ ( 21 ,d b 186 STREET NAME BLADE SIGNS EA 4 $ -Z-3 5--. tb $ cl (-Le-- . Ofl 187 12"SOLID WHITE STOP BAR LF 12 $ FS•C1b $ ct w • OQ 188 WATER FOR DUST CONTROL MG 25 $ 46.0° $ iac °t) 189 STREET SWEEPER (WITH PICKUP BROOM) HR 4 $ 130°4CI $ .ate TOTAL PART 1 -STREETS: $ 83) 7c,c•75 I PART 2-WATER MAIN: 190 TEMPORARY WATER SERVICE LS 1 $ (500' $ 15c0.62 co 191 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 4$ (50.00 $ ' 192 REMOVE WATER MAIN LF 1025$ beie=' $ I025:441 193 REMOVE WATER SERVICE LF 210$ $ °�� 194 REMOVE HYDRANT EA 2$ far.00 $ .2co 195 ROCK EXCAVATION-WEATHERED CY 625$ I•°° $ /0,257°D 196 CONNECT TO EXISTING WATER MAIN EA 2$ I7t 8O $ aD I , 197 6"DIP WATER MAIN,CLASS 52 LF 1025 $ 1OI $ �Z fx-"4° lb 198 6"GATE VALVE AND BOX EA 4$ 12 .O $ •°6 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 0041 10-11(R) REVISED BID FORM I No. Item Units Qty Unit Price Total Price 199 ADJUST VALVE BOX EA 2$ 763 $ 156 51) 200 HYDRANT EA 2$ oo $ '76Lo°O 201 DUCTILE IRON FITTINGS LB 500$ /-� $ `geel.°° 202 INSULATION-4"THICK SF 150$ i � $ �'� 203 1"CORPORATION STOP EA 7 $ 12.0.119 $ 84/6e° 204 1"CURB STOP AND BOX EA 7$ zso`eo $ /1/75-61,0, 205 1"TYPE"K"COPPER PIPE LF 210$ 4/#63 $ e era 6.00 Oa 00 206 CONNECT TO EXISTING WATER SERVICE EA 7$ gb' $ . TOTAL PART 2-WATER MAIN: $ Tit 6-75'•Ca PART 3-SANITARY SEWER 207 REMOVE SANITARY SEWER CASTING AND RINGS EA 5$ 00.M. $ ..5C10.11° 208 RECONSTRUCT MANHOLE LF 5$ /W.CID $ •OO 209 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 5 $ 4161.6° $ a0 RINGS 210 PRECONSTRUCTION SANITARY TELEVISING LF 30$ 2-•0 6 $ GO, C90 211 SEWER REHABILITATION WITH CIPP,8" LF 30$ -1 S. 0 0 $ 1_ IA-0.00 C) 212 SEWER MANHOLE REHABILITATION LF 40$ I “S -Ob $ (91 L 86. 110 TOTAL PART 3-SANITARY SEWER: $ 12.E 4I0 .00 PART 4-STORM SEWER: 213 REMOVE STORM SEWER CASTING AND RINGS EA 4$ Icxo.m $ •cr' 214 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 $ 355.60 $ •cD 215 REMOVE STORM SEWER PIPE LF 27$ /o4� $ c21i Oa 216 24"RCP STORM SEWER,CL 4 LF 27 $ 176DO $ (89o.° 217 6'DIAMETER STORM SEWER MH OR CBMH EA 1 $ 3400.°0 $ 3 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-12)R) REVISED BID FORM I No. Item Units Qty Unit Price Total Price I 218 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 1 $ WO.00 $ till/C):1° `a RINGS-MH to 219 CONNECT TO EXISTING STORM SEWER PIPE EA 2$ In 00 $ / . 220 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ $ 221 CONNECT TO STRUCTURE(DRAINTILE) EA 4$ 7o.°" $ `ao TOTAL PART 4-STORM SEWER: $ ALTERNATE 4 SUMMARY TOTAL PART 1 -STREETS: $ 3j 7t3S'• 7Se- TOTAL PART 2-WATER MAIN: $ Cr J c s 00 TOTAL PART 3-SANITARY SEWER: $ II? ii to•60 ._, /, i %, TOTAL PART 4-STORM SEWER: $„ e-:tY't TOTAL ALTERNATE 4-65TH ST N STREET AND UTILITY IMPROVMENTS: $ rd ALTERNATE 5-OSMAN,64TH,OZARK STREET IMPROVEMENTS 222 MOBILIZATION LS 1 $ --J7S0.06 $? 750 .Cj 223 TRAFFIC CONTROL LS 1 $ 1, 74&.t $ I, 76 a.a0 224 TEMPORARY MAIL LS 1 $ I .a=° $ 1 0c•°° 225 INLET PROTECTION EA 3 $ (3o•Qe' $ 3309° o 226 SILT FENCE,TYPE MACHINE SLICED LF 30 $ $ 645'�135 227 REMOVE TREE EA 2 $ (DI O. O O $ l) Z Z-O .0 0 228 REMOVE BITUMINOUS PAVEMENT SY 5440 $_ /r,(06 _ $_ tJ`1L3 Li•66 229 SAWING BITUMINOUS PAVEMENT-STREET LF 130 $ 3.ao 390 ss -43- 230 REMOVE CONCRETE CURB&GUTTER LF 3105 $ `3 $ j 14 I- &j 231 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 3300 $ `'� $ 3 �� 232 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 600 $ ''°° $ r P' ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-13)R) REVISED BID FORM i No. Item Units Qty Unit Price Total Price 233 REMOVE GRAVEL DRIVEWAY SF 300 $ (-6r) $ 3 234 COMMON EXCAVATION (P) CY 2775 $ it Od $ 3 0,1 S^Zb,o 235 SUBGRADE EXCAVATION CY 1390 $ to• Z 6 $ 15 7. YO 236 AGGREGATE BASE,CLASS 5 TN 930 $ 1O.00 $ 'ij 301:9 .0 C) 237 SELECT GRANULAR BORROW (MODIFIED) TN 1390 $ c1-7 S $ 133)�/�5/ S Z• ‘---0 238 GEOTEXTILE FABRIC TYPE V SY 1220 $ �•� $ °G774 BO 239 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 40 $ 12.00 $ lez.do AGGREGATE AND FILTER FABRIC 240 BITUMINOUS MATERIAL FOR TACK COAT GAL 272 $ Z-.Z-S $ 612—OD 241 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 516 $ C4• 00 $ Zcc) Esct 14.Od 242 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 516 $ St•S b $ 3c t si .60 243 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 70 $ I li•b.bb $ '•fDQ.©C? 244 6 INCH CONCRETE DRIVEWAY SF 600 $ 7• SO $ Li/ G o•do 245 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 3110 $ I t •2.6 $ _3 L-11 c j b 3 Z-Ot 246 HYDROSEED WITH MULCH SY 5180 $ /• L16 $ ?) Z S-Z .(Sd SS -XS 247 SELECT TOPSOIL BORROW TN 1 160 $ 6/ $_ IL GO 248 12"SOLID WHITE STOP BAR LF 44 $ C5'.Op $ .z.0 Q 249 WATER FOR DUST CONTROL MG 50 $ 1469° $ O° 250 STREET SWEEPER (WITH PICKUP BROOM) HR 6 $ I?if °° $ 716616"5 251 ADJUST VALVE BOX EA 3 $ !�'� $ (.7a5:4° �7�, ArJ 252 CONNECT TO STRUCTURE(DRAINTILE) EA 2 $ IC). $ ��' TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET $ �-tOj 4 0 7.Ia IMPROVEMENTS: ALTERNATE 6-PANAMA STORM 253 MOBILIZATION LS 1 $ ),2/ 5d.Qd $ 1> 1 S'° .bD 254 TRAFFIC CONTROL LS 1 $ 1, 460 60-ea $ h L1 LO .6 6 0 2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-14(R) REVISED BID FORM r - No. Item Units Qty Unit Price Total Price n 255 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 20 $ Z $ •?/7/0 AGGREGATE AND FILTER FABRIC 22nn 256 15"RCP STORM SEWER,CL 5 LF 300 $ •� $ 257 2'x3'CATCH BASIN EA 1 $ �500. $ 1- • 258 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ III-°' $ /100. do 259 CONNECT TO STRUCTURE(DRAINTILE) EA 1 $ (0' $ 70• TOTAL ALTERNATE 6: $ 1,7 I(D0 .00R SUMMARY )C 1 �, 1G, TOTAL BASE BID: $_3,-67p TOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $ 9 1� 9S-C)-CO TOTAL ALTERNATE 2-VALLEY VIEW LOT LESS SOUTHERLY LOT: s - 2�$3© ,/e) TOTAL ALTERNATE 3-OREN AVE WATER MAIN: $ &7,S`b 7.00 2 14 TOTAL ALTERNATE 4-65TH STREET AND UTILITY IMP.: $ TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET IMP.: $ 7-1019 cr7 .16 TOTAL ALTERNATE 6 -PANAMA AVE STORM IMP.: $ t 77 F 0•0a j ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-15IRI REVISED 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 1 I( J ` ,2015. If Bidder Is: A Corporation n r _,[ Corporation Name: A- 1 E Q,AJLU 1 lei-Oes. ll (SEAL) State of Incorporation: SC'_t;r I S/Yl Type(General Business,Pr. - ionai,Serv.-- ited Liability): Gongg'&LCon4i eiv By: - - J1 (Signature) Name (typed or printed): Title: 3LS/Cie_nt Attest A i .• i c _ A' A,i. i_ (CORPORATE SEAL) (Si• _ • of Corporate Secretary) Business Street Address(No P.01:14As):26 -Jt jJ tt 5 L'7 q Phone No.: 1/615140"/SL40" /f yI Fax No.: 7IS/51o8-407'41 Email: c14- ' J.1..00.GILUaY1rre__O Yl 0 2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-161Ri REVISED BID FORM . r Statutory compliance Minn. Stat 16C. 285 Responsible Contractor. The provisions of Minn. Stat. 16C.285 are imposed as a requirement of this contract. All bidders and persons or companies providing a submission to the bid of the City and shall comply with the provisions of the statute.The Contractor shall conform to the responsibility requirements within the bid for its portion(s) of the work on the project and provide to the City a written verification that it meets the following minimum criteria as part of its submission to the bid. All bidders shall verify the following as the "contractor" as part of their bid. 1) the contractor: i) is in compliance with workers' compensation and unemployment insurance requirements; ii) (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; iii) has a valid federal tax identification number or a valid Social Security number if an individual; and iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; 2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; ii) has been issued an order to comply by the commissioner of labor and industry that has become final; iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; , r 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 5) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 6) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. The Contractors Verification shall be signed and accompany all responses to the RFP/Bid documents and any contracts issued thereunder or the response/contract shall be rejected by the City. A prime contractor, as defined by the statute, or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7),within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7).A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. 1 CONTRACTORS VERIFICATION PROVIDED UNDER MINN. STAT 16C.285 To:The City of Oak Park Heights Regarding City Project: 2015 Street Reconstruction-Area D The undersigned, hereinafter identified herein as "Contractor", upon being duly sworn on oath, does pursuant to Minn. Stat. 16C.285, provide the following sworn verification to the City as a condition of its submission of a response to the Bid solicitation forwarded by the city with reference to the above identified project.The Company does also verify the statements herein to be true and affirms and acknowledges it affirmative obligation to the City to notify the City immediately if at any time during the project any statement contained herein becomes untrue or incorrect in any aspect. The contractor verifies the following are true and correct statements relative to this project. 1) the contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual; and (iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; 2) (2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; (ii) has been issued an order to comply by the commissioner of labor and industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur uail the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; 5) the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 6) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 7) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. Dated this 9 day of a_!___ 2015 {Name-the Company} 4( Excav ; ryl,. Its: It Sid, y4 > STATE OF CSOTA ) ) ss. COUNTY OF (phi FtwAA9O-) On this q da_y of M , 201 Sbefore me, a Notary Public, in and for said County and State, appeared P to me personally known, who being by me first duly sworn, did say that®js is the tsfda-r,+ of 1\-1 Eccn,Af 4-4being the "company" identified above and acknowledged said instrument to be the free act and deed of said Fl-(Extd.. ► i(the "company") who then executed the foregoing document by authority of XiSke ^0..►-‘C. (the "company"), and acknowledging said instrument to be the free act and deed of said tity. !6 4�0� - 'ublic EJLDC= PENAL SUM FORM ENGINEERS JOINT CONfIIACl' DOCUMENTS COMMITTEE 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. 408 26th Avenue Bloomer,WI 54724 SURETY(Name, and Address of Principal Place of Business): Merchants Bonding Company 2100 Fleur Dr Des Moines, IA 50321 OWNER(Name and Address): Oak Park Heights 14168 Oak Park Boulevard Oak Park Heights MN BID Bid Due Date: March 9, 2015 Description (Project Name—Include Location): 2015 Street Reconstruction Area D BOND Bond Number: Date: March 9, 2015 Penal sum Five Percent 5% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby,subject to the terms set forth below,do each cause this Bid Bond to be duly executed by an authorized officer,agent, or representative. BIDDER SURETY A-1 Excavating, Inc. (S4 Merchants Bonding Company (Seal) Bidder's Name and Corpor. al Surety's Name and Corporate Seal By , 4OF_ By: Si:nature Signs ure(Attach Power f Attorney) 1 I )/� Robert Downey Print Name Print Name ic id Attorney-In-Fact Title Title Attest: Attest: Signature Signature .olli . -ansen Title te J. Title:Witness Note:Addresses are to be used for gi ing any required notice. Provide execution by any additional parties,such as joint venturers,if necessary. EJCDC°C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 'c.JCDC= PENAL SUM FORM _.. w'NOIfti EE{ZS JOI N7 GG%TRACAG I' DOCUMENTS COMMITTEE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of 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 the 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 the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. The term "Bid"as used herein includes a Bid,offer,or proposal as applicable. EJCDC°C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 MERCH[AN11 BONDING COMPANY,tA 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: TWENTY MILLION($20,000,000.00)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 13th day of August , 2014. �s �`4} {Ot�I, tr2), ••*Y.• MERCHANTS BONDING COMPANY(MUTUAL) �•.;�a•r°4.4..o •tr.' 0 Og4••>sy�: MERCHANTS NATIONAL BONDING,INC.•4.1 ••V s •�:$ -o- a; �'- 2003 ?.0; : c 1933 • s' o• BY STATE OF IOWA %•, �/•`� ••� President COUNTY OF POLK ss. �,.i morts�� On this 13th day of August 2014,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. aIA4 WENDY WOODY q Commission Number 784654 ip • • My Commission Expires • •� " June 20, 2017 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 ha ye hereunto set_my hand and affixed the seal of the Companies on this 94.-day of /yi fC.f ,ZQIa . 44y • • 4015'"gr,0= :�•co 4� Z Secretary :s= a• 1933 :c. rY �s 2003 �:.0: :tiJ. • • • POA 0014 (7/14) - �'!y'• •- •'';���,rr=, •..1i, ....•`k'�: • • .....tri i r nNkN��`,,` BIDDER: R S `C�2 -�l�S �� �� 4\J ( Stantec DOCUMENT 00 41 10 REVISED BID FORM REVISED BY ADDENDUM NO.1 2015 STREET RECONSTRUCTION-AREA D PROJECT NO.193801994D OAK PARK HEIGHTS,MINNESOTA 2015 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 No. Addendum Date \ 3-3-ao�5 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 proarams 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. ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-1(R) REVISED BID FORM H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations, explorations,tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price BASE BID: PART 1 -STREETS t 1 MOBILIZATION LS 1 $ / 3 dI p©4,0$ ! 3 O 0 a D• CI i 2 TRAFFIC CONTROL LS 1 $ ' 1 600 / $ 5/ 0 0 C� 3 TEMPORARY MAIL LS 1 $ '3,d00 $ / 3, 0 00 4 INLET PROTECTION EA 61 $ / ' to $ .7 6,,1,5 , 0 5 SILT FENCE,TYPE MACHINE SLICED LF 3,400 $ , 4°19 $ r 0 tro 6 RECLAIM BITUMINOUS PAVEMENT SY 0 $_ _ 8 $ a ©2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-2(R) REVISED BID FORM r No. Item Units Qty Unit Price Total Price 7 REMOVE SIGN EA 5 $ r,2 Si 469 $ / a 5- d O 8 SALVAGE AND REINSTALL SIGN EA 80 $ /5-0'12° $ 1.2) .04°1 - 6e 9 REMOVE TREE EA 170 $ 1/ DO,d0 $ CF Dea, Od 10 REMOVE ROADWAY BARRIERS LS 1 $ w7�0 O C�"v $ a000,6 0 11 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ ,; °, 4.00-dos ?- .7, 000 ,400 - 7r D o O `a O REMOVAL 1, 12 REMOVE BITUMINOUS PAVEMENT SY 27,820 $ • 5 S $ % .3) °�f' D 0 13 SAWING BITUMINOUS PAVEMENT-STREET LF 1,530 $ o2 ' a 5- $ 3� 7 . s 0 y`� � 14 REMOVE CONCRETE CURB&GUTTER LF 330 $ (2 ' ')-_5 $ 71,/ , s--6 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 16,460 $ 0 d C $ / 3 / 6 �' 16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 12,175 $ 0 '7 U $ le 7 Q, ti 17 REMOVE CONCRETE WALK SF 2,000 $ 0 4 S $ !j 3 0°- n 18 REMOVE GRAVEL DRIVEWAY SF 5,650 $ 0 /S $_ O , S 19 COMMON EXCAVATION (P) CY 11,560 $ 1618 5✓ $ / ? 5 ) ye'? 6 ' OO 20 SUBGRADE EXCAVATION (CV) CY 5,789 $ C. 44 6 $ 3 7l 7 L/ O O (c, 21 COMMON EXCAVATION-INFILTRATION FEATURE CY 590 $ j d'&O $ S-, T' ® ,d 0 22 AGGREGATE BASE,CLASS 5 TN 4,020 $ 9` 6 O $ 3s; , 9 , O o 23 SELECT GRANULAR BORROW(MODIFIED) TN 6,026 $ 9 i -s-1) $ 5 7 - V7. d .6 24 SELECT GRANULAR BORROW(CV) -INFILTRATION CY 465 $ / 1• ,a C $ 3 0 8' O O FEATURE 25 SELECT GRANULAR BORROW MODIFIED (CV)- CY 45 $ ‘20, 7--5- 2 Cdr 7.5- $ 7 3 3 INFILTRATION FEATURE � 26 GEOTEXTILE FABRIC TYPE V SY 12,253 $ 2 . 0 D $ r� %, S� �t �� O 27 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 1,560 $ 7. `7/° $ 11, J qq. a a AGGREGATE AND FILTER FABRIC D 28 BITUMINOUS MATERIAL FOR TACK COAT GAL 1,392 $ 2 D v $ ?t 7 B'y` 7 29 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 1,643 $ 3-S-4-5- $_ /j ` ` " Q 0 . a5- 30 TYPE SP 12.5 WEARING COURSE MIXTURE (2,C) TN 1,873 $ �` uZs $ D i /4P , -15-°� ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-3(R) REVISED BID FORM . No. Item Units Qty Unit Price Total Price 31 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 423 $_/1S-ICI) $ / ff?, 6 ?-5-1 �+ c`t?., , 32 CUSTOM CONCRETE DRIVEWAYS/WALKS-MATCH SF 2,635 $_/ o , 76' $ ,_ 3 " ' EXISTING PATTERN/COLOR ` 33 6 INCH CONCRETE DRIVEWAY SF 10,335 $ ‘ ' NS $ 6,6,, 6 6 Q 75- 34 8618 CONCRETE CURB AND GUTTER LF 690 $ /3. b S $ / 7 ill'' S 35 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 19,786 $ ll's S $ a ri 5 d_ '' 3° 36 CONCRETE WALK SF 2,000 $ 5-4 4 S $ iv, 300. 0 0 37 CONCRETE STEPS SF 270 $ /6" V $ a 7 y 9 • 86 38 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 4,210 $ . 2s- $ 1/j S 77 SO BLANKET -7 39 HYDROSEED WITH MULCH SY 34,200 $ // lS_ $ 5-1 l FSo, 0 0 40 SODDING,MINERAL TYPE SY 20 a d' 0 0 1/D 0. 00 41 SELECT TOPSOIL BORROW TN 7,570 $ ' d / $ 7S", 7 42 SIGN PANELS SF 30 $ `� , 00 $ /j 40, 0 0 y/ 0 43 CYLINDER STYLE DELINEATOR (X4-13),6"DIAMETER,WHITE EA 7 $ '0 $ / '�S' Q 360,061 / 502), o 0 44 STREET NAME BLADE SIGNS EA 5 $ $ 45 12"SOLID WHITE STOP BAR LF 186 $ q---S-1) $ S. 37. ° O 46 WATER FOR DUST CONTROL MG 600 $ 3 S 0 0 $ °� Jj O O 0 0 0 47 STREET SWEEPER (WITH PICKUP BROOM) HR 120 $ / 75.)v 17 $ al, / L1/a 146 ' 1 ° TOTAL PART 1 -STREETS: $ I j PART 2-WATER MAIN 48 TEMPORARY WATER SERVICE LS 1 $ 344421°'(")4) $ 3bk0oo.o a 49 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 40 $ 5q0.00 $ a3t co O0 50 REMOVE WATER MAIN PIPE LF 9505 $ "I) $ 5b`d1g' p 51 REMOVE WATER SERVICE LF 3150 $ 3.55 $ •\ %\`d'. ..� 52 REMOVE HYDRANT EA 17 $ aAS.00 $ S\O\Cs).00 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-4(R) REVISED BID FORM t INo. Item Units Qty Unit Price Total Price I 53 REMOVE VALVE AND BOX EA 26 $ a3b.00 $ 6 AN...00 54 ROCK EXCAVATION-WEATHERED CY 5700 $ a'J• oO $ \31-k.5a0.Ob 55 ROCK EXCAVATION-HARD CY 570 $ 5a 'l0 $ I,\' .Oa 56 SAND CUSHION LF 2600 $ 3S-40 $ c(a.0►s4p.00 57 IMPROVED PIPE FOUNDATION LF 8974 $ c‘.us,5 $ ' iTSOl-k.3D 58 CONNECT TO EXISTING WATER MAIN EA 9 $ I,OcX.co $ c tcx-.O0 59 6'DIP WATER MAIN,CLASS 52 LF 8574 $ (5 g0 $ 5\a,1 araao 60 8"DIP WATER MAIN,CLASS 52 LF 931 $_ 7 a.50 $ b1.*-k 1.SO 06-16° ,4)Z) 61 PIPE BURST 6"PVC,C900 WATER MAIN,INCLUDING DUAL LF 210 $ $ o� `Oi °� TRACER WIRE 62 6"GATE VALVE AND BOX EA 43 $ \;--to10.OV $ ` .3,°c\ O'aa 63 8"GATE VALVE AND BOX EA 3 $ a`4■00•-0( $ ,%Sok oo 64 ADJUST VALVE BOX EA 2 $ \"-00 $ 13' .0O 65 WATER MAIN OFFSET-6" EA 7 $ Ut C3'1(),Od $ 30 sck O OO 66 WATER MAIN OFFSET-8" EA 1 $ S$$o.0a $ SJ,' 'gc oo 67 HYDRANT EA 17 $ A 1a0.aD $ %attD.C.O 68 DUCTILE IRON FITTINGS LB 6210 $ 1 R 5 $ 'k :MA 50 69 INSULATION-4"THICK SF 8000 $ 5`10 $ VC" .00.c7C7 70 1"CORPORATION STOP EA 105 $ 3'3.Op $3l I d100.0U 71 1"CURB STOP AND BOX EA 105 $ S'Q.00 $ f,�OO 72 1"TYPE"K"COPPER PIPE LF 3150 $ 5°C•00 $ WS.$50.DO 73 CONNECT TO EXISTING WATER SERVICE EA 106 $ 011'1.00 $ aci ,31va.00 TOTAL PART 2-WATER MAIN: $ /J �1 ` q + 0 PART 3-SANITARY SEWER 74 REMOVE SANITARY SEWER CASTING AND RINGS EA 41 $ am..00 $ ,■01b,00 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-5(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 75 REMOVE SANITARY SEWER PIPE LF 230 $ \1,:SO $ Q11tk.00 76 REMOVE SANITARY MANHOLE EA 4 $ 1-V1?. OO $ WM.C)0 77 8"PVC SANITARY SEWER PIPE-SDR 26 LF 30 $ VaO.0b $ 3tb00,0 D 78 10"PVC SANITARY SEWER PIPE-SDR 26 LF 198 $ Val .OQ $ a4,55a.o 35 79 CONNECT TO EXISTING SANITARY SEWER PIPE EA 5 $ 1A-1.00 $ 31aviss.oO 80 10"X4"PVC WYE EA 6 $ a____ .ar,.(D $ 5%Salo.DO 81 4"PVC SANITARY SEWER SERVICE PIPE LF 120 $ S5.5o $ ktvcriO.00 82 CONNECT TO EXISTING SEWER SERVICE EA 6 $ \ oo.00 $ -D,°cZb.O 0 83 IMPROVED PIPE FOUNDATION LF 230 $ 9-'-es $ D,,,\-13.5o o 84 4'DIAMETER SANITARY SEWER MH EA 3 $ 3%4,S0,00 $ \\ ‘S.60,00 85 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ kaBO.a0 $ LA30,06 86 RECONSTRUCT MANHOLE LF 90 $ -3"\04,00 $ 35,1,00.,00 87 SANITARY MANHOLE OVERDEPTH LF 10 $ \cA5- 70 $ k Ia,SO.00 88 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 34 $ \\300,06 $ • A;a00.00 RINGS 89 FURNISH &INSTALL NEW WATERTIGHT SANITARY MH EA 3 $ a`O"1D.Oa $ lo‘o7�b„00 CASTING AND RINGS q p 90 PRECONSTRUCTION SANITARY TELEVISING LF 7856 $ 02 • 4) $ /9) y a-, d 91 SEWER REHABILITATION WITH CIPP,8" LF 4805 $ ? , 0 0 $ le 71 D` v O 92 SEWER REHABILITATION WITH CIPP,9" LF 445 $ 3 O. 0© $ / 3, 3 S-O,D 0 93 SEWER MANHOLE REHABILITATION LF 216 $ /?S 16 0 $ 37, V. o 'J TOTAL PART 3-SANITARY SEWER: $ 3 q5- it O-S PART 4-STORM SEWER 94 REMOVE STORM SEWER CASTING AND RINGS EA 12 $ a-S• .OO $ a,s--Aa.00 95 REMOVE STORM SEWER MANHOLE OR CATCH BASIN EA 3 $ y a•Oa $ \,IA fib-00 96 REMOVE STORM SEWER PIPE LF 100 $ \\ .%0 $ \,\30.00 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-6)R) REVISED BID FORM No. Item Units Qty Unit Price 1 Total Price 97 12"RCP STORM SEWER,CL 5 LF 260 $ a•DC) $ `\ ,o-t10•0t 98 15"RCP STORM SEWER,CL 5 LF 506 $ �b, O $ a`3►�a ,00 99 18"RCP STORM SEWER,CL 5 LF 2170 $ J�!INC) $ \V-a,1.a3,cro 100 21"RCP STORM SEWER,CL 4 LF 343 $ 55 Isa $ \9► 31.1-M, 101 24"RCP STORM SEWER,CL 4 LF 105 $ kp3., d $ tp,U$$.50 102 4'DIAMETER STORM SEWER MH OR CBMH EA 21 $ a,' 50.DO $ 'k ‘ 50.0in 103 5'DIAMETER STORM SEWER MH OR CBMH EA 5 $ 3,Va0a 00 $ ,4=k50.00 104 6'DIAMETER STORM SEWER MH OR CBMH EA 3 $ b.o0 $ \� Cjap,ors 105 7'DIAMETER STORM SEWER MH OR CBMH EA 5 $_ lv`Dtieo•06 $ .3`:/tN b0'°6 106 2'x3'CATCH BASIN EA 11 $ 1. \`60•De $ 11$0.06 107 DRAINAGE SWALE GRADING SY 400 $ 0,00 $ 8� 0 tad' O� 108 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 5 $ CVV1 J.O a $ ,71a5.oO RINGS-CB 109 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 5 $ \?a00,00 $ lo,5m.c RINGS-MH 110 CONNECT TO EXISTING STORM SEWER PIPE EA 5 $ 5°lOv00 $ °lS0.00 111 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ a6.00 $ \,(4,5 .04) 112 CONNECT TO STRUCTURE(DRAINTILE) EA 78 $ 'TOE',00 $ 55�aay TOTAL PART 4-STORM SEWER: $ 3 8 � 5^3 q. 9 TOTAL PART 1 -STREETS: $ `j 1/16 TOTAL PART 2-WATER MAIN: $ 7)9, 9 if 9. S-41 TOTAL PART 3-SANITARY SEWER: $ 3 11S eziD TOTAL PART 4-STORM SEWER: $ 8 /J `r 3 % ' 9 O I 5"Y TOTAL BASE BID: s—!: l� , 2-10. 0C C C.1,1 0 2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-7(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price ALTERNATE 1 -VALLEY VIEW PARKING LOT 3 s--60,e0 3 s�a•0 6 113 MOBILIZATION LS 1 $ r $_ / 114 TRAFFIC CONTROL LS 1 $ c2,6 dc),D© $ ' / 000, 6 -0 115 RECLAIM BITUMINOUS PAVEMENT SY 3950 $ 01, 66 $ 7,9 6 D•" v 116 SAWING BITUMINOUS PAVEMENT LF 80 $ 2 . 3_S-- $ /80, 6° 117 COMMON EXCAVATION (P) CY 440 $ p ' D ® $ ° 6 g° • D C 118 BITUMINOUS MATERIAL FOR TACK COAT GAL 180 $ 02' Oa $ 3 6 4,O D 119 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 350 $ g i" Y-S- $ /7) g /7' S a 120 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 350 $ 6 3' q° $ a , 34. S i e 0 121 B618 CONCRETE CURB AND GUTTER LF 1930 $ 2 3730 $ a 9) 5- '2 9+ D O 122 HYDROSEED WITH MULCH SY 780 $ S $ /I 3 r° S-' O 0 123 SELECT TOPSOIL BORROW TN 20 $ ° 1 $ , ..2 9 TOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $ 847 73� + 76 ALTERNATE 2-VALLEY VIEW PARKING LOT LESS SOUTHERLY LOT 124 MOBILIZATION LS -1 $ •-, �+DD $ .- 3 de 125 TRAFFIC CONTROL LS -1 $ //-S-0Q, 60 $ - /i S-00, 0 d 126 RECLAIM BITUMINOUS PAVEMENT SY -1450 $ ' 5° $ 6 3©S 127 SAWING BITUMINOUS PAVEMENT LF 125 $ �' $ , 8 ° 128 COMMON EXCAVATION (P) CY -160 $ /o?' D d $ ! 4 / °./d -D 129 BITUMINOUS MATERIAL FOR TACK COAT GAL -65 $ 2 ' o $ / 3 a 130 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN -130 $ ,-, v $ r `°1 S �Q O d . 131 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN -130 $ (ey 6' $ — 7, g 6D+ D 132 8618 CONCRETE CURB AND GUTTER LF -510 $ 1 (2' S S- $ �) 6 133 HYDROSEED WITH MULCH SY -310 $_ 1' 7 5 $ f , e4.---. ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-8(R) REVISED BID FORM INo. Item Units Qty Unit Price Total Price I 134 SELECT TOPSOIL BORROW TN -3 $ ' 0/ $ , o 3 TOTAL ALTERNATE 2-VALLEY VIEW PARKING LOT LESS $ r} SOUTHERLY LOT: (4 2, b z 3, 1 7 �) ALTERNATE 3-OREN AVENUE WATER MAIN 135 MOBILIZATION LS 1 $ 31606.60 $ 3 0 DO , C 0 136 TRAFFIC CONTROL LS 1 $ i is-00 '6 D $ /4 SOO. DC 137 INLET PROTECTION EA 2 $ � S O $ a sue' D 138 SILT FENCE,TYPE MACHINE SLICED LF 600 $ 02' 0 6 $ 1� D 6 O a 6 139 SALVAGE AND REINSTALL SIGN EA 4 $ 1 S'D,p a $ Qd, J 140 REMOVE BITUMINOUS PAVEMENT SY 1420 $ I' S $ p, a D/' d Q 141 SAWING BITUMINOUS PAVEMENT LF 60 $ ' as" $ / 3 s-• ' 142 AGGREGATE BASE,CLASS 5 TN 240 $ -/' r° D $ , 1 3 0 4'• ° d 143 TEMPORARY WATER SERVICE LS 1 $ 4..L1Ro.00 $ ' ,AQID.00 144 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 2 $ (OS O.00 $ \„3 a 145 REMOVE WATERMAIN LF 642 $ 4556"a` $_ S? 0'50 146 REMOVE WATER SERVICE LF 120 $ -1.‘1D $ 555a.00 147 REMOVE HYDRANT EA 1 $ 10$'.00 $ '70%.00 148 REMOVE VALVE AND BOX EA 1 $ 5ga.OD $ 6ta.O0 149 CONNECT TO EXISTING WATER MAIN EA 3 $ \,000.OV $ -3 ODO.oa 150 6"DIP WATER MAIN,CLASS 52 LF 140 $ 5 A.coo $ -1,totk .ct, 151 8"DIP WATER MAIN,CLASS 52 LF 642 $ 54.\O $3 u c13a.o10 152 e GATE VALVE AND BOX EA 5 $_ \ 1 aO.00 $ S,te-Doxo 153 8"GATE VALVE AND BOX EA 3 $ a\IAb0.00 $ -1`3%040-0 154 ADJUST VALVE BOX EA 1 $ IAA-2N AO $ k..1/2\a.0-0 155 HYDRANT EA 2 $ ‘..V-P.0,00 $ ok,10,t3i.co ©2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-9(R) REVISED BID FORM INo. Item Units Qty Unit Price Total Price I 156 DUCTILE IRON FITTINGS LB 550 $ 53.as $ 4,531,5o 157 INSULTATION-4"THICK SF 100 $ rJ $_ c& \5.Oa 158 CONNECT TO EXISTING WATER SERVICE EA 3 $ \pito .0b $ 31M0.00 TOTAL ALTERNATE 3-OREN AVENUE WATER MAIN: $ /d 3j 76 9, ad ALTERNATE 4-65TH ST.N.UTILITY AND STREET IMPROVEMENTS: PART 1 -STREETS 159 MOBILIZATION LS 1 $ 3, 04) ") $ j 060.0 G 1 5 0 0. OC) / SYjcl, o-tt 160 TRAFFIC CONTROL LS 1 $ 2 $ 161 TEMPORARY MAIL LS 1 $ /j 006.40 $ /) 660. o 162 INLET PROTECTION EA 3 $ / ' & 7 $ 37S- / 06 163 SILT FENCE,TYPE MACHINE SLICED LF 300 $ °� ' p $ O 164 REMOVE SIGN EA 3 $ S^. C)G> $ 75. O`` 165 REMOVE TREE EA 12 $ q6O'f?O $ 1, gd ,O pD ©040� 166 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ / ) $ /0 i 040.06 REMOVAL 1 _ ii 167 REMOVE BITUMINOUS PAVEMENT SY 1640 $ ! + S S- $ a`) ,s- 6° 168 SAWING BITUMINOUS PAVEMENT-STREET LF 50 $ 2 , 015- $ 1 1 a ' Ed2 169 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 120 $ ` ' 1 $ 1 0 170 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 180 $ l r $ D 171 COMMON EXCAVATION (P) CY 500 $ /O' $ �j Na r 172 SUBGRADE EXCAVATION CY 200 $ ‘' Da $ �j 2 D'' d 4 173 AGGREGATE BASE,CLASS 5 TN 450 $ 7, 60 $ 9) 3'2D,D O 174 SELECT GRANULAR BORROW (MODIFIED) TN 400 $ •' S D $ 3j 'Q d O 175 GEOTEXTILE FABRIC TYPE V SY 500 $ a' 610 $ 1) 611-0,6‘) 176 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 80 $ 7. L) $ 59), ° 0 AGGREGATE AND FILTER FABRIC 0 2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-10(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 177 BITUMINOUS MATERIAL FOR TACK COAT GAL 82 $ R . 06 $ 14 11.0 o 178 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 155 $ „SS • 8S $ 01 4S 179 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 155 $ 5—e.?,..S- $ 9, .0 °Z 75- 180 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 10 $ / i 5' O o $ 1) 1 Sc4 a a 181 6 INCH CONCRETE DRIVEWAY SF 180 $ 6, 5 5' $ 1) 02,51. 6° 182 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 1250 / 1 S S ) ti, I/3-71 s' o a 183 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 2090 $ �' 0 $ �) °� 7D BLANKET 184 SELECT TOPSOIL BORROW TN 40 $ ' O I $ • y 185 SIGN PANELS SF 3 $ (O J 1 $ / i S,0 6 186 STREET NAME BLADE SIGNS EA 4 $ 340' De $ /) �� 04 187 12"SOLID WHITE STOP BAR LF 12 $ ®' fl $ 3 6 �' D 6 188 WATER FOR DUST CONTROL MG 25 $ 3S' °° $ g 7S• ' 189 STREET SWEEPER (WITH PICKUP BROOM) HR 4 $ 17S ' $ ���' C TOTAL PART 1 -STREETS: $/ � �� 9 a PART 2-WATER MAIN: 190 TEMPORARY WATER SERVICE LS 1 $ 3,3\0-00 $3∎'=j\,o. 191 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 4$ i0` ,Op $ .. ,7513. .6 192 REMOVE WATER MAIN LF 1025$ 95 Z.S $ S.ilk 5b-aS 193 REMOVE WATER SERVICE LF 210$ A0 $ \ 'k \.(X) 194 REMOVE HYDRANT EA 2$ 1 O tiO0 $‘ l'••\‘‘...00 195 ROCK EXCAVATION-WEATHERED CY 625$ . .B•. 03 $ AN`1S0"pa 196 CONNECT TO EXISTING WATER MAIN EA 2$ \how DO $ a,0ec,CO 197 6"DIP WATER MAIN,CLASS 52 LF 1025$ (00.1'10 $ (a\fN\1J„U0 198 6"GATE VALVE AND BOX EA 4$ \%-t ta0"CA) $ 6,$8D.00 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-11(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 199 ADJUST VALVE BOX EA 2$ `-\k a.OD $ 45-ay,c2) 200 HYDRANT EA 2$ \-51,1ao.a. $ ' l,LthO.OD 201 DUCTILE IRON FITTINGS LB 500$ -y 5 $ C1a5.Otj 202 INSULATION-4"THICK SF 150$ 5°ND $ 5csS•Oo 203 1"CORPORATION STOP EA 7$ 3-Ta.oa $ . ,l,c,O%-$4.Ot 204 1"CURB STOP AND BOX EA 7$ 5'k .00 $ 3t$i{3.Oa 205 1"TYPE"K"COPPER PIPE LF 210$ to Lk.°\D $ \3Nacl Zit, 206 CONNECT TO EXISTING WATER SERVICE EA 7$ D"\1.Ooz. $ \,cL3°%•06 TOTAL PART 2-WATER MAIN: $ �1- 100 Ck- .c1S PART 3-SANITARY SEWER 207 REMOVE SANITARY SEWER CASTING AND RINGS EA 5$ ate6 00 $ `? r_ � ^ 208 RECONSTRUCT MANHOLE LF 5$ Ja 'Db $ \ %qucJ.OD 209 FURNISH &INSTALL NEW SANITARY MH CASTING AND EA 5$ \;300.017 $ Lo.ceoO RINGS lb O 210 PRECONSTRUCTION SANITARY TELEVISING LF 30$ / ' d $ ' a • d 211 SEWER REHABILITATION WITH CIPP,8" LF 30$ °J d'a(' $ vile, D e ^�J 212 SEWER MANHOLE REHABILITATION LF 40$ )7.5 dO $ /�D QD• d d TOTAL PART 3-SANITARY SEWER: $ 7/ PART 4-STORM SEWER: 213 REMOVE STORM SEWER CASTING AND RINGS EA 4$ a1olo.,Oa $ k 101421-k.CX 214 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 $ X70.Oa $ 1-\-t 0 boo 215 REMOVE STORM SEWER PIPE LF 27$ \\•°VO $ 3a\3O 216 24"RCP STORM SEWER,CL 4 LF 27$ \IA O.0D $ 3:1150 400 217 6'DIAMETER STORM SEWER MH OR CBMH EA 1 $ ‘-‘ 500.06 $ Ut‘$0<bo M ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-12(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 218 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 1 $ k;300 .o :› $ `.-5o0.ad RINGS-MH 219 CONNECT TO EXISTING STORM SEWER PIPE EA 2$ SirV00 $ \AZ8,M 220 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ *o11.'O a $ 'Ba6-6a 221 CONNECT TO STRUCTURE(DRAINTILE) EA 4$ 7CIS,co $ -a N.8 l`''Ov TOTAL PART 4-STORM SEWER: $ "41:'‘bN.5-3O ALTERNATE 4 SUMMARY TOTAL PART 1 -STREETS: $ �t '731. ? TOTAL PART 2-WATER MAIN: $ / O, TOTAL PART 3-SANITARY SEWER: $ �/ °2 66 TOTAL PART 4-STORM SEWER: $ /4 j i " , 36 TOTAL ALTERNATE 4-65TH ST N STREET AND UTILITY IMPROVMENTS: $ °� j / 9 y ALTERNATE 5-OSMAN,64TH,OZARK STREET IMPROVEMENTS li 222 MOBILIZATION LS 1 $ /` Did d0 $ qj be 4,6 O 223 TRAFFIC CONTROL LS 1 $ D©` Q e> $ per, 0 t1 224 TEMPORARY MAIL LS 1 $ Ii 0 06'0 ' $ Ii pea,°e 225 INLET PROTECTION EA 3 $ / ?g, $ 3 7 S 226 SILT FENCE,TYPE MACHINE SLICED LF 30 $ .24 v U $ 6 O. " 227 REMOVE TREE EA 2 $ 6 O''©° $ 1, a 0 6,D-6 228 REMOVE BITUMINOUS PAVEMENT SY 5440 $ I' S'S-- $ O, 1133 , 06 229 SAWING BITUMINOUS PAVEMENT-STREET LF 130 $ t?' °Z s $ a 9 .2 , S 230 REMOVE CONCRETE CURB&GUTTER LF 3105 $ 02' 5--. / $ rD 9 FIG s 231 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 3300 $ . F " $ ;2, 6 73- -C) 232 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 600 $ i iii $ 6? 1/4 , o4) 1 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-13)R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 233 REMOVE GRAVEL DRIVEWAY SF 300 $ • 1 I $ / 3.0) 234 COMMON EXCAVATION (P) CY 2775 $ /6' S S- $ 3 4. 1°8 7 s/ J 235 SUBGRADE EXCAVATION CY 1390 $ C 8(3 $ O) 3 yD 236 AGGREGATE BASE,CLASS 5 TN 930 $ /' 6 D $ 0/ q off-f", a ,cam 237 SELECT GRANULAR BORROW (MODIFIED) TN 1390 $ 7 o�• 5 - $ / 3, °� D S'6° yrO' D a 238 GEOTEXTILE FABRIC TYPE V SY 1220 $ $ .2) 239 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 40 $ k-3sal .66O $ k:RI Lk"00 AGGREGATE AND FILTER FABRIC 240 BITUMINOUS MATERIAL FOR TACK COAT GAL 272 $ o` 'd 0 $ .S2/y. 00 241 TYPE SP 12.5 NON-WEARING COURSE MIXTURE (2,B) TN 516 $ 6-S-' lS $ ° 8/g"" 4'6 242 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 516 $ S g `Z'S $ 3°. a5-7'a a 243 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 70 $ us,o 6 $ v j 0 s-o' O 244 6 INCH CONCRETE DRIVEWAY SF 600 $ 6' 9---s- $ % / 7.0-0-6 245 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 3110 $ Ii .S 3 $ 35") 9 °Z G' So 246 HYDROSEED WITH MULCH SY 5180 $ 1'S U $ 7)7 7 O ' D O 247 SELECT TOPSOIL BORROW TN 1 160 $ 0 O / $ /1, 4 d 248 12"SOLID WHITE STOP BAR LF 44 $ / 0" ea $ /�QC'Md o 249 WATER FOR DUST CONTROL MG 50 $ ��^' �' $ `) 7`� D 250 STREET SWEEPER(WITH PICKUP BROOM) HR 6 $ / 75/00 $ �s 251 ADJUST VALVE BOX EA 3 $ 53a.00 $ \ 541/4‘..0-0 252 CONNECT TO STRUCTURE(DRAINTILE) EA 2 $ 10-1-00 $ \-‘lA\yl,OZp TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET $ o` 1 2/ `o S' a a IMPROVEMENTS: ALTERNATE 6- PANAMA STORM 253 MOBILIZATION LS 1 $ I/ D Oa 6 A $ it.) pod, Do 254 TRAFFIC CONTROL LS 1 $ r D" O� $ o2 D4- G ©2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-14IR) REVISED BID FORM No. Item Units Qty Unit Price Total Price 255 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 20 $ 3\A D $ 63$\Oa AGGREGATE AND FILTER FABRIC 256 15"RCP STORM SEWER,CL 5 LF 300 $ tAw• $ \3?A60.00 257 2'x3'CATCH BASIN EA 1 $ `‘acion•00 $ ` IRS ZO 258 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ Sab-t0 $ sa b-Oa 259 CONNECT TO STRUCTURE(DRAINTILE) EA 1 $ —L\0,00 $ l\0,00 TOTAL ALTERNATE 6: $ /V, 6/q, o O SUMMARY .^' 2-1 D,C' TOTAL BASE BID: $ � 736 70 . TOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $_ $'9� TOTAL ALTERNATE 2-VALLEY VIEW LOT LESS SOUTHERLY LOT: ,« i;vi $ / TOTAL ALTERNATE 3-OREN AVE WATER MAIN: $ /0 3/ '761 ' a" O TOTAL ALTERNATE 4-65TH STREET AND UTILITY IMP.: $ l0 j 799 V S TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET IMP.: $ °�/°i Lfi8S TOTAL ALTERNATE 6-PANAMA AVE STORM IMP.: $ { 8, 4 1L/' d ©2015 Stantec 193801994-D REVISED BID FORM REVISED BY ADDENDUM 1 00 41 10-15(R) 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 K C\ ,2015. If Bidder Is: A Corporation SCorporation Name: CkPA JkOC�.. e '1EAL) State of Incorporation: , Type(General Business,Professional, :- e,Limited Liability): • By: a i. L (Signature) Name(typed or printed): \\\0.4-e- .,C' C 3∎(1 Title: Q.4'-Q., ■42.4'•1 Attest — 1CORPORATE SEAL) (Si.1 e of Corporate Secretary) Business Street Address(No P.O.Box#'s): `c63 No S2s w 4 loV V\, M 5505\ Phone No.: Fax-�rrlq'u1\‘i0 Fax No.:-.6.a0-low" ���► Email: \pd'5c5 pf1 COYI-, ©2015 Sianiec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-16(R) REVISED BID FORM THE AMERICAN INSTITUTE OF ARCHITECTS ITV AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Redstone Construction, LLC P.O.Box 218 Mora,MN 55051 as Principal, hereinafter called 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 Connecticut as Surety, hereinafter called Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Blvd.N. Oak Park Heights, MN 55082 as Obligee, hereinafter called Obligee, in the sum of Five Percent(5%)of Total Amount Bid Dollars ( 5% -), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) 2015 Street Reconstruction-Area D NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 9th day of March , 2015 . Redstone Construction,LLC 1'rincipal) (Seal) (Witness) ces- _ 7 (Title) Travelers Casualty and Surety Company of America ( rety) (Seal) (Witness) gt.A. (Title) Brian J.Oestreich,Attorney in Fact AIA DOCUMENT A310—BID BOND—AEA®-FEBRUARY 1970 ED—THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 et, LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of Minnesota ) \' )ss County of v^�ae. r.._ ) On this 9th day of March 2015 , before me appeared lc -e _ �.c to be known,who, being by me duly sworn, did say that(s)he is the ces.cec'. - of the Limited Liability Company described in and which executed the foregoing instrument, and that(s)he signed his name thereto by order of the Board of Governors of said Limited Liability Company. :4` ii SUSAN M.MCNEILLY NOTARY PUBLIC-MINNESOTA ��� 9'� MY COMMISSION EXPIRES01131120 Notary Public \ oec_ County, c\'•s cr-- My commission expires ean,.3' '. 0. .--0 SURETY ACKNOWLEDGMENT State of Minnesota ) )ss County of Hennepin ) On this 9th day of March 2015 , before me appeared Brian J.Oestreich , to me personally know,who being by me duly sworn, did say that(s)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 acknowledged said instrument to be the free act and deed of said corporation. s ' f... -' - LINULVEN ' NOTARY PUBLIC-MINNESOTA Notary Public Ramsey County,Minnesota - `_-i' My Commission Expires January 31,2020 My commission expires 1/31/2020 K WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER /OW POWER OF ATTORNEY TRAVELERSJ 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. 228554 Certificate No. O O 6 1 0 6 7 9 3 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 Stillings,Joshua R.Loftis, Brian J.Oestreich,Sandra M. Doze,Jerome T.Ouimet,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 Attorney(s)-in-Fact, 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 WITNF$S WHEREOF,the Comp es have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1st October 14 day of 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 _sSi 1'41II. Oki P,N INS .r'�•o�°iWrt• -3ra" , , a s .......Gy �P.... � pC, " trD mt �COP F�R4TF m IW:'60RPORA '7,'E. y ' ( I 19 8 2 O 1i 97] 4,a� S e_i t -- a HARTFORD, . J h4RTFOF*,tl a�. • c D f E ' i�• I Ji ni J'• CONN. OON3 .p N 1896 y , 1951 : yo �`5EAG•ro �:SEAL'D r° y�. y,� *� *441;g8 AMl 1S.AN,/ 1 ... •' b1 'P 1 � r•'// State of Connecticut By: // ' City of Hartford ss. Robert L.Raney, enior Vice President 1st October 2014 On this the day of , ,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. i, •Terk_ In Witness Whereof,I hereunto set my hand and official seal. *IAA w" C My Commission expires the 30th day of June,2016. * �0UB1.1, * .Marie C.Tetreault,Notary Public GIP 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1t WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 iti full force and effect and has not been revoked. 9th March 15 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seats of said r' ipanies this day of ,20 —. .1(Let!''Lughesiscecta rt' „y p1.54q! ` 1'441 ajRE 4 TN..�NSG ..++ R� ST'!440 SYgY r` Jy 6 O. .9 Jp µ0 tl a 9 pPOR .0 d $� � RAifO z �c _ <m wreoaarf:,^ ti woman) t s s z o 1977 a.�.� �: 3 « r E 1951 t ` - a`5E ar:sBAL,;3 « g lass Yb �e '� Ny'b .>O ��-: $L Jt° . �'., CW7N. ! e mgY/,1896 �.K N vls..jµy.�_ o4, ... =” e as •••`41 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