2004-06-08 Bids
~
SEH
TRANSMITTAL
To: Larry Kruse
City of Albertville
SEH File No.:
Client No.:
Re: 2004 Prairie Run Improvements, Albertville, MN
Contractor Bid Forms
We are:
cg] Enclosing
8 Bids as filled out by Contractors
For your:
cg] Information/Records
o Action
Remarks:
For your files.
By: Debbie Gilyard
c:
djg
u:lalalbevI040900lcorrlt-city bids-060804.doc
o Sending under separate cover
o Review and comment
o Distribution
Date:
June 8, 2004
A-ALBEV 0409 14
N/A
o Sending as requested
o Approval
o Revision and resubmittal
1/04
Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717
SEH is an equal opportunity employer I www.sehinc.comI320.229.4300 I 800.572.0617 I 320.229.4301 fax
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 1
.f
,.
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name DENt-J1S 1=eHfJ GFAva..,~6<cA\AT'/-.6,'AC.
PROJECT IDENTIFICATION:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITTED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of A ward.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
~ IO,'Zco+
H~ '''Z..,2g)4
Number
,
t..
b. BIDDER has visited the site and become familiar with, and is satisfied as to the general, local and site
conditions that may affect cost, progress, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
.
.
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.C. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the" Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
~
4. BIDDER will complete the Work for the following price(s):
2 SILT FENCE, HEAVY DUTY LF
3 INLET PROTECTION TYPE A EA 38.00 ,5,0:::;) ~97\?
4 INLET PROTECTION TYPE C EA 38.00 t~" l..t~'
5 CLEAR & GRUB AC 5.003/lm,co 10(CCO.CO
6 REMOVE PAVEMENT MARKING LF 800.00 '~Q) av~
7 REMOVE BITUMINOUS PAVEMENT SY 650.00 I,~ Q75..
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00 ,~oC> I {LIO, .
9 STREET SIGNS EA 6.00 'Z..CP,CC? , jf4), CO
10 STOP SIGNS EA 6.00 r55.CO '130. CO
11 STR:EET LICHTE ~
12 TRAFFIC CONTROL LS
1.c03
28,500.00 3.r=:,
9,994.00 ~.lb
25,000.00 I .c:rO
25,000.00 , .50
4,870.00 14.0'
880.00 'O.I~ coA*>.
1,765.00 'l..cr~(61 5Zf~'~
Revised Bid Form (05/10/04)
00410 - 3
14 COMMON BORROW (LV) CY
15 SELECT GRANULAR BORROW (P) CY
(CV)
16 MUCK EXCAVATION (EV) CY
17 SUB-GRADE CORRECTION (EV) CY
18 AGGREGATE BASE CL 5, MODIFIED CY
(P) (CV)
19 AGGREGATE BASE CL 3, MODIFIED CY
(P) (CV)
20 TYPE L VWE45030B WEARING TN
COURSE MIXTURE
2004 Prairie Run
A-ALBEV 0409
Unit
Item Descri tion Quantit Price Amount
TYPE L VNW35030B BINDER COURSE 916.00 'Let 1(0 1.0;110.5
MIXTURE
22 TYPE L VNW35030B BASE COURSE TN 2,407.00 "L -'.07- (ck;1/48l.:>
MIXTURE
23 BITUMINOUS MATERIAL FOR TACK GA 858.00 , , l\?J Cf1S.~
COAT
24 GEOTEXTaE FABRIC SY 19,725.00 \<:)0 /7;151...
25 4" PERF COR PE PIPE DRAIN W/SOCK LF 8,348.00 3.65 'B,03S.
26 ROCK CONSTRUCTION ENTRANCE EA 2.00 ~~ro ',lPJ.
27 6" CONCRETE WALK WI SAND SF 11,812.00 2.4S
BEDDING
28 CONCRETE CURB & GUTTER, DESIGN LF 5,425.00 ,.4,
B618
29 CONCRETE CURB & GUTTER, DESIGN LF 3,124.00 1.47 '2.3,~,
D418
30 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00 4L;,CC/ I,/LS,
(W/6" AGGREGATE BASE)
31 ADJUST MANHOLE CASTING EA 17.00 1'3).00 1.9;P
32 ADJUST GATE VALVE BOX EA 16.00 1~a:J 'Z..,4E:D.CO
33 . PAVEMENT MESSAGE (RIGHT EA 2.00 IO(oc,OO "2..rL (b
ARROW)-EPOXY
34 4" SOLID LINE WHITE - EPOXY LF 1,800.00 .€4 'I Srz...~
35 4" DOUBLE SOLID LINE YELLOW - LF 300.00 I. 0?7 so+\W )
EPOXY
36 24" SOLID LINE WHITE - EPOXY LF 90.00 8.03 7'7.:Z.. .70
37 ZEBRA CROSSWALK WHITE - EPOXY SF 130.00 4,,04- 5'L?,~_:O
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10104)
00410 - 4
39 4" PVC SERVICE PIPE, SCH 40 LF
40 " PVC SANITARY SEWER RISER, SCH LF
40
41 6" PVC SANITARY SEWER, SCH 40 LF
42 6" PVC SANITARY SEWER RISER, SCH LF
40
134.00
233.00
140.00
"
Approximate
Item Descri tion Quantit
8" PVC SANITARY SEWER, SDR35 822.00 lB.''''
44 8" PVC SANITARY SEWER, SDR26 LF 104.00 ~ .91
45 10" pvc SANITARY SEWER, SDR26 LF 2,868.00 4'o,0?
46 8" OUTSIDE DROP LF 25.00 r17, ,e
47 8" X 4" PVC WYE & BEND, SDR 26 EA 25.00 Sl.B7
48 10" X 4" PVC WYE & BEND, SDR 25 EA 28.00 13'2,1- c::;
49 10" X 6" PVC WYE & BEND, SDR 26 EA
50 PIPE FOUNDATION MATERIAL (CV) CY 382.70
51 4" FORCE MAIN, PVC C-900 LF 105.00
52 FORCE MAIN FITTINGS LB 120.00
53 CONSTRUCT 48" SANITARY EA
MANHOLE (0-10')
54 EXTRA DEPTH MANHOLE LF
55 CLEAN & TELEVISE SANITARY LF 3,794.00
SEWER
56 LIFT STATION LS
57 6-INCH CONCRETE LIFT STATION SY
SLAB W/6" AGG BASE
58 BITUMINOUS DRIVEWAY - LIFT SY 25.00
STATION
59 OLE MOUNTED LIGHT EA
60 EA
CONNECT TO EXISTING WATER
MAIN
62 RELOCATE EXISTING HYDRANT & EA
LEAD
63 8" WATER MAIN - PVC C-900 LF
64 6" WATER MAIN - PVC C-900 LF
2.00 '11"Zq.
2.00 11,42--
i
3,226.00 15.17
1,332.00 13, lO
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
Item Oescri tion
HYDRANT
66 6" GATE VALVE AND BOX EA
67 8" GATE VALVE AND BOX EA
68 3" INSULATION SY
69 WATER MAIN FITTINGS LB 3,132.00
70 1" COPPER SERVICE LF 1,972.00
71 1" CORP AND CURB STOP EA 53.00
73 12" HDPE OR EQUAL LF
74 15" RCP PIPE CL5 LF
75 15" HDPE OR EQUAL LF
76 18" RCP PIPE CL3 LF 174.00
77 18" RCP PIPE CL5 LF
78 18" HDPE OR EQUAL LF
79 21" RCP PIPE CL3 LF
80 24" RCP PIPE CL3 LF
81 27" RCP PIPE CL3 LF
82 33" RCP PIPE CL3 LF
83 36" HDPE OR EQUAL LF 332.00
84 8" SCH 40 PVC PIPE LF 23.00
85 CONST DRAINAGE STRUCTURE DES EA 5.00
C,G,ORH
86 CONST DRAINAGE STRUCTURE TYPE EA
II
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 6
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 7
.f
Item Descri tion
CONSTDRAINAGESTRUCTURE
DESIGN 48-4020
88 CONSTDRAINAGESTRUCTURE EA
DESIGN 60-4020
89 CONSTDRAINAGESTRUCTURE EA
DESIGN 72-4020
90 CONSTDRAINAGESTRUCTURE EA
DESIGN 84-4020
91 SPECIAL OUTLET STRUCTURE EA
92 RANDOMRWRAPCLASSnW~EO CY
FABRIC
93 12" RC APRON WITRASH GUARD EA
94 IS" RC APRON WITRASH GUARD EA
95 18" RC APRON WITRASH GUARD EA
96 24" RC APRON WITRASH GUARD EA
97 33" RC APRON WITRASH GUARD EA
98 36" RC APRON WITRASH GUARD EA
TEMPORARY SEED, FERTILIZE,
MULCH AND DISK ANCHOR
NATIVE SEED, FERTILIZER, WOOD
FillER BLANKET
101 BOULEVARD SEED, MNDOT 270 RT,
FERTILIZER, WOOD FIBER BLANKET
SOD TYPE LAWN
30.00 340,
3,200.00 II '30
6,000.00 ,~
1 /"-/
8,200.00 'Z.,~ I~~,
TOTAL BID FOR ALL UNIT PRICES I S7Z O-:s3 ,/3
SY
100
SY
102
SY
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
detennined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
"..
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATESUBMITTED:~'{ l~ 1!:()4-
,
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General Partner's Name & Signature)
Business Address
Phone & FAX:
A Corporation
Da1~\S ~ SRAva~ E><CAVATI~, (tv:::.,
(Corporation Name)
MfN~A
(State of Inco,ryrration)
By VI~ t'peS1 ..,zJ~
(Title, Name & Signature of
(Corporate Seal) ~'
Attest '. 'r/d ~ ~.
. - (Secretary)
Business Addre~ ~~ - 'Z..4U3 st:I;;O ~ 1~/4l- !JI>.IVe, ~ll.u2, K'l
Phone&FAX:~ F~ ~~-~3
END OF SECTION
'.
~
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name .tJdr+hrWe... ~.sf1" t, '::;;'c:..
PROJECT IDENTIFICA nON:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITTED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
5'- 10 .-0 'I
5 - 10 - () <f
,/,..
Number
I
~
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, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 1
,
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.c. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents..
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
,
4. BIDDER will complete the Work for the following price(s):
2 Sn... T FENCE, HEAVY DUTY LF
/.56-
3 INLET PROTECTION TYPE A EA 38.00
76'. CO a . t:.~
4 INLET PROTECTION TYPE C EA 38.00
75- tiO d .CD
5 CLEAR & GRUB AC 5.00
6 REMOVE PAVEMENT MARKING LF 800.00
. S-.;t LI/IP, t.f}
7 REMOVE BITUMINOUS PAVEMENT SY 650.00
3.tD SO. tJ)
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00
9 STREET SIGNS EA
10 STOP SIGNS EA
11 STREET LIGHTS DL.-l eA-e;4 e . EA ~
GC~Ck
12 TRAFFIC CONTROL LS
14 COMMON BORROW (LV) CY 28,500.00
15 SELECT GRANULAR BORROW (P) CY 9,994.00
(CV)
16 MUCK EXCA V A TION (EV) CY 25,000.00
17 SUB-GRADE CORRECTION (EV) CY 25,000.00
18 AGGREGATE BASE CL 5, MODIFIED CY 4,870.00
(P) (CV)
19 AGGREGATE BASE CL 3, MODIFIED CY 880.00
(P) (CV)
20 TYPE L VWE45030B WEARING TN 1,765.00
COURSE MIXTURE
2004 Prairie Run
A-ALBEV 0409
,
Approximate
Item Descri tion Quanti
TYPE L VNW35030B BINDER COURSE 916.00
MIXTURE
22 TYPE L VNW35030B BASE COURSE TN 2,407.00
MIXTURE
23 BITUMINOUS MATERIAL FOR TACK GA 858.00
COAT
24 GEOTEXTILE FABRIC SY 19,725.00
25 4" PERF COR PE PIPE DRAIN W/SOCK LF 8,348.00
26 ROCK CONSTRUCTION ENTRANCE EA 2.00
27 6" CONCRETE WALK W/ SAND SF 11,812.00
BEDDING
28 CONCRETE CURB & GUTTER, DESIGN LF 5,425.00
B618
29 CONCRETE CURB & GUTTER, DESIGN LF 3,124.00
D418
30 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00
(W/6" AGGREGATE BASE)
31 ADJUST MANHOLE CASTING EA 17.00
32 ADJUST GATE VALVE BOX EA 16.00
33 PAVEMENT MESSAGE (RIGHT EA 2.00 cr 7 o/~.5
ARROW) - EPOXY ~
34 4" SOLID LINE WHITE - EPOXY LF 1,800.00
,L{o "/;A(). a:>
35 4" DOUBLE SOLID LINE YELLOW - LF 300.00
EPOXY ;).. L/(P. (J)
36 24" SOLID LINE WHITE - EPOXY LF 90.00
37 ZEBRA CROSSWALK WHITE - EPOXY SF 130.00
39 4" PVC SERVICE PIPE, SCH 40
LF
40 4" PVC SANITARY SEWER RISER, SCH
40
41 6" PVC SANITARY SEWER, SCH 40
LF
134.00
LF
233.00
la.;;?
42 6" PVC SANITARY SEWER RISER, SCH
40
LF
140.00
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 4
,
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
CONNECT TO EXISTING WATER
MAIN
62 RELOCATE EXISTING HYDRANT & EA
LEAD
63 8" WATER MAIN - PVC C-900 LF
64 6" WATER MAIN - PVC C-900 LF 1,332.00
J
Item Descri tion
HYDRANT
66 6" GATE VALVE AND BOX EA
67 8" GATE VALVE AND BOX EA
68 3" INSULATION SY 170.00
69 WATER MAIN FITTINGS LB 3,132.00
70 1" COPPER SERVICE LF 1,972.00
71 1" CORP AND CURB STOP EA 53.00
73 12" HDPE OR EQUAL LF
74 15" RCP PIPE CL5 LF
75 15" HDPE OR EQUAL LF
76 18" RCP PIPE CL3 LF
77 18" RCP PIPE CL5 LF
78 18" HDPE OR EQUAL LF
79 21" RCP PIPE CL3 LF
80 24" RCP PIPE CL3 LF 442.00
81 27" RCP PIPE CL3 LF 314.00
82 33" RCP PIPE CL3 LF 282.00
83 36" HDPE OR EQUAL LF
84 8" SCH 40 PVC PIPE LF
85 CONST DRAINAGE STRUCTURE DES EA 5.00
C,G,ORH
86 CONST DRAINAGE STRUCTURE TYPE EA
II
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 6
MPORARY SEED, FERTILIZE,
MULCH AND DISK ANCHOR
100 NATNE SEED, FERTILIZER, WOOD SY 3,200.00
FIBER BLANKET
101 BOULEVARD SEED, MNDOT 270 RT, SY 6,000.00
FERTILIZER, WOOD FIBER BLANKET
102 SOD TYPE LAWN SY 8,200.00
,aD
I
Item Oescri tion
CONSTDRAINAGESTRUCTURE
DESIGN 48-4020
88 CONST DRAINAGE STRUCTURE EA
DESIGN 60-4020
89 CONST DRAINAGE STRUCTURE EA
DESIGN 72-4020
90 CONST DRAINAGE STRUCTURE EA
DESIGN 84-4020
91 SPECIAL OUTLET STRUCTURE EA
92 RANDOM RIPRAP CLASS II W/GEO CY
ABRIC
93 12" RC APRON WfTRASH GUARD EA 5.00
~
94 15" RC APRON WfTRASH GUARD EA 1.00
. uc>
95 18" RC APRON WfTRASH GUARD EA 2.00
&C{J, Ut ;; 7. :J;).
96 24" RC APRON WfTRASH GUARD EA 4.00
97 33" RC APRON WfTRASH GUARD EA 1.00
98 36" RC APRON WfTRASH GUARD EA 1.00
TOTAL BID FOR ALL UNIT PRICES
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 7
~
.
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED :J1}()t 141 J(Yi(
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8
A Partnership
By
(Firm Name)
(General Partner's Name & Signature)
Business Address
Phone & FAX:
A Corporation
}J61'-rh,-(6.. Ip_
~fYl5t-~I.Lc.+(< dY\ !!dm ~~
(Corporation Name)
-
-I-/J c ,
~
By \) .
(State of Incorporation)
~
(Corporale se~ '
Attest '/iA. Q.
h/i~
, ecretary)
:~~~:e~~~~7if~i}/~g-&. rt)tJ-/fj?ff:f- Lr;:;j/537<(
EN 0 SECTION
, .~
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name
BUFFALO BITUMINOUS, INC.
P.O. Box 337
Buffalo. MN 55313
78S-682-1271 (fax) 682"6522
PROJECT IDENTIFICATION:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10104)
00410 - 1
THIS BID IS SUBMITTED TO:
Honorable Mayor and City Council
clo Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
s}olo y
.{/'/.;t./o'l
Number
#/
#;2..
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, performance and furnishing 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, performance and furnishing of the Work.
, '
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.C. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, .tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
, '
4. BIDDER will complete the Work for the following price(s):
1.003 9.9 :30) 000 se..
6)000
2 SILT FENCE, HEAVY DUTY LF 5,525.00 I~ r:g gyo CO
3 INLET PROTECTION TYPE A EA 38.00 eO
00 --
4 INLET PROTECTION TYPE C EA 38.00 7So~
5 CLEAR & GRUB AC 5.00
6 REMOVE PAVEMENT MARKING LF 800.00 DO
--
7 REMOVE BITUMINOUS PAVEMENT SY 650.00 So
;..--
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00 /~
9 STREET SIGNS EA 6.00 / {) 0 f2!?--
10 STOP SIGNS EA 6.00 /..5'oD.E-
11
12
14 COMMON BORROW (LV) CY 28,500.00 9..9-
15 SELECT GRANULAR BORROW (P) CY 9,994.00
(CV)
16 MUCK EXCAVATION (EV) CY 25,000.00
17 SUB-GRADE CORRECTION (EV) CY 25,000.00
18 AGGREGATE BASE CL 5, MODIFIED CY 4,870.00
(P) (CV)
19 AGGREGATE BASE CL 3, MODIFIED CY 880.00 /D 9fl- 5Cf~~
(P) (CV)
20 TYPE L VWE45030B WEARING TN 1,765.00 3/o~ .sf'l/~ 0
COURSE MIXTURE
2004 Prairie Run Revised Bid Form (05/10/04)
A-ALBEV 0409 00410 - 3
Approximate
Item Descri tion Quantit
TYPE L VNW35030B BINDER COURSE 916.00
MIXTURE
22 TYPE L VNW35030B BASE COURSE TN 2,407.00
MIXTURE
23 BITUMINOUS MATERIAL FOR TACK GA 858.00
COAT
24 GEOTEXTILE FABRIC SY 19,725.00
25 4" PERF COR PE PIPE DRAIN W/SOCK LF 8,348.00
26 ROCK CONSTRUCTION ENTRANCE EA 2.00
27 6" CONCRETE WALK WI SAND SF 11,812.00
BEDDING
28 CONCRETE CURB & GUTTER, DESIGN LF 5,425.00
B618
29 CONCRETE CURB & GUTTER, DESIGN LF 3,124.00 ~
D418
30 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00 ~~o~ oo~
(W/6" AGGREGATE BASE)
31 ADJUST MANHOLE CASTING EA 17.00 ~~O~ ~ 0.9-
fRo
32 ADJUST GATE VALVE BOX EA 16.00 pO
0
33 PAVEMENT MESSAGE (RIGHT EA 2.00 DC .;( CD f)~
ARROW) - EPOXY lor:; -
34 4" SOLID LINE WHITE - EPOXY LF 1,800.00 D'f!-.-- (JO
()-
35 4" DOUBLE SOLID LINE YELLOW - LF 300.00 tJP?- o!!-
EPOXY 0
36 24" SOLID LINE WHITE - EPOXY LF 90.00
37 ZEBRA CROSSWALK WHITE - EPOXY SF 130.00
39 4" PVC SERVICE PIPE, SCH 40
LF
40 4" PVC SANITARY SEWER RISER, SCH
40
41 6" PVC SANITARY SEWER, SCH 40
LF
134.00
LF
233.00
42 6" PVC SANITARY SEWER RISER, SCH
40
LF
140.00
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10104)
00410 - 4
, .
Item Descri tion
8" PVC SANITARY SEWER, SDR35
44 8" PVC SANITARY SEWER, SDR26 LF 104.00
45 10" PVC SANITARY SEWER, SDR26 LF 2,868.00
46 8" OUTSIDE DROP LF 25.00
47 8" X 4" PVC WYE & BEND, SDR 26 EA 25.00
48 10" X 4" PVC WYE & BEND, SDR 25 EA 28.00
49 10" X 6" PVC WYE & BEND, SDR 26 EA 6.00
50 PIPE FOUNDATION MATERIAL (CV) CY 382.70
51 4" FORCE MAIN, PVC C-900 LF 105.00
52 FORCE MAIN FITTINGS LB 120.00
53 CONSTRUCT 48" SANITARY EA
MANHOLE (0-10')
54 EXTRA DEPTH MANHOLE LF
55 CLEAN & TELEVISE SANITARY LF 3,794.00
SEWER
56 LIFT STATION LS 1.00
57 6-INCH CONCRETE LIFT STATION SY 50.00
SLAB W/6" AGG BASE
58 BITUMINOUS DRIVEWAY - LIFT SY 25.00
STATION
59 POLE MOUNTED LIGHT EA
60 BOLLARD EA
CONNECT TO EXISTING WATER
MAIN
62 RELOCATE EXISTING HYDRANT & EA 2.00
LEAD
63 8" WATER MAIN - PVC C-900 LF 3,226.00
64 6" WATER MAIN - PVC C-900 LF 1,332.00
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
Item Descri tion
HYDRANT
66 6" GATE VALVE AND BOX EA
67 8" GATE VALVE AND BOX EA 6.00
68 3" INSULATION SY 170.00
69 WATER MAIN FITTINGS LB 3,132.00
70 1" COPPER SERVICE LF 1,972.00
71 1" CORP AND CURB STOP EA 53.00
73 12" HDPE OR EQUAL LF 540.00
74 15" RCP PIPE CL5 LF 608.00
75 15" HDPE OR EQUAL LF 310.00
76 18" RCP PIPE CL3 LF 174.00
77 18" RCP PIPE CL5 LF 258.00
78 18" HDPE OR EQUAL LF 185.00
79 21" RCP PIPE CL3 LF 62.00
80 24" RCP PIPE CL3 LF 442.00
81 27" RCP PIPE CL3 LF 314.00
82 33" RCP PIPE CL3 LF 282.00
83 36" HDPE OR EQUAL LF 332.00
84 8" SCH 40 PVC PIPE LF 23.00
85 CONST DRAINAGE STRUCTURE DES EA 5.00
C,G,ORH
86 CONSTDRAINAGESTRUCTURETYPE EA 9.00
II
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 6
Approximate
Item Descri tion Quantit
CONSTDRAINAGESTRUCTURE 18.00
DESIGN 48-4020
88 CONSTDRAINAGESTRUCTURE EA 1.00
DESIGN 60-4020
89 CONSTDRAINAGESTRUCTURE EA 3.00
DESIGN 72-4020
90 CONST DRAINAGE STRUCTURE EA 1.00
DESIGN 84-4020
91 SPECIAL OUTLET STRUCTURE EA
92 RANDOM RIPRAP CLASS II WIGEO CY
FABRIC
93 12" RC APRON W/TRASH GUARD EA
94 15" RC APRON W/TRASH GUARD EA
95 18" RC APRON W/TRASH GUARD EA
96 24" RC APRON W/TRASH GUARD EA
97 33" RC APRON W/TRASH GUARD EA
98 36" RC APRON W/TRASH GUARD EA
99 TEMPORARY SEED, FERTILIZE, AC 30.00 00 ~o
MULCH AND DISK ANCHOR g.;).O - ?Goo -
100 NA TNE SEED, FERTILIZER, WOOD SY 3,200.00 /~ 000 D.!!-
FillER BLANKET
101 BOULEVARD SEED, MNDOT 270 RT, SY 6,000.00 ~ 00
FERTILIZER, WOOD FillER BLANKET 'Y sbo -
102 SOD TYPE LAWN SY 8,200.00
TOTAL BID FOR ALL UNIT PRICES
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/1 0104)
00410 - 7
,.
. ,
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED:
s:/;r/o'l
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General Partner's Name & Signature)
Business Address
Phone & FAX:
BUFFALO BITUMINOUS, INC.
P.o. Box 337
Buffalo, MN 55313
763-682-1271 (fax) 682-6522
(Corporation Name)
A Corporation
By
NJ..)
(State of Incorporation)
~. 1tJu,
(TIt e, ame & SIgnature of Person Authonzed to SIgn)
(Corporate Seal)
Attest
u~
(Secretary)
JijijFFALO BITUMINOUS, 'IC.
POBox 337
BuffAln. u~ 55313
763-IWDIm'lSlWl)IIlJI-6522
Business Address
Phone & FAX:
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8
,
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name &Jt<2.cir;/Iv 6;t4tutcl;d,~} ~1C"
PROJECT IDENTIFICATION:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITTED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
5-/0~[)<j
S -/~ -CJ'f
Number
I
~
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, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10104)
00410 - 1
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the detennination set forth in paragraph S.c. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the detennination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
4. BIDDER will complete the Work for the following price(s):
1.00 /LJ1CC-O. ICJ OClD. dJ
2 SILT FENCE, HEAVY DUTY LF 5,525.00 /.~ % g4()cX)
3 INLET PROTECTION TYPE A EA 38.00 7_~a) ;? &,5occI
4 INLET PROTECTION TYPE C EA 38.00 750(} ~ S50 06
5 CLEAR & GRUB AC 5.00 3'3a)l / t:>6CJo. m
6 REMOVE PAVEMENT MARKING LF 800.00 ; t:;{J L./ f'().tJO
7 REMOVE BITUMINOUS PAVEMENT SY 650.00 A: 1L.-/) /1S156
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00 /./0 /3'tJ1 CO
9 STREET SIGNS EA 6.00 / c:?5tLJ 1-,(}{XJ
10 STOP SIGNS EA 6.00 /6tJ. trJ 7'&7t/. tJCJ
11 STREET LIGHTS EA 7.00 lib BId Nd B,'d,
12 TRAFFIC CONTROL LS 1.00 /5L'tJ.LJO 15t'O. /Xi
14 COMMON BORROW (LV) CY
15 SELECT GRANULAR BORROW (P) CY
(CV)
16 MUCK EXCAVATION (EV) CY
17 SUB-GRADE CORRECTION (EV) CY
18 AGGREGATE BASE CL 5, MODIFIED CY
(P) (CV)
19 AGGREGATE BASE CL 3, MODIFIED CY
(P) (CV)
20 TYPE L VWE45030B WEARING TN
COURSE MIXTURE
2004 Prairie Run
A-ALBEV 0409
/.10 1$1/15/. A
28,500.00 ,,3,%9 //CJS&6.
9,994.00 CJ.~JJ 9A4J/t/;6(
25,000.00 07.cn 5CJtJCO.o6
25,000.00 /~O quo{ltJ{)
4,870.00 / t/ 10
880.00 /0. .::{~~
1,765.00 .3/ 75
Revised Bid Form (05/10/04)
00410 - 3
Approximate Amount
Item Descri tion Quantit
TYPE L VNW35030B BINDER COURSE 916.00 3O,,5u ;<1933tJb
IXTURE
22 PE L VNW35030B BASE COURSE TN 2,407.00 ,3'0.-50 13#35:)
MIXTURE 858.00
23 BITUMINOUS MATERIAL FOR TACK GA j.v1tJ /?J~?60
COAT 19,725.00
24 GEOTEXTILE FABRIC SY ..95 ! 1-3!d 7--
25 " PERF COR PE PIPE DRAIN W/SOCK LF 8,348.00 ;1,--~ &.:?&/().
26 ROCK CONSTRUCTION ENTRANCE EA 2.00 75am /500.liJ
27 6" CONCRETE WALK WI SAND SF 11,812.00 d&J .,55 .1/.5 t
BEDDING 5,425.00
28 CONCRETE CURB & GUTTER, DESIGN LF 7%5 .L/~ 5g&A:Z
B618
29 CONCRETE CURB & GUTTER, DESIGN LF 3,124.00 2l dO 0<.1/99:;(.
D418
30 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00 3-5 aJ J7 c<~ '
(W/6" AGGREGATE BASE) EA 17.00 .3C.cJCO
31 ADJUST MANHOLE CASTING
32 ADJUST GATE VALVE BOX EA 16.00 ~5tJ.{XJ -'lott1 ~
33 PAVEMENT MESSAGE (RIGHT EA 2.00 /Oo.CLJ 0(00. tJ
ARROW)-EPOXY
34 4" SOLID LINE WHITE - EPOXY LF 1,800.00 i 4.;< 7.5d-. CJ{)
35 4" DOUBLE SOLID LINE YELLOW - LF 300.00 , 9tJ ct 1tJ. lXY
POXY 90.00
36 24" SOLID LINE WHITE - EPOXY LF 4.00 / Jl tJ. oC>
ZEBRA CROSSWALK WHITE - EPOXY SF 130.00 /95aJ
CONNECT TO EXISTING MANHOLE
39 4" PVC SERVICE PIPE, SCH 40 LF
40 4" PVC SANITARY SEWER RISER, SCH LF
40
41 6" PVC SANITARY SEWER, SCH 40 LF
42 6" PVC SANITARY SEWER RISER, SCH LF
40
1.00 IOL-C.
2,203.00 9 tX.)
134.00 /,;f.tXJ
233.00 /1. U:J
140.00 ;LI CO
/t?MCLJ
/tJcf~1(x)
/ t,ot? at)
ct565/X)
/960. co
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 4
Item Amount
No. Item Descri tion
43 8" PVC SANITARY SEWER, SDR35
44 8" PVC SANITARY SEWER, SDR26 LF
45 10" PVC SANITARY SEWER, SDR26 LF
46 8" OUTSIDE DROP LF
47 8" X 4" PVC WYE & BEND, SDR 26 EA
48 10" X 4" PVC WYE & BEND, SDR 25 EA
49 10" X 6" PVC WYE & BEND, SDR 26 EA 6.00
50 PIPE FOUNDATION MATERIAL (CV) CY 382.70
51 4" FORCE MAIN, PVC C-900 LF 105.00
52 FORCE MAIN FITTINGS LB 120.00
53 CONSTRUCT 48" SANITARY EA
MANHOLE (0-10')
54 EXTRA DEPTH MANHOLE LF
55 CLEAN & TELEVISE SANITARY LF
SEWER
56 LIFT STATION LS
57 6-INCH CONCRETE LIFT STATION SY
SLAB W/6" AGG BASE
58 BITUMINOUS DRIVEWAY - LIFT SY
STATION
59 POLE MOUNTED LIGHT EA
60 BOLLARD EA
61 CONNECT TO EXISTING WATER
MAIN
62 RELOCATE EXISTING HYDRANT & EA
LEAD
63 8" WATER MAIN - PVC C-900 LF
64 6" WATER MAIN - PVC C-900 LF
2.00 15'0.0() , ~CO.CX)
2.00 (O(X).QJ ol{CO,CO
3,226.00 (1.00 543
1,332.00 IS. CO Iqg 80,
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
Item Approximate Amount
No. Item Descri tion Quantit
65 HYDRANT 11.00 \"100.C() \81O),CQ
66 6" GATE VALVE AND BOX EA 21.00 ns.ro \ if 15.QJ
67 8" GATE VALVE AND BOX EA 6.00 115.00 41oj).m
68 3" INSULATION SY 170.00 lS.oa 35~.CO
69 WATER MAIN FITTINGS LB 3,132.00 405 51 \5w(X)
70 1" COPPER SERVICE LF ,00 \114<&.00
71 1" CORP AND CURB STOP EA \ 1 S.CX) q 8-75.ro
73 12" HDPE OR EQUAL LF 540.00
74 15" RCP PIPE CL5 LF 608.00
75 15" HDPE OR EQUAL LF 310.00
76 18" RCP PIPE CL3 LF 174.00
77 18" RCP PIPE CL5 LF
78 18" HDPE OR EQUAL LF
79 21" RCP PIPE CL3 LF
80 24" RCP PIPE CL3 LF
81 27" RCP PIPE CL3 LF
82 33" RCP PIPE CL3 LF
83 36" HDPE OR EQUAL LF
84 8" SCH 40 PVC PIPE LF
85 CaNST DRAINAGE STRUCTURE DES EA
C, G, ORH
86 CaNST DRAINAGE STRUCTURE TYPE EA
II
2004 Prairie Run Revised Bid Form (05/10/04)
A-ALBEV 0409 00410 - 6
Approximate
Item Descri tion Quanti Amount
CONST DRAINAGE STRUCTURE 18.00 14-::0. ao.\OO.OO
DESIGN 48-4020
88 CONST DRAINAGE STRUCTURE EA 1.00 0800.00 8<::Kn.C()
DESIGN 60-4020
89 CONST DRAINAGE STRUCTURE EA 3.00 ?>llS.
DESIGN 72-4020
90 CONST DRAINAGE STRUCTURE EA 1.00 48~. 4-850 .CD
DESIGN 84-4020
91 SPECIAL OUTLET STRUCTURE EA 1.00 \ OO.(X) 2-100.00
92 RANDOM RIPRAP CLASS II W/GEO CY 122.00 <g5. Do \0 '310.(x)
FABRIC
93 12" RC APRON W/TRASH GUARD EA 5.00 'Vd3.00 8(d':J.(X)
94 15" RC APRON W/TRASH GUARD EA 1.00 ER4.ro 5ct4.CXJ
95 18" RC APRON W/TRASH GUARD EA 2.00 (01500 \ 3S0.CO
96 24" RC APRON W/TRASH GUARD EA 4.00 q, 1. ro 3WB.(XJ
97 33" RC APRON WITRASH GUARD EA 1.00 15'3\.(x) tB .00
98 36" RC APRON W /TRASH GUARD EA 1.00 ndt.co \134.00
TEMPORARY SEED, FERTILIZE, 30.00 350.00 \O~.QJ
MULCH AND DISK ANCHOR
NATIVE SEED, FERTILIZER, WOOD SY 3,200.00 1\-<600 .CO
illER BLANKET .50
101 BOULEVARD SEED, MNDOT 270 RT, SY 6,000.00 1.50 q.cxx>.(()
RTILIZER, WOOD FillER BLANKET
102 SOD TYPE LAWN SY 8,200.00 8.w5 81120.
TOTAL BID FOR ALL UNIT PRICES ?J1 -/3
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 7
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED : 1har Ii c::(to1
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General Partner's Name & Signature)
Business Address
Phone & FAX:
A corporation;J~Lb;ilv ~:Jf~:d~rJ tJ~0
.
(Corporation Name)
Yh~/Y&~b.tz~
(State of Incorporation)
1
lXj
(Corporate seal)~ /'
Attest Ql JvQIlU. C/ . /l!\~)
~ . ( '. ecretary)
Business Address 1/ J/tJ '6 - xiI- AI6" I!a~ t1-tJ{~ 7JJ,11. ,56,-.:]' L/J
Phone & FAX: ..,~ J/ 1- ~~' ~ /7 3-#9'1- '-/.2U,
E D OF SECTION
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8
j
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name
(!.yo V1 0 h 1Ytuti~ &w.r""'1
PROJECT IDENTIFICATION:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITTED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days afterthe date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
~-/O -0'/
6-rZ..-c>4
Number
/
z..
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, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 1
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph s.c. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
4. BIDDER will complete the Work for the following price(s):
1.00 ~ ~~_ 32,000-
:, z. 000 - I ,~
2 SILT FENCE, REA VY DUTY LF 5,525.00 /. 50 g~n.
3 INLET PROTECTION TYPE A EA 38.00 los,- entia, .-
4 ET PROTECTION TYPE C EA 38.00 (50.- 5(707). .-
5 CLEAR & GRUB AC 5.00 :12.oD. - I ~ 000,
6 REMOVE PAVEMENT MARKING LF 800.00 o. foS
$()..........
7 REMOVE BITUMINOUS PAVEMENT SY 650.00 3. -- JCjso ,..........
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00 3,- 3~JO ,
9 STREET SIGNS EA 6.00 ~~5'( /1/0,
10 STOP SIGNS EA 6.00 15'0.- quo, -
12 TRAFFIC CONTROL
LS
1.00 /5J1J, - /507), --
13 COMMON EXCAVATION (EV) (P) CY 108,677 .12 2, 85 ~dt ,ll','.!
14 COMMON BORROW (LV) CY 28,500.00 ,01 265-
15 SELECTGRANULARBORROW(~ CY 9,994.00 1- 89, q4fg
(CV)
16 MUCK EXCAVATION (EV) CY - 25,000.00 -7 ~f-:~: 38,1,o~
- ."'.
u_ 1_
17 SUB-GRADE CORRECTION (EV) CY 25,000.00 J.5S 8> 750-
,
18 AGGREGATE BASE CL 5, MODIFIED CY 4,870.00 J7 - B2/7'fO -
(P) (CV)
19 AGGREGATE BASE CL 3, MODIFIED CY 880.00 1 ~80-
(P) (CV) \\ - I
20 TYPE L VWE45030B WEARING TN 1,765.00 3)- 5tf,71'5
COURSE MIXTURE
2004 Prairie Run Revised Bid Form (05/10/04)
A-ALBEV 0409 00410 - 3
Approximate Amount
Item Descri tion Quanti
E L VNW35030B BINDER COURSE 916.00 Z "1. S.9 Z 7 oZ-2.
TURE I
22 TYPE L VNW35030B BASE COURSE TN 2,407.00 ~ 71 oo(p.5~
IXTURE 21.
23 BITUMINOUS MATERIAL FOR TACK GA 858.00 /- BSS-
COAT
24 GEOTEXTILE FABRIC 'SY 19,725.00 1.-- }q 7Z-S.
25 " PERF COR PE PIPE DRAIN W/SOCK LF 8,348.00 ~,5() 5L{~~,
26 ROCK CONSTRUCTION ENTRANCE EA 2.00 '115b . --- ( t!oO,
27 6" CONCRETE WALK WI SAND SF 11,812.00 3, - 35'-f3fo.
BEDDING
28 CONCRETE CURB & GUTTER, DESIGN LF 5,425.00 7,t., 5 t.f150)/~
B618
29 CONCRETE CURB & GUTTER, DESIGN LF 3,124.00 1,105 :? 3?1 K, ~o
D418
30 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00 45,- /1Z-5,-
W/6" AGGREGATE BASE
31 JUST MANHOLE CASTING EA 17.00 t1'? I .- 29"15
32 ADJUST GATE VALVE BOX EA 16.00 j5(,l. -- ~tI(JO, -
33 PAVEMENT MESSAGE (RIGHT EA 2.00 t?5', - /'10, --
ARROW)-EPOXY 1,800.00
34 4" SOLID LINE WHITE - EPOXY LF b, t./ u 7,;l0, /"
35 4" DOUBLE SOLID LINE YELLOW - LF 300.00 O,<i 0 ~l{o. .-
POXY
36 24" SOLID LINE WHITE - EPOXY LF 90.00 I. ~5
ZEBRA CROSSWALK WHITE - EPOXY SF 130.00 }.:'5
tf9
CONNECT TO EXISTING MANHOLE 3fiPoo, ~-
39 4" PVC SERVICE PIPE, SCH 40 LF ~l- 11~)1I,
40 "PVC SANITARY SEWER RISER, SCH LF 134.00 IZ- I. IJ 08
40 So
41 6" PVC SANITARY SEWER, SCH 40 LF 233.00 /2,~ 2/ ,/2..-
42 6" PVC SANITARY SEWER RISER, SCH LF 140.00 /J1, ~ z o~o
,
40
2004 Prairie Run Revised Bid Form {05/10/04)
A-ALBEV 0409 00410 - 4
-! .
Item Approximate
No. Item Oescri tion Quanti Amount
43 8" PVC SANITARY SEWER, SDR35 822.00 \q - IS/(Q/8-
44 8" PVC SANITARY SEWER, SDR26 LF 104.00 z..3 ..- L.i?:>C(2
45 10" PVC SANITARY SEWER, SDR26 LF 2,868.00 4'-1- \L.(p, \'t Z.
46 8" OUTSIDE DROP LF 25.00 350 87So
/
47 8" X 4" PVC WYE & BEND, SDR 26 EA 25.00 "1IP; _ /'1 DO,~
48 10" X 4" PVC WYE & BEND, SDR 25 EA 28.00 135; - 37~, -
49 10" X 6" PVC WYE & BEND, SDR 26 EA 6.00 1517.- 930,-
50 PIPE FOUNDATION MATERIAL (CV) CY 382.70 1'1,- 1d7/, B
51 4" FORCE MAIN, PVC C-900 LF 105.00 22,- 28/0, -
52 FORCE MAIN FITTINGS LB 120.00 Lj,50 5'-10, -
53 CONSTRUCT 48" SANITARY EA 17.00 27()DI'- Lf59 00,
ANHOLE (0-10')
54 EXTRA DEPTH MANHOLE LF 139.76 '81,- ~ /51, Jd
55 CLEAN & TELEVISE SANITARY . LF 3,794.00 Of/;5 c?L/40.l0
SEWER
56 L1FT STATION LS 1.00 78 000- 78,000 -
/
57 6-INCH CONCRETE LIFT STATION SY 50.00 50f- ;l5t)(). -
SLAB W/6" AGG BASE
58 B~OUSDRIVEWAY-LIFT SY 25.00 55- j,375 -
STATION
59 OLE MOUNTED LIGHT EA 1.00 ~gc-o,- d3tJO,-
EA 4.00 t/5fJ, - / rOO, --
61 CONNECT TO EXISTING WATER /iRlJO, - 3~.-
MAIN
62 RELOCATE EXISTING HYDRANT & EA 2.00 /~/~ 0< fJ7)O,--
LEAD
63 8" WATER MAIN - PVC C-900 LF 3,226.00 /3. 70 'fI /9'. Z9
64 6" WATER MAIN -PVC C-900 LF 1,332.00 /Z- /5/ 18t.!
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
0041 0 - 5
/1.(0 t/OE?'-A
73 12" HDPE OR EQUAL LF 540.00 //.?, 150 ?l/O,
74 15" RCP PIPE CL5 LF 608.00 ~() . 7~ /a4&tf,
75 15" HDPE OR EQUAL LF 310.00 /1. '1 S qq;2. ~U
76 18" RCPPIPECL3 LF 174.00 22.~ 3CfI5.. ,-
77 18" RCP PIPE CL5 LF 258.00 2-2-,50 ~5,
78 18" HDPE OR EQUAL LF 185.00 dl. - 3 g 8'5:
79 21" RCP PIPE CL3 LF 62.00 ~(.;.?O
80 24" RCP PIPE CL3 LF 442.00 ~1- 56 I~ 591
81 27" RCP PIPE CL3 LF 314.00 :3~, 7 b 1/53.80
82 33" RCP PIPE CL3 LF 282.00 t!i,- 13 ~1.Y;.---
0'2 36" HDPE OR EQUAL LF 332.00 t.f2,50 JlI/O.
OJ
84 8" SCH 40 PVC PIPE LF 23.00 d-D, ..-- LJ~o, ./"
85 CONST DRAINAGE STRUCTURE DES EA 5.00 IOW~/ ~, ,-
C,G,ORH 9.00
86 CONST DRAINAGE STRUCTURE TYPE EA IJEbI- 9'1.)-0" --
II
2004 Prairie Run Revised Bid Form (05/10/04)
A-ALBEV 0409 00410 - 6
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 -7
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defmed in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED:
6 / ) 'f /Ot1
If BIDDER is:
An Individual .
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General :Partner's Name & Signature)
Business Address
Phone & FAX:
A Corporation
f-y OvY\
(1 n InLf_'h'~ fA >>1 bl{ ,j'I Y
(Corporation N e) I .
By
N
/vi v: t;
to Sign)
(Corporate Seal)
~~~~
(Secr )
Business Address g1IV /5-fh A-te- G. ShCt1c.()~e. MfV 553/1
Phone & FAX: qsz- ><qtj 3.3tlU ~'f '15?- f"q "' 3dOI
END OF SECTION
Attest
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8
~w
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name
~,
(t .. .
.,-() .'"\siY lA..cn() jl
-:II......'::. '
PROJECT IDENTIFICATION:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITIED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
5 I " 0 / (', '-t
E:~/t~!G'-1:
Number
i
a
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, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 1
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.c. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
"
4. BIDDER will complete the Work for the following price(s):
39 4" PVC SERVICE PIPE, SCH 40
LF
2,203.00
;, ,..."'\ (~C "?C
,'-' '-~;:) \:
40 4" PVC SANITARY SEWER RISER, SCH
40
41 6" PVC SANITARY SEWER, SCH 40
LF
134.00
l 0 ,L-()
; . . ",' ,-+C'
\ l~"'<:'-"
LF
233.00
\,-J ",0
-, (':..
.;'.X 1.
9,"'.
42 6" PVC SANITARY SEWER RISER, SCH
40
LF
140.00
I ~.<.oO
1>1(:,1.\-.0:;'
,
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 4
61 CONNECT TO EXISTING WATER EA
MAIN
62 RELOCATE EXISTING HYDRANT & EA
LEAD
63 8" WATER MAIN - PVC C-900 LF
64 6" WATER MAIN - PVC C-900 LF
2.00
'1 ~)o''' ,
\ aOl\(")~"
I \ '-"*
2.00
q 30'/;
co
\ )SGO."
3,226.00
t"~.c.
~0
<7)'4- \<:11,;..
iG
1,332.00
. olO
It..:.. ~~J,
-tr.:,
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
"
Item Unit of Approximate Unit
No. Item Descri tion Measure Quantit Price Amount
65 HYDRANT EA 11.00 c,r:-
.,:) ;:) '-\ ':) cu d \.t ..(,", :.;
66 6" GATE VALVE AND BOX EA 21.00 <',c) (\,'.>
'1'"'1:; I <0 (,c\:-S
67 8" GATE VALVE AND BOX EA 6.00 (/.: C-:. (':jr~ ~
.:, ,-, ,) , 5 \ '10
68 3" INSULATION SY 170.00
,:;)<:.:,. :~c) \.; Lr ~-:; '+ 00
69 WATER MAIN FITTINGS LB 3,132.00 '\<;;i
" \ \ ,'1 Cot'S ':;">
;.~
70 1" COPPER SERVICE LF 1,972.00 _5l · ~. .5[...- ct.'
q {t- ~ 50 (.;.1 , 1'8134. ,'"
71 1" CORP AND CURB STOP EA 53.00 I
72 12" RCP PIPE CL5 LF 214.00 ;;)( ,i. 0 4,40'3':'0
~.
73 12" HDPE OR EQUAL LF 540.00 ~), C) (-'1"
'Q C"-\ 5s ;),\5 .
\ 'J
74 15" RCP PIPE CL5 LF 608.00 '10 . <.,0
QI. \ :::, \<''1:3
75 15" HDPE OR EQUAL LF 310.00 '!:c
lei ( \?,q 0/',
.......i -,
76 18" RCP PIPE CL3 LF 174.00 40 ~c
c~3. '-t,o"JL
77 18" RCP PIPE CL5 LF 258.00 -::<.)
":,",C'. <..,~.O (:0 '.
.X ,:) ......
78 18" HDPEOREQUAL LF 185.00 . ~ ') ''':C C)f'.i
'-:../\"-:>\ " "'t ::-;, \ 'S
79 21" RCP PIPE CL3 LF 62.00 '"~-- () ~o
.':..(1 \ ,I \ \
80 24" RCP PIPE CL3 LF 442.00 -.f, -+0 r~(-:,
.eX ", \ ;~ '1'-\ 4-.
81 27" RCP PIPE CL3 LF 314.00 ;~
3':S \0 '\ \ ell ,:'~ '+'-'
,,-,..,
82 33" RCPPIPECL3 LF 282.00 "" ().f' )
~1 .> \ :j '3 ('\ ~')
83 36" HDPE OR EQUAL LF 332.00 :">c (;,0
4~. \ '-T OLl?;
84 8" SCH 40 PVC PIPE LF 23.00 (')(-~ ~.)(,)
""\(3 ic~):),
,x "
85 CONST DRAINAGE STRUCTURE DES EA 5.00
C,G,ORH '~.'':\ :) c, <') \4 .Wr 1 ~;, (()
86 CONST DRAINAGE STRUCTURE TYPE EA 9.00
\CjC:. (..." (''),:
II \ \ ,J, 10,'1",.,::,)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 6
Approximate
Item Descri tion Quantit Amount
CONST DRAINAGE STRUCTURE 18.00
DESIGN 48-4020 \ ~"'-'.r ; ,." ':Y,~>
4-0G ~(c\ ;''500,
88 CONST DRAINAGE STRUCTURE EA 1.00
(-,{~'J c/
DESIGN 60-4020 ~ 14:/"') ~\\(.;,<::).
89 CONST DRAINAGE STRUCTURE EA 3.00
(". (::'\1""
DESIGN 72-4020 ~ ~)(.):). '1 (,. CiC::)
90 CONSTDRAINAGESTRUCTURE EA 1.00
DESIGN 84-4020 ;~'l'lgY. 3\ l~ 'Y',
91 SPECIAL OUTLET STRUCTURE EA 1.00
,~ :3>(., c) (j' :.~
92 RANDOM RIPRAP CLASS II W/GEO CY 122.00
ABRIC ~. '\. f~c r'-" ..... . ~ (-:, f"';>
,~ , \. 1'+
93 12" RC APRON WfTRASH GUARD EA 5.00
~,(',. or")
55S ,,~ "~l \1 ~:) ,- . ~
94 15" RC APRON WfTRASH GUARD EA 1.00
(.;10''') 1.olOcO
95 18" RC APRON WfTRASH GUARD EA 2.00 (""r'"
l..: (:.0 . ~ \ 3"'c",
:..,l.v
96 24" RC APRON WfTRASH GUARD EA 4.00 ('''-( C~j' .J
CI'>sC ' -' 3<1~C.
97 33" RC APRON WfTRASH GUARD EA 1.00
O'"J
\ I-IIC).
98 36" RC APRON WfTRASH GUARD EA 1.00
99 TEMPORARY SEED, FERTILIZE, AC 30.00
MULCH AND DISK ANCHOR
100 NATNE SEED, FERTILIZER, WOOD SY 3,200.00
FillER BLANKET
101 BOULEVARD SEED, MNDOT 270 RT, SY 6,000.00
FERTILIZER, WOOD FIBER BLANKET
102 SOD TYPE LAWN SY 8,200.00
TOTAL BID FOR ALL UNIT PRICES
tS \ r:-~ CJ~~)
\'.')t")
\'6c.jSO.
\~+()
(y:;
'"* 4'30
\
135
\ .
(,r'.~
(-? \ CO .
\ ci~:'
,
~. __, .,'" __ ~ (':Jr",)
\ ':) '1'1U
;t.l~
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 7
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED:
MCL)/ \Y-, ~~Q()-+
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General Partner's Name & Signature)
Business Address
Phone & FAX:
A Corporation
('\ -, c.. _". .
T~) :"..j~. 'it""' ......._ (,;,'1, <." * Y' \,...,- c.., \\ (.) "~A
_ V~l(
(Corporation Name)
\\j\ \ t, r''\e "':,Ol("~
(State of Incorporation)
A~V'.-
By Y iCe. Pr<:::SId.eh1- 'T':.;5': hit::..... \ '--....\0'"-'-..-
(Title, Name & Signature of Person Authorized
(Corporate Seal)
,/y/) L'\A.~ Y) ";'fAr'-
.
(Secretary)
Business Address d\~'+ C(~~~""-t-y F~d '3 N W ~j\c.\:>\e \.J4.k~) }-J\;~ :;:::,535'3
Phone & FAX: (3dO') <11o.:.~~ S"\Cj3 / (3~O) <4<c3'~<vall
END OF SECTION
Attest
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name
Il1dcf1~rtlo &Nsl.ttlet.cfM..J&,
PROJECT IDENTIFICA nON:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITIED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
~~O
/Yl ~
Number
J
0\
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, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 1
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.c. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect. to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
4. BIDDER will complete the Work for the following price(s):
2 SILT FENCE, HEAVY DUTY LF 5,525.00
3 INLET PROTECTION TYPE A EA 38.00
4 INLET PROTECTION TYPE C EA 38.00
5 CLEAR & GRUB AC 5.00
3~PO ~
6 REMOVE PAVEMENT MARKING LF 800.00
/. CI(J
7 REMOVE BITUMINOUS PAVEMENT SY 650.00 3 . (/()
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00 ~,SO
9 STREET SIGNS EA 6.00 ;;r6,<<J
10 STOP SIGNS EA 6.00. '5,. w
11 STREET LIGHTS EA
12 TRAFFIC CONTROL LS
14 COMMON BORROW (LV) CY 28,500.00
15 SELECT GRANULAR BORROW (P) CY
(CV)
16 MUCK EXCA V AnON (EV) CY
17 SUB-GRADE CORRECTION (EV) CY
18 AGGREGATE BASE CL 5, MODIFIED CY
(P) (CV)
19 AGGREGATE BASE CL 3, MODIFIED CY
(P) (CV)
20 TYPE L VWE45030B WEARING TN
COURSE MIXTURE
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 3
Item Oescri tion
TYPE L VNW35030B BINDER COURSE
MIXTURE
22 TYPE L VNW35030B BASE COURSE TN
MIXTURE
23 BITUMINOUS MATERIAL FOR TACK GA
COAT
24 GEOTEXTILE FABRIC SY
25 4" PERF COR PE PIPE DRAIN WISOCK LF
26 ROCK CONSTRUCTION ENTRANCE EA
27 6" CONCRETE WALK WI SAND SF 11,812.00
BEDDING
28 CONCRETE CURB & GUTTER, DESIGN LF 5,425.00
B618
29 CONCRETE CURB & GUTTER, DESIGN LF 3,124.00
D418
30 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00
(W/6" AGGREGATE BASE)
31 ADJUST MANHOLE CASTING EA 17.00
~ .C(J
32 ADJUST GATE VALVE BOX EA 16.00 as. C(J
33 PAVEMENT MESSAGE (RIGHT EA 2.00
ARROW) - EPOXY ~ . f/(J
34 4" SOLID LINE WHITE - EPOXY LF 1,800.00 tJ~ ~/1
35 4" DOUBLE SOLID LINE YELLOW - LF 300.00 '()
POXY .
36 24" SOLID LINE WHITE - EPOXY LF 90.00 ,~.{
SF 130.00 ,.
, ,~~
39 4" PVC SERVICE PIPE, SCH 40 LF 2,203.00
40 4" PVC SANITARY SEWER RISER, SCH LF 134.00
40
41 6" PVC SANITARY SEWER, SCH 40 LF 233.00
42 6" PVC SANITARY SEWER RISER, SCH LF 140.00
40
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10104)
00410 - 4
Approximate
Item Oescri tion Quantit
8" PVC SANITARY SEWER, SDR35 822.00
44 8" PVC SANITARY SEWER, SDR26 LF 104.00
45 10" PVC SANITARY SEWER, SDR26 LF 2,868.00
46 8" OUTSIDE DROP LF 25.00
8" X 4" PVC WYE & BEND, SDR 26 EA 25.00
47
48 10" X 4" PVC WYE & BEND, SDR 25 EA 28.00
10" X 6" PVC WYE & BEND, SDR 26 EA 6.00
49
PIPE FOUNDATION MATERIAL (CV) CY 382.70
50
51 4" FORCE MAIN, PVC C-900 LF 105.00
52 FORCE MAIN FITTINGS LB 120.00
53 CONSTRUCT 48" SANITARY EA 17.00
MANHOLE (0-10') 139.76
54 EXTRA DEPTH MANHOLE LF
55 CLEAN & TELEVISE SANITARY LF 3,794.00
SEWER
56 LIFT STATION LS
57 6-INCH CONCRETE LIFT STATION SY
SLAB W/6" AGG BASE 25.00
58 BITUMINOUS DRIVEWAY - LIFT SY
STATION
59 POLE MOUNTED LIGHT EA
60 BOLLARD EA
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
CONNECT TO EXISTING WATER
MAIN
62 RELOCATE EXISTING HYDRANT & EA
LEAD 3,226.00
63 8" WATER MAIN - PVC C-9OO LF
64 6" WATER MAIN - PVC C-900 LF 1,332.00
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 6
Approximate
Item Descri tion Quantit
HYDRANT 11.00
6" GATE VALVE AND BOX EA 21.00
66
8" GATE VALVE AND BOX EA 6.00
67
3" INSULATION SY 170.00
68
69 WATER MAIN FITTINGS LB 3,132.00
70 I" COPPER SERVICE LF 1,972.00
I" CORP AND CURB STOP EA 53.00
71
12" HDPE OR EQUAL LF 540.00
73
74 15" RCP PIPE CL5 LF
75 15" HDPE OR EQUAL LF
76 18" RCP PIPE CL3 LF
77 18" RCP PIPE CL5 LF
78 18" HDPE OR EQUAL LF
79 21" RCP PIPE CL3 LF
80 24" RCP PIPE CL3 LF
81 27" RCP PIPE CL3 LF
82 33" RCP PIPE CL3 LF
83 36" HDPE OR EQUAL LF
84 8" SCH 40 PVC PIPE LF
85 CONST DRAINAGE STRUCTURE DES EA
C,G,ORH EA
86 CONSTDRAINAGESTRUCTURETYFE
II
Item Descri tion
CONST DRAINAGE STRUCTURE
DESIGN 48-4020
88 CONST DRAINAGE STRUCTURE EA
DESIGN 60-4020
89 CONST DRAINAGE STRUCTURE EA
DESIGN 72-4020
90 CONST DRAINAGE STRUCTURE EA
DESIGN 84-4020
91 SPECIAL OUTLET STRUCTURE EA 1.00
92 RANDOM RIPRAP CLASS II WIGEO CY 122.00
FABRIC
93 12" RC APRON W/TRASH GUARD EA 5.00
94 15" RC APRON W/TRASH GUARD EA 1.00
95 18" RC APRON W/TRASH GUARD EA
96 24" RC APRON W/TRASH GUARD EA
97 33" RC APRON W/TRASH GUARD EA
98 36" RC APRON W/TRASH GUARD EA
TEMPORARY SEED, FERTILIZE,
MULCH AND DISK ANCHOR
100 NATNE SEED, FERTILIZER, WOOD SY
FIBER BLANKET
101 BOULEVARD SEED, MNDOT 270 RT, SY 6,000.00
FERTILIZER, WOOD FIBER BLANKET
102 SOD TYPE LAWN SY 8,200.00
TOTAL BID FOR ALL UNIT PRICES
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 7
'7((
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATESUBMITfED: ;J1,.,,j /1, /) ()fJ'f
/ f
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General Partner's Name & Signature)
Business Address
Phone & FAX: NnnI"'~CO lie.
PD."" ..
~ eutInW.....1I308
A Corporation F.='--:117
(Corporation Name)
;1ft' (1/ It! ~ 5 " { If
(State of Incorporation)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form {05/10/04}
00410 - 8
By
Person Authorized to Sign)
(Corporate sealY !n ~. JJh
Attest {til" 4---
(Secretary)
NClOI.ANo ~ --.. CO ".
PO--'",^,'IUN "'-., Ii\!'
. . BOX sse
Al~. MN 6630;)
~&CTION
FAX NO. (320) 763-5197
Business Address
Phone & FAX:
.
DOCUMENT 00410
REVISED BID FORM (05/10/04)
Contractor's Name S.\<: W..QA~ \ V\f..,.
PROJECT IDENTIFICATION:
2004 Prairie Run
Albertville, Minnesota
SEH No.A-ALBEV 0409
THIS BID IS SUBMITTED TO:
Honorable Mayor and City Council
c/o Mr. Larry Kruse, Administrator
City of Albertville
5975 Main Avenue Northeast
P.O. Box 9
Albertville, MN 55301-0009
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with
OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Bid Price and within the Bid Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain
subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the
required number of counterparts of the Agreement with the bonds and other documents required by the
Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
3. In submitting this bid, BIDDER represents, as more fully set forth in the Agreement, that:
a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda (receipt
of all which is hereby acknowledged):
Date
6l\dc>-\
'5 \ \ a \c::1-\
Number
~
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, performance and furnishing 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, performance and furnishing of the Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 1
d. BIDDER has studied carefully all reports of all 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 the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph S.C. 4.2 of the Supplementary Conditions of
the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled
to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports
and Drawings are not Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and ENGINEER do not assume responsibility for the ,accuracy or
completeness of information and data shown or indicated in the Bidding Documents with respect to
underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or
assumes responsibility for having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and
underground facilities) at or contiguous to the site or otherwise which may affect cost progress,
performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by BIDDER and safety precautions and
programs incidental thereto. BIDDER does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this bid for performance and
furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that
relates to Work for which this bid is submitted as indicated in the Contract Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations obtained from
visits to the site, reports and Drawings identified in the Contract Documents and all additional
examinations, investigations, explorations, tests, studies and data with the Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this bid is
submitted.
h. This bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or
corporation, and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation. BIDDER has not directly or indirectly induced or solicited any other bidder
to submit a false or sham bid. BIDDER has not solicited or induced any person, firm or corporation to
refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any
other bidder or over OWNER.
1. (Any other representation required by Laws and Regulations.)
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 2
4. BIDDER will complete the Work for the following price(s):
2 SILT FENCE, REA VY DUTY LF 5,525.00
3 INLET PROTECTION TYPE A EA 38.00
4 INLET PROTECTION TYPE C EA 38.00
5 CLEAR & GRUB AC
6 REMOVE PAVEMENT MARKING LF
7 REMOVE BITUMINOUS PAVEMENT SY 650.00
8 SA WCUT BITUMINOUS PAVEMENT LF 1,270.00
9 STREET SIGNS EA 6.00
10 STOP SIGNS EA 6.00
lQ).(() .00
-EA
12 TRAFFIC CONTROL LS
39 4" PVC SERVICE PWE, SCH 40
LF
2,203.00
40 4" PVC SANITARY SEWER RISER, SCH
40
41 6" PVC SANITARY SEWER, SCH 40
LF
134.00
LF
233.00
ad.DD
\g.~D
42 6" PVC SANITARY SEWER RISER, SCH
40
LF
140.00
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 4
CONNECT TO EXISTING WATER
MAIN
62 RELOCATE EXISTING HYDRANT & EA
LEAD
63 8" WATER MAIN - PVC C-900 LF
64 6" WATER MAIN - PVC C-900 LF
~{-() ~ 00
c9\.\O.oO
3,226.00
1,332.00
\5.4C;- 4Cf B~ \. '7 D
"
}.} -C1D Il I '0) . '0
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 5
Item Approximate Amount
Quantit
No. Item Descri tion 11.00
65 HYDRANT \C(q 0.00 c:.ll .DD
6" GATE VALVE AND BOX EA 21.00 D$DD. aD
66
8" GATE VALVE AND BOX EA 6.00 I 9S'.DO 4110 .em
67
3" INSULATION SY 170.00 \.50 .DD
68 ,
WATER MAIN FITTINGS LB 3,132.00 ..- S{(P'7.~
69 l,lQ)
1" COPPER SERVICE LF 1,972.00 Q.3D
70
1" CORP AND CURB STOP EA 53.00
71
Approximate
Item Descri tion Quanti
CONST DRAINAGE STRUCTURE 18.00
DESIGN 48-4020
88 CONST DRAINAGE STRUCTURE EA 1.00
DESIGN 60-4020 ,9() '-D. tJO 70. dO
89 CONSTDRAINAGESTRUCTURE EA 3.00
DESIGN 72-4020 d(P3~ao '60 i>'T - D ()
90 CONSTDRAINAGESTRUCTURE EA 1.00
DESIGN 84-4020 4tq~<D 4tq:(: 6b
91 SPECIAL OUTLET STRUCTURE EA 1.00 \ ~lD. ({()
l~l1D. UD
92 RANDOM RIPRAP CLASS II W/GEO CY 122.00
ABRIC '(~6b q lSb .Cfl)
93 12" RC APRON W/TRASH GUARD EA 5.00 bO.C()
3.~DO . ao
94 15" RC APRON W/TRASH GUARD EA 1.00 f[D- (]l)
110.00
95 18" RC APRON W/TRASH GUARD EA 2.00
....- \sYD. Ql)
t ::::,. t.fl>
96 24" RC APRON W/TRASH GUARD EA 4.00 llW.l5D 4-61JD . (J)
97 33" RC APRON W/TRASH GUARD EA 1.00 !~O.6t>
IS-lO.oo
98 36" RC APRONW/TRASH GUARD EA 1.00 llt; 4:0 . LV U, t.[U . 00
99 TEMPORARY SEED, FERTILIZE,
MULCH AND DISK ANCHOR
NATIVE SEED, FERTILIZER, WOOD
FillER BLANKET
101 BOULEVARD SEED, MNDOT 270 RT,
FERTILIZER, WOOD FIBER BLANKET
SOD TYPE LAWN
102
30.00
310 . dt> q (PoD . <J()
3,200.00
1.)S- 4.6bO. em
6,000.00
I . JS- IS'P].
8,200.00 . ( .
d ,qD lCfloBo. Ol)
TOTAL BID FOR ALL UNIT PRICES I ge'1 q ~ ~. 'b ~
I ~9 8 I ~ 512
I /.
AC
100
SY
SY
SY
Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions.
BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities
determined as provided in the Contract Documents.
5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with
paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days
indicated in the Summary of Work.
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 7
\.M \ V\.JvUL ~+-o.-
(State of Incorporation)
-6-
--...
.'
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work within the times specified in the Agreement.
6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below.
7. The terms used in this bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
DATE SUBMITTED :
If BIDDER is:
An Individual
By
(Individual's Name)
Doing Business As
Business Address
Phone & FAX:
A Partnership
By
(Firm Name)
(General Parhler's Name & Signature)
Business Address
Phone & FAX:
ACorporation 3. R/ ~~ \ vu:.
(Corporation Name)
By ~~~~ ~ \ A.lli('lll'"\\oJ.
(Title, Name & Signature of Person Authorized to Sign)
(Corporate Seal)
Attest ~0ZC~
(Secretary)
Business Address \11 0 DO ,\ ~1'\'\ , Pw.t N I' Mo, ~\J C 1 V'bV'<- I 1M N 5t;, ~
Phone & FAX: rl1~~) -4d<?-,\ Ila -..::ro..i l:1'u1) ifd-.,9/'-&ftAS
END OF SECTION
2004 Prairie Run
A-ALBEV 0409
Revised Bid Form (05/10/04)
00410 - 8