Loading...
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