Park Construction CompanyBidder: PARK CONSTRUCTION COMPANY
Address: 1481 81ST AVENUE N.E.
Telephone No.: 763 - 786 -9800
City, State, Zip: MINNEAPOLIS, MN 55432
Fax No.: 763 -717 -6238
ADDENDUM NO. 2
PROPOSAL FORM
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2925 -09
Opening Time: 10:00 a.m.
Opening Date: Thursday, April 14, 2016
City of Shorewood
5755 Country Club Road
Shorewood, MN 55331
Dear Council Members:
1. The following proposal is made for furnishing and installing all labor and materials necessary for the 2016
Mill and Overlay hnprovement Project and Appurtenant Work for the City of Shorewood, Minnesota.
2. The undersigned certifies that the Contract Documents listed in the Instructions to Bidders have been
carefully examined, and that the site of the work has been personally inspected. The undersigned declares that
the amount and nature of the work to be done is understood, and that at no time will misunderstanding of the
Contract Documents be pleaded. On the basis of the Contract Documents, the undersigned proposes to furnish
all necessary apparatus and other means of construction, to do all the work and furnish all the materials in the
manner specified, and to accept as full compensation therefore the sum of the various products obtained by
multiplying each unit price herein bid for the work or materials, by quantities thereof actually incorporated in the
completed project, as determined by the Engineer. The undersigned understands that the quantities mentioned
herein are approximate only, and are subject to increase or decrease, and hereby proposes to perform all work as
either increased or decreased, in accordance with the provisions of the specification, at the unit prices bid in the
following proposal schedule, unless such schedule designates lump sum bids.
3. PROPOSED SCHEDULE: The Bidder agrees to perform all work described in the specifications and shown
on the plans for the following unit prices:
ADDENDUM NO. 2 - 2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03.
WSB PROJECT NUMBER. 2925 -09
No. Mat. No. Item Units Quantity Unit Price Total Price
SCHEDULE A. - SURFACE IMPROVEMENTS
1 2021.501 MOBILIZATION LS 1 $ $
2 2104.501 REMOVE BITUMINOUS CURB L F 120 $ i s $ 1
3 2104.505
REMOVE CONCRETE DRIVEWAY��
S Y 10
$ �' _
$ L
PAVEMENT'
4 2104.505
REMOVE BITUMINOUS DRIVEWAY
S Y 80
$
Er-
$
PAVEMENT
5 2104.505
REMOVE BITUMINOUS PAVEMENT
S Y 70
$�
$ A�
6 2104.509
REMOVE CASTING
EACH 2
$
$ k'
7 2104.511
SAWING CONCRETE PAVEMENT (FULL
L F 20
$ �,
$ UA
DEPTH)
8 2104.513
SAWING BITUMINOUS PAVEMENT (FULL
L F 200
$
fy3
$
DEPTH)
9 2104.601
REMOVE & REPLACE CONCRETE CURB &
L F 910
$
$
GUTTER
10 2104.602
SALVAGE AND REINSTALL MAIL BOX
EACH 10
$ `
$
11 2105.523
COMMON BORROW (LV)
C Y 10
$ P ,y�
$ r
12 2I05.603
MINOR GRADING
S Y 70
Is
$
13 2123.610
STREET SWEEPER (WITH PICKUP BROOM)
HOUR 10
$ A
$� )_
14 2231.501
BITUMINOUS PATCHING MIXTURE
TON 10
$ �;
$
15 2232.501
MILL BITUMINOUS SURFACE
S Y 9000
$ m
$ +
16 2331.501
JOINT ADHESIVE - MASTIC
L F 9100
$
$
17 2357.502
BITUMINOUS MATERIAL FOR TACK COAT
GAL 1310
$ c 'l
$
18 2360.501
TYPE SP 9.5 WEARING COURSE MIX (2,B)
TON 2030
$ 6
19 2360.503
TYPE SP 9.5 WEARING COURSE MIX (2,B)
S Y 80
$°
3 S ,�
3.0 THICK
K
ADDENDUM NO. 2 - 2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03.
WSB PROJECT NUMBER. 2925 -09
No.
Mat. No.
Item
Units
Quantity
Unit Price
Total ,Price
20
2360.601
BITUMINOUS SPILLWAY
EACH
1
:.
21
2503.602
CHIMNF.,Y SEALS (EXTERNAL)
EACH
24
>
$�
1 ;
$
22
2504.602
ADJUST GATE VALVE
EACH
5
$
23
2506.516
CASTING ASSEMBLY
EACH
2
Ll 0_s
$
$
24
2506.522
ADJUST FRAME & RING CASTING
EACH
12
$�
25
2506.522
ADJUST FRAME & RING CASTING (STORM)
EACH
8
$ 10@
$
26
2506.602
ADJUST FRAME & RING CASTING (SPECIAL)
EACH
12
$
27
2511.501
RANDOM RIPRAP CLASS
II
C Y
0.5
$
, t
$
28
2531.501
CONCRETE CURB & GUTTER DESIGN B618
L F
140
$i
$
29 2531.507 "6 "" CONCRETE DRIVEWAY PAVEMENT"
30 2535.501 BITUMINOUS CURB
31 2557.602 REPAIR DOG FENCE
32 2563.601 TRAFFIC CONTROL
33 2573.530 STORM DRAIN INLET PROTECTION
34 2575.505 SODDING T YPE LAWN
S Y 10 $ $
L F 120 $ $ P
EACH 5
LS I
EACH 9
S Y 500
Total SCHEDULE A. - SURFACE IMPROVEMENTS
GRAND TOTAL BID
3
ADDENDUM NO. 2 - 2016 MILI, AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2925 -09
4. RESPONSIBLE CONTRACTOR: The provisions of Minn. Stat. 16C.285 are imposed as a requirement of this
contract. All bidders and persons or companies providing a response /submission to the Advertisement for
Bids /RFP of the Owner shall comply with the provisions of the statute.
a. Any prime contractor or subcontractor that does not meet the minimum criteria established for a "responsible
contractor" as defined in Minn. Stat. § 16C.285, subd. 3, or fails to verify that it meets those criteria is not a
responsible contractor and is not eligible to be awarded a construction contract for the Project or to perform work
on the Project.
b. A responding contractor shall submit to the Owner a signed statement under oath by an owner or officer
verifying compliance with each of the minimum criteria in clauses (1) -(6) of Minn. Stat. § 16C.285, subd. 3, at
the time that it responds to this solicitation document. A responding contractor must also submit a list of first -
tier subcontractors it intends to retain on the project, at the time that it responds to this solicitation document.
c. Prior to being awarded a contract, the apparent successful prime contractor must submit a supplemental
verification under oath confirming that all subcontractors and motor carriers meet the minimum criteria of Minn.
Stat. § 16C.285, subd. 3. The apparent successful prime contractor has an ongoing duty to submit supplemental
verification forms for each additional subcontractor retained for the project.
d. A false statement under oath verifying compliance with any of the minimum criteria shall make the prime
contractor or subcontractor that makes the false statement ineligible to be awarded a construction project and
may result in termination of a contract awarded to a prime contractor or subcontractor that submits a false
statement.
5. The basis of award of the Contract will be on the Total Bid. The Owner reserves the right to delete any item
prior to final contract.
5. The undersigned further proposes to execute the Contract Agreement and to furnish satisfactory bond within
ten (10) days after notice of the award of contract has been received. The undersigned further proposes to begin
work as specified, to complete the work on or before date specified, and to maintain at all times performance and
payment bonds, approved by the Owner, in an amount equal to the total bid.
7. Accompanying this proposal is the Bid Security, in the amount of five percent (5 %), required to be furnished by
the Contract Documents, the same being subject to forfeiture in the event of default by the undersigned.
S. In submitting this proposal, it is understood that the right reserved by the Owner to reject any or all proposals
and to waive informalities.
9. In submitting this proposal, the Undersigned acknowledges receipt of and has considered the following Addenda
issued to the Contract Documents:
10 Addendum No. #1 Dated 4/8/16 Addendum No. Dated
Addendul o. —Da 4/13/16 Addendum No. Dated
Signed
If any Ad enda are re ff red as determined by the Engineer, it is the responsibility of the Contractor to
verify the issuance and receipt of any Addenda, and to properly acknowledge such Addenda in the
appropriate location on the Proposal Form.
11. If a corporation, what is the state of incorporation?
MINNESOTA
12. If a partnership, state full name of alI co- partners.
Official Address
1481 81ST AVENUE N.E.
MINNEAPOLIS, MN 55432
Date: 4/14/16
4
c t • Jaya • • •
Affidavit of Non - Collusion:
I hereby swear (or affirm) under the penalty for perjury:
(1) That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a
partnership), or an officer or employee of the bidding corporation having authority to sign on its
behalf (if the bidder is a corporation).
(2) That the attached bid or bids have been arrived at by the bidder independently, and have been
submitted without collusion with, and without any agreement, understanding, or planned common
course of action with, any other vendor of materials, supplies, equipment or services described in
the invitation to bid, designed to limit independent bidding or competition;
(3) That the contents of the bid or bids have not been communicated by the bidder or its surety on
any bond furnished with the bid or bids, and will not be communicated to any such person prior to
the official opening of the bid or bids; and
(4) That I have fully informed myself regarding the accuracy of the statements made in this affidavit
Bidder's E.I. Number:
(Number used on employer's quarterly federal tax return, U.S. Treasury Department Form 941):
41- 0466820
Fair Trade Items:
List below each item upon which a bid is made, the price of which is affected by a resale price
maintenance or "fair trade" contract between the bidder and the person or firm supplying the item to the
bidder. (Use reverse side if necessary.) N/A
2016 MILL AND OVERLAY IMPROVEMENT PROJECT ADDENDUM NO. 2 - AFFIDAVIT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2529 -09
INITIAL CONTRACTOR VERIFICATION OF COMPLIANCE
By signing this document I certify that I am an owner or officer of the company, and I swear
under oath that:
Date:
My company meets each of the minimum criteria in subclauses (1) — (6) of Minn. Stat. §
16C.285, subd. 3, the Responsible Contractor statute.
The undersigned understands that a failure to meet or verify compliance with the
minimum criteria established for a "responsible contractor" as defined in Minn. Stat. § 16C.285,
subd. 3, renders a bidder ineligible to be awarded a construction contract for the Project or to
perform work on the Project.
The undersigned understands that a false statement under oath verifying compliance with
any of the minimum criteria shall make the undersigned, ineligible to be awarded a construction
project and may result in termination of a contract awarded to the undersigned. A contracting
authority shall not be liable for declining to award a contract or terminating a contract based on a
reasonable determination that the contractor failed to verify compliance with the minimum criteria
or falsely stated that it meets the minimum criteria.
The undersigned understands that, if the undersigned is the apparent low bidder, the
undersigned will be required to submit a supplemental verification under oath as a condition
precedent to the execution of the contract. If the undersigned fails to provide the required
supplemental verification, it could forfeit its bid bond.
I have attached a list of all of my company's first -tier subcontractors that it intends to
retain for work on the project.
Contractor:
PARK CONSTRUCTION COMPANY
2016 MILL AND OVERLAY IMPROVEMENT PROJECT ADDENDUM NO. 2 - INITIAL VERIFICATION
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2529 -09
CITY OF SHOREWOOD 2016 MILL AND OVERLAY IMPROVEMENT PROJECT
Attach Additional Sheets if Necessary
Contractor:
PARK CONSTRUCTION COMPANY
mDO MILL AND OVERLAY IMPROVEMENT PROJECT ADDswouMwo.e - SUooONTgAoTVRLBT
AND APPURTENANT WORK
CITY 0FSH0nEvvnoo,Mw PROJECT NO. 1s-on
vvSa PROJECT NO. us29~D9
Minn es'ota Department of
HUMAN RIGHTS
CERTWICATE OF COMPLIANCE.
PARK GONSTRUGTION GOMPANY fs hereby Gerfifled as a. GohtraGtor by the Minnesota
DeParfmant of Humau Rights, This certificate Is valid from 21612014 to 21M01a,
This certification is subject to revocation or suspension prior to its expiration if the clepement
issues a finding of noncompliance or If your organization falls to make a good faith• effort to
implement 16 affirmative action plan,
Minnesota Departrnan� of Hum6n Right,-
I OR THE DEPARTMEN14 BY,
Kevin M. Lindsey, Commissioner
AN EQUAL OPPORTUNITY EMPLOYER
Freeman Building • 625 Robert Street North ■ Saint Paul, Minnesota 55155
Tel 651.539.1100 - TTY 651.296,1283 ♦ Toll Free 1.800,657.3704 - Fax 651.2*96.9042 • wwwhumanrIght3,5tate.rflfl.U5-
}? Minnesota Department of
_ H.U.NAN RIGHTS
E�--t I.A.'
E F
U
PARK CONSTRUCTION COMPANY is hereby awarded a Certificate of 5q' u' al' Pay'by the
Minnesota Department of Human Rights. This certificate is vault from December 2, 2014
.10 December 1, 2018-
This certification is subject to revocation or suspension prior to its expira-tion'if the ft `a ent
issues a finding of noncompliance.
r:
Minnesota Department of Human .Rights
FOR THE DEPARTMENT BY.'
µ
,Kevin M. Lindsey, Commissioner
s;
I
AN EQUAL OPPORTUNITY EMPLOYER
Freeman Building a 625 Robert Street North a Saint Paul, Minnesota 55155 -
Tel 651.539.1100 a MN Relay 711 or 1.800.627.3529 o `Poll Free 1.800.6573704 6 Fax 651?96.9042 e mn.gov /mclhr
CONSTRUCTION C O
MEETING OF THE BOARD OF DIRECTORS
OF
PARK CONSTRUCTION COMPANY
A MEETING OF THE BOARD OF DIRECTORS OF PARK CONSTRUCTION COMPANY WAS HELD ON FRIDAY,
JANUARY 15, 2016, WHEREBY A RESOLUTION WAS PASSED AUTHORIZING THE FOLLOWING INDIVIDUALS
TO SIGN ON BEHALF OF THE CORPORATION. INDIVIDUALLY, WITH THEIR SIGNATURE, THEY ARE
AUTHORIZED TO ENTER INTO ANY AND ALL CONTRACTUAL OBLIGATIONS ON BEHALF OF THIS
CORPORATION,
JEFFREY R. CARLSON - PRESIDENT /CEO
BRUCE R. CARLSON -VICE PRESIDENT /EEO OFFICER /PROJECT MANAGER
JOHN HEDQUIST -VICE PRESIDENT /TREASURER /SECRETARY
MICHAEL NOTTESTAD -VICE PRESIDENT, WESTERN DIVISION
MICHAEL CHRISTIANSON -VICE PRESIDENT, ESTIMATING
CHARLES BORENE - PAVING DIVISION MANAGER
VP /CFO /SEC DATE
148181" Avenue NE
Minneapolis, MN 55432
Established in 1916
An Equal Opportunity Employer
Telephone 763.786.9800
Fax 763.786.2952
Estimating Fax 763.717.6237