Loading...
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