Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Untitled
S tsn �Ed��aC (VI/Q.7°21°9 530 N.W.6th Ave.•Rochester,MN 55901 11)5071F :507 282413 or 806243 coMMUNiTv Rochester, MN 55901 WARNING SYSTEMS AC or DCRep senting 282-2113 or 507/282-4243 A,,^ Federal Signal Corp. MODULATOR ELECTRONIC .r.,a G.M. (Tommy) THOMPSON ral WArS NO. 800/328-4827, Ext. 5003 FAX NO. 507/282-4106 June 1, 1995— — nn r r=- Mr. Mike Robertson, City Adminstrator City of Oak Park Heights _ ; !i PO Box 2007 _ - , 1 JUNOak Park Heights, MN 55082-2007 Dear Mr. Robertson: Mr. Paul Glaser informed us that your City Council approved our Quotation #FWS-8786 for an additional to your siren warning system; and we faxed a preliminary order to the factory to begin processing. Enclosed please find a Siren Survey Map of Stillwater showing the four 2001 AC Sirens they have now, your two existing sirens and the proposed new 2001 AC. As you will see, the Stillwater sirens do not overlap Oak Park Heights, quite the contrary, your sirens overlap Stillwater coverage. We entered the siren order to be shipped to your City Hall. Please let us know if you'd prefer a different destination where our installers can pick it up for the instalation. Our recommendation and proposal was to install the new unit at the new high school,' but we will' need some confirmation from an official on the exact instalation site where 240 VAC single phase power is available and the City has easment or ownership. The City must furnish power to the site and final hook up from power company.after our crew does the instalation. We processed the order showing the same Activation Frequency and Tones we provided for your sirens in 1988, and assume there have been no changes. Please confirm your order by Purchase Order or letter or fax so we have hard copy for the factory records,. and let us know if there are any differences on shipping address, Radio Activation and exact instalation site. Your order is greatly appreciated and we look forward to serving the City of Oak Park Heights again. Sincerely, FEDERAL WARNING SY �G. M. T ps. 'res. ..4:0111 GMT:lp &Odi j auuo'ac £66T � .JaisaUaoa �.�1.� Nyr/�� � Nuuu ‘V\111 'M'N0£5 L11 1 S ZSZ(LOS) N Saa` >> 1.. SIVISA't9f I HVMl N15ax6tl3dn , "-f N13 w156 N,SNL» 1�© 4 `~f r�Yy z ; 0-, , S ` Mr •iswu>ij3nv�an¢ IIII s Nis mow Nts w,„. TIP ligi,, as 1111., r 1 4 Er' 0 Q-e ` Nlt`:.tl3�dM N,SHL... Ir 441�� dam.. 1 OK a' i • Vatq algli 171 'a1111111ppir -- ,A. ,�ls.„ 13 t i'l W*aI Oil ‘V\ f v \\,‘ l'\ : 111 ‘‘‘\ 11011111111111111016'N '‘, onniiiilitairaW Obi '\lifttiollirmila mil Apo- '.. 4i 11' ' 104.4' Vittiripkialak:IL --. , ,, - i _ .,, it \ awe\ wittairrigx_ 41 i, nems. ,1 ' s=i ° • ey tio wirprif : - Isr" 1•1100iritir-lril- ' l'.. "will ..,..Hip 11 At 10- FF"I p ifilirleir '44k7,„, . .„ ; ''. ; • b I I tilrledirgir h, .,. ,, A 1 -,. i / , _,.1„_ wird!! : „,A„„ Il 1 /,/ 1 A/ 'MN d I '''. NI ' Akk j- %\*-. 4"1111.1111 -S- - ry ,ryo //?/ , ► 3 N,. - •. 5072824106 MAY 31 '95 09:56AM FEDER WARNING SYS P. 1 II \\FAx ...____ F FEDERAL WARNING SYSTEMS s ii,... R 530 N.W. 6th Ave. 0 Rochester, MN 55901 M Wats 80W328-4127 Ext. 5003 FACSIMILE TRANSMITTAL 7. COVER SHEET (4 TO' DATE CITY OF OAK PARR HEIGHTS, MN 5/31/95 ATTENTION: PAGE filltr Mike Robertson, City Adm. 1 OF ^i FROM. FAX NO. PHONE NO: t G. M. Thompson 507,'282!4106 (507) 2824113 y' SUBJECT: Order for Outdoor Warning Siren MESSAGE: Mr. Robertson. . . We were pleased to learn that your City Council approved our proposal for new siren at last evening's meeting. We will send you a siren survey map - for the City of Stillwater, which indicates no overlap into Oak Park Heights. .; r Two things: 1. Can we ship the equipment to your city hall address for our installer to pick up, or is there a better address to ship it? 2. Have there been any changes in your Radio Activation Frequency or Tones since we furnished radio activators in 1988? If you use a Purchase Order, we can expedite your order if you will fax - - us the order number, or your Letter of Acceptance. Shipment should be in about 30 days. Sincerely, FEDERAL WARNING SYS MS G. M. T-,gip- .n, res. GMT:lp r , 4 _ • If you have not received all of the above mentioned pages, please advise by calling or FAXirrg the numbers above. Thank You Enclnooze 11& 4110 530 N.W. 6th Avenue 5 C.CI42 /W&/ ZK/ • ��� Rochester, MN SSS01 m u 507/282-2113 or 507/282-4243 WATS NO. 800/328-4827, Ext. 5003 FAX NO. 507/282-4106 May 16, 1995 �� Mr. Mike Robertson, City Administrator is0�� go�� ������ City of Oak Park Heights 14168 N. 57th Street N�� A �; ��� r�� r " IX Oak Park Heights, MN 55082 Dear Mr. Robertson: - - W ` This is to confirm the quotation we faxed to you this day at the request of Mr. Paul Glaser. Enclosed please find our quotation, siren survey map showing location of proposed new siren, descriptive literature and information, including list of Minnesota users of the 2001 Siren. We look forward to serving the City of Oak Park Heights. Sincerely, FEDERAL WARNING SYSTE Thomp�~" ident GMT: lp AC or DC Modulator Electronic Warning Electro/Mechanical Wami Siren Sotation No.:FWS 8786 FS 0 QUOTATION Reference quote no.on your order FEDERAL SIGNAL CORPORATION ' Federal Warning Systems •NameCity of Oak Park Heights Date May 16, 1995 Co.Name Reference Siren Warning System Address 14168 N. 57th St. City,State,Zip Oak Park Heights, MN 55082 CUSTOMER COPY Phone No. 612/439-4439 SALESPERSON COPY Fax No. 612/439-0574 OFFICE COPY Upon receipt of your order and acceptance by Federal Signal Corporation, the equipment herein will be supplied at the quoted prices below. Delivery schedule cannot be established until radio information is supplied,if applicable. ITEM FEDERAL COLOR NET COST TOTAL NO. ON' MODEUPART NO. VOLTAGE OR DESCRIPTION FINISH EACH COST 1 1 2001 SRN 24010 G 127 db rotating siren 7, 550. 00 2 1 2001 AC 24010 G Control unit 1 ,545 . 00 3 1 FCL 120 G Radio Controller 1, 450. 00 4 1 RP164/10A3 N/A N/A Antenna, Cable, Connectors 105 . 00 5 1 Misc Mn Sales Tax 6. 5% 692 . 25 6 1 Misc Shipping 165. 00 7 1 Total Equipment, Tax, Shipping 11, 507 .25 8 1 Misc & Options 60 ' Class 2 Pole, Instal-ation, Electrical, Radio 3,150 . 00 • 9 1 Total Turnkey System $14 ,657.25 Prices are firm for 30 days from the date of quotation unless shown otherwise. Upon acceptance,prices are firm for 3 0 (days/months).This quotation is expressly subject to acceptance by Buyer of all Terms stated on the reverse side hereof,and any exception to or modifications of such Terms shall not be binding on Seller unless expressly accepted in writing by an authorized agent or Officer of Seller.Any order submitted to Seller on the basis set forth above,in whole or in part, shall constitute an acceptance by Buyer of the Terms on this and the reverse side hereof.Any such order shall be subject to acceptance by Seller in its discretion. If the total price for the items set forth above exceeds$50,000 then this quotation IS ONLY VALID if countersigned below by a Regional Manager of the Signal Division,Federal Signal Corporation. 001, F.O.B. University Park, IL G.M. Th ��- •sa -. =ales Representative TERMS Net 30 after completion ADDRESS: Federal Warning System EST. DEL.WT. 650 lbs Rochester, MN 55901 • DELIVERY 30 days (ARO) BY: Federal Signal/Countersigned Purchase order MUST be made out to: TITLE: Federal Signal Corporation, Federal Warning Systems, 2645 Federal Signal Drive, University Park, IL 60466-3195 FS-28868 e✓ I - ; 0 0 ___ _ • i' a / MAMINOA N wS \�, IUMiG AVEN R -.T. a MCFAIR AVE N a`��u i MENDEL AVEN Z a 1 z ir z --- illbeNklitllp O .!OHTENGA/E Iti •• N 3AV SWO OM e'l k .. i Z; IT' 119:41,„1,11p, ..' ,g, Q'' P ... /1".4 _____/ .141 ...:::: .... . y , ..,r .3„,,c O A A 7 •• , 8LyDN f NORTMWES ERN )11111'3 • ill rya :1 Md ,,- Mail N --- 1 0 mu 9tCA 9� N 10 IS HIL "%,,, INDUSTR 1111 N i. � '/ N fit ii * 1.44131.1111.1111 NAYm:,. , 411 1 „a•�familia ; 1 YHWIO N •T�` ��m.pi-TiLiwm. wow � m kkitlikr* * ' CRS) n` iiimr .NAVE CiN �' v, m ualk WOO', .""A i 2 wit( CIR I1111P0Indritalliiiiniklialia0Vg a3>;JI maim r tmiirmamilANH� % �\• 'Pd " ..3AY Hlw� 'R ff r/f� � • ■ _., . , ,i,--h-F-F_"' - .vi � 82,8 N = g p Nl " 6 • Models 2001 Dc & 2001AC AC Electromechanical Siren ill ,„, , .4,..., ,f.,,,,, :, ,,,,....-,_ , ,, ‘,,„.. ,.; ,,,„;.,,...„,„ ,,,,,, , , i , .,,,,,,,,.,.,..,,,„4, ,, FEDERAL Hon„oC DESIGNED FOR di OUTDOOR WARNING The model 2001 DC is a unique in- Federal Signal's 2001 Siren Series novation in high power outdoor si- offers a documented signal strength ren products. It is the first of a new of 127 dBC at 100 feet. The 2001 DC a Three distinct signals generation-a rotating unidirectional, will supply a minimum of 15 minutes electromechanical siren that can of full power output from its batteries ill High sound out Wt operate on batteries. The model after an AC power loss. N p - 2001 DCcan be controlled by tele- 0 that can Cover up to phone lines, push buttons or radio 'The ring radiator within the projec- fo r square miles (all optional)and can produce three for produces a 60 degree beam of 0 signals for various applications. An sound which rotates at 2 RPM (ad-. ...i optional AC power supply unit will justabie to 6 RPM). Steady, Wail, Q ■ Full battery operation allow the siren to operate on sten- and Fast Wail tone signals are stan- ol" battery backup decd power using the batteries for dard. 0 backup power. The high decibel only output provides maximum cover- Highly efficient DC motor offers tre- age and minimum installation cost. mendous reliability over conven- N Radio activation will further mini- tional AC motors commonly used in ■ Patented statorlhorn mite installation costs. Q design allows highly warning sirens. O efficient, high out ut The 2001AC model is identical toINA the 200100 except it is Is to operation from mini-' operate on AC power only. The AC Models 2001AC and 2001 DC are mai battery sourceversion provides an economical al- high powered rotating outdoor si- illterr�ative ito the 2001 DC without rens that are ideally suited to pro sacrificing sound output or reliabil- vide warming for weather,fire,floods,. ity. The 2001AC can be upgraded chemical spill hurricanes,and other to battery operation at any time. types of emergencies. 1101 PEDEFIAL SIGNAL.CORPORATION Signal Division/community Warning Systems (708)534'3400 . Outside Illinois 1.605.548-7229 • 2001 DC SIREN CONTROL UNIT 2001 AC SIN CONTROL UNIT --o (shown without transformer/rectifier) ° ° qIII - ..; , iii e o of p„ - corrrocur 4 a a + C ougg ti i" girst:_l_mq:IO Ill — -- �r I rte,- w_ -+ l 1 P.. cAk9 W ',, 1111111111 oD IIi ii C Q T 2001 AC Siren Control Unit O 2001 Siren Specifications Operating voltage: 220/240VAC O Sound Output: 127dBC @ 100' (on axis) Current requirements: 30 amps(approx.) N (50 amp service Operating Voltage: 48VDC recommended) Operating Current: 100 amps(nom.) od Rotation: 2-6 RPM(adjustable) Operating Temperature: -30°C to+60°C Operating Temperture: -30°C to+60°C Dimensions: 23.6"Hx23.6"Wx9.8"D • Dimensions: 55"H x 37"W x 41"D Net Weight: 159 lbs. (72kg) Net Weight: 395 lbs. (180kg) Shipping Weight: 182 lbs. (83kg) Q Shipping Weight: 470 lbs. (214kg) r 2001 DC Siren Control Unit Signal Information O Operating Voltage: 120 VAC, 50-60Hz OCurrent Requirements: 4 amps Standby Current: .2 amps Frequency Sweep Rate Continuous Signal Time: 15 min. minimum @ full output Standby Time: 20+days(w/5 min.full signal Steady: 705Hz N A N reserve) �' 0 *Operating Temperature: -30°C to+60°C Wail: 470 705Hz 10 seconds Overall Dimensions: 48"H"x 24"W x 16"D ( 141 lbs w/o batteries) (64kg) Fast Wail: 600 705Hz 3.5 seconds Net Weight: 106k O Shipping Weight: 234 lbs(w/o batteries) (106kg) M2001 TR (AC Power Option for 2001 DC) Signal duration: 3 minutes standard Operating voltage: 220/240VAC Operational sound Current requirements: 30 amps(approx.) output: 127dBC at 100 feet (50 amp service Rotation: 2-6 RPM (adjustable) recommended) Operating temperature: -30°C to+60°C How To Order Dimensions: 23"H x 11"W x 10"D 133 lbs. 60k Siren: 2001 DC or AC Siren Net Weight: ( g) UC'AC Siren Control Unit or Shipping Weight: 148 lbs. (67kg) Control: UC*DC Siren Control Unit `Battery temperature must be maintained at-18°C or higher. Radio Option: Specify RF, DTMF or Two-tone sequential,CTCSS 2001T 2001 R Options: AC power frequency. III 2001 HTR Battery Warmers 2001*240 Step down transformer VOYAGER RIES NOT MODEL CMLUED. RECOMMEND DELCO 240 VAC 4MF rFEDERAL SIGNAL CORPORATION Signal Division/Community Warning Systems Printed in U.S.A. 3/91 (708)534-3400 • Outside Illinois 1-800-548-7229 ©Federal Signal Corporation . r 411 • - 530 N.W. 6th Avenue Q�a�e/i q,�i al14-14A1-3/ 6-WIle'n116-j Rochester, MN 55901 507/282-2113 or 507/282-4243 WATS NO. 800/328-4827, Ext. 5003 FAX NO. 507/282-4106 THE 2001 OUTDOOR WARNING SIREN This unique 127db Rotating Siren was developed specifically first as a battery operated 48 VDC unit for users who (1) Required a powerful Warning Siren at locations that did not have 240/480 VAC Primary Power available.... or (2) Users locations with history of power failures that required battery power either primary or as back up to primary power. The 2001 Siren is now available in two Models. The 2001DC is powered by four 12 Volt batteries to supply 48 Volts power. Batteries are monitered and charged at all times by regulated chargers from either 120 VAC or 240 VAC primary power source. The 2001DC Siren's first purchaser in the World was Fridley, MN and rapidly became the most popular ever offered since Federal's Original Thunderbolt, now replaced by the 2001. The Model 2001AC came out in 1991 for Users that did not require battery as either primary power or back up and operate on 240 VAC Single Phase power. They are identical except the 2001AC does not have the battery cabinet or batteries at cost savings. Some users purchasing 2001AC Sirens have determined later that battery operation was important and converted to DC operation. The following two lists of 2001 Users begin with Fridley, MN installed in June of 1988. The first list is 2001DC Users, the second list is 2001AC Users. Repeat purchasers are indicated with an *. Names and phone numbers of User's Emergency Managers are not shown because they change sometimes, but we will be happy to furnish current Emergency Manager (or official in charge) of Sirens in their City names and phone numbers at your request. PLEASE SEE OTHER SIDE Federal Outdoor AC or DC Modulator Warning Siren Electro Mechanical Electronic Systems — • • - - - -2001 DC CITY COUNTY DATE PURCHASED QUANTITY 1988 FRIDLEY, MN ANOKA JUNE 8 LINO LAKES ANOKA AUGUST 2 UNION GROVE, WI RACINE SEPT. 1 RACINE, WI RACINE SEPT. 1 NORTH BRANCH CHISAGO SEPT. 1 FARMINGTON DAKOTA OCT. 1 ST. CLOUD STEARNS NOV. 1 1989 ALMA, WI BUFFALO JAN. 1 VERMILLION DAKOTA MARCH 1 WATERVILLE LESUEUR MARCH (TOTAL 4) LINO LAKES * ANOKA MARCH 2 2 (TOTAL 2) FARMINGTON* DAKOTA MARCH 1 1 LUVERNE ROCK APRIL NEW BRIGHTON RAMSEY APRIL 5 WAYZATA HENNEPIN APRIL 2 ELK RIVER SHERBURNE MAY 1 PLYMOUTH HENNEPIN MAY 1 COON RAPIDS ANOKA MAY 2 EDINA HENNEPIN JULY 1 CAMBRIDGE ISANTI AUGUST 2 ST. LOUIS PARK HENNEPIN NOV. 1 1990 ST. CLOUD* STEARNS JAN 2 (TOTAL 3) PRIOR LAKE SCOTT JAN. 3 WILLMAR KANDIYOHI FEB. 2 LINO LAKES* ANOKA MARCH 2 (TOTAL 6) STILLWATER WASHINGTON APRIL 1 ELK RIVER* SHERBURNE APRIL 2 (TOTAL 3) RANDOLPH DAKOTA JULY 1 ADA NORMAN AUGUST 1 . 0 • 2001 DC CONTINUED CITY COUNTY DATE PURCHASED QUANTITY ROCHESTER OLM/WAB SEPT. 1 1991 LINO LAKES* ANOKA FEB. 1 (TOTAL 7) DAWSON LAC QUI PERLE JULY 1 MINNETONKA BEACH HENNEPIN OCT. 1 1992 NEW ULM BROWN APRIL 2 LITCHFIELD MEEKER MAY 1 ST. CLOUD* STEARNS MAY 1 (TOTAL 4) WARROAD ROSEAU MAY 1 ANOKA ANOKA SEPT. 1 1993 ST. CLOUD* STEARNS JAN. 1 (TOTAL 5) MN POWER DULUTH ST. LOUIS FEB. 1 ROCHESTER OLMSTED FEB. 23 (TOTAL 24) HIBBING ST.LOUIS APRIL 3 OLIVIA RENVILLE APRIL 1 ROCHESTER* OLMSTED APRIL 1 (TOTAL 25) LONG PRARIE TODD MAY 2 WILLMAR* KANDIYOHI MAY 1 (TOTAL 3) BABBITT ST. LOUIS JUNE 1 NEW LONDON KANDIYOHI JUNE 1 COON RAPIDS ANOKA AUGUST 1 1994 WILLMAR* KANDIYOHI JAN. 1 (TOTAL 4) ST. CLOUD* STEARNS JAN. 1 (TOTAL 6) OLIVIA* RENVILLE JAN. 2 (TOTAL 3) HUTCHINSON MCLEOD FEB. 4 PIERZ MORRISON APRIL 1 *RE-ORDERS • • . . 2001 AC CITY COUNTY DATE PURCHASED QUANTITY 1991 NORTHERS STATES POWER CO. POWER PLANTS JAN. 24 CENTERVILLE ANOKA FEB. 1 STILLWATER* WASHINGTON MARCH 2 (TOTAL 3) BROOKLYN PARK HENNEPIN APRIL 1 MAPLEWOOD RAMSEY JULY 9 ST. MICHAEL WRIGHT JULY 1 DELANO WRIGHT OCT. 1 SHELL LAKE, WI WASHBURN OCT. 1 BLAINE ANOKA/RAMSEY NOV. 1 LAKELAND WASHINGTON NOV. 1 1992 AUSTIN MOWER FEB. 1 SHOREVIEW RAMSEY MARCH 1 AUSTIN* MOWER APRIL 1 (TOTAL 2) MONTGOMERY LESUEUR MAY 1 CHISHOLM ST. LOUIS JULY 1 ELK RIVER* SHERBURNE JULY 1 (TOTAL 4) WOODBURY WASHINGTON JULY 1 ALBERT LEA FREEBORN AUGUST 2 NORTHERN STATES POWER CO.* GOODHUE AUGUST 1 (TOTAL 25) COTTAGE GROVE WASHINGTON OCT. 2 EDINA* HENNEPIN OCT. 1 (TOTAL 2) BLOOMINGTON HENNEPIN DEC. 3 1993 WYOMING CHISAGO JAN. 1 BROOKLYN PARK* HENNEPIN FEB. 1 (TOTAL 2) ELK RIVER* SHERBURNE MARCH 1 (TOTAL 5) TYLER LINCOLN APRIL 1 S S 2001 AC CONTINUED 1993 CITY COUNTY DATE PURCHASED OUANTITY HAWLEY CLAY JUNE 1 COTTONWOOD LYON JUNE 1 LAKEVILLE DAKOTA JUNE 3 PLYMOUTH* HENNEPIN AUGUST 1 (TOTAL 3) PULASKI TOWNSHIP MORRISON NOV. 1 MAPLE GROVE HENNEPIN NOV. 1 ALBERTVILLE WRIGHT DEC. 1 1994 LUVERNE* ROCK JAN. 2 (TOTAL 3) LINDSTROM CHISAGO FEB. 1 STILLWATER* WASHINGTON MAY 1 (TOTAL 4) BROOKLYN PARK* HENNEPIN JUNE 1 (TOTAL 3) BLAINE* RAMSEY JUNE 1 (TOTAL 2) CORNELL, WI CHIPPEWA JUNE 1 SUAMICO, WI BROWN JUNE 1 BARRON, WI BARRON JULY 1 REDWOOD FALLS REDWOOD NOV. 1 EDINA* HENNEPIN DEC. 1 (TOTAL 3) SPRING VALLEY FILLMORE NOV. 1 MAPLE GROVE* HENNEPIN NOV. 1 (TOTAL 3) 1995 HOWARD LAKE WRIGHT MARCH 1 CHATFIELD FILLMORE MARCH 1 t cc�r • 'QUOTATION NO.CWS 6 6 r O • QUOTATION/PROPOSAL THIS NUMBER MUST BE REFERENCED FOR FURNISHING WHEN PLACING AN ORDER FEDERAL SIGNAL CORPORATION �/Z • COMMUNITY WARNING SYSTEMS /' ' City of Oak Park HPi ghts PHONE# 612/419-4419 14168 N_ 57th St _ FAX# 612/4'19-0574 Oak Park Heights, MN 55082 DATE: NniPmhPr 4 , 199'1 REFERENCE IP Si ren Survey Federal Signal Corporation is prepared to manufacture for you, "upon placement of your order and acceptance by Federal Signal Corporation,the equipment herein named will be supplied for the following prices". ITEM QTY FEDERAL VOLTAGE C OR R DESCRIPTION NET EACH EXTENSION NO. MODEUPART NO. FINISH 1 1 2001AC 240 10 G 127db Rotating Outdoor Warning Siren , $ 8 ,795. 00 2 1 UC-AC 120 G Universal Controller 1 , 320 . 00 3 1 RH 120 NA Radio Receiver 280 . 00 4 1 10A6 NA NA Antenna 18 . 00 5 1 Total Equipment $10 , 413. 00 6 1 MISC. MN Sales Tax 6 . 5% 676. 85 7 1 MISC. Shipping 165. 00 8 1 MISC. Furnish 60 ' Class 2 Pole,, • — Install, Electrical & Radio Work 3 ,100. 0D 9 1 TOTAL TURNKEY SYSTEM $14 , 354 . 85 MAIL TO: PURCHASE ORDER MUST BE MADE OUT TO: FEDERAL SIGNAL CORPORATION Federal Warning Systeme COMMUNITY WARNING SYSTEMS :+ NY!. 0th Ave. Rochester, MN 55901 2645 FEDERAL SIGNAL DRIVE (507)20241116 UNIVERSITY PARK,IL 60466-3195 IF ORDER INCLUDES RADIO CONTROL, DELIVERY SCHEDULE CANNOT BE ESTABLISHED UNTIL RADIO FREQUENCY INFORMATION IS PROVIDED. Prices are firm for 30 days from the date of quotation unless shown otherwise. Upon acceptance, prices are firm for 3 0 (days/months). This quotation is expressly subject to acceptance by Buyer of all Terms stated on the reverse side hereof, and any exception to or modifications of such Terms shall not be binding on Seller unless expressly accepted in writing by an authorized agent or Officer of Seller.Any order submitted to Seller on the basis set forth above, in whole or in part,shall constitute an acceptance by Buyer of the Terms on this and the reverse side hereof. Any such order shall be subject to acceptance by Seller in its discretion. If the total price for the items set forth above exceeds $50.000,then this quotation "IS ONLY VALID" if countersigned below by a Regional Manager of the Signal Division, Federal Signal Corporation. F.O.B. Factory BY: .M. '• 't p 'n TERMS Net 30 after delivery C p S, REPRESENTATIVE • EST. DEL.WT. 650 lbs. ADDRESS: FEDI . WARNING SYSTEMS DELIVERY 45 DAYS AFTER RECEIPT OF ORDER Rochester, MN 55901 COUNTERSIGNED:SIGNAL DIVISION FEDERAL SIGNAL CORPORATION 7�y J/ BY: FS-2886-A CUSTOMER-COPY TITLE: ova f s • TERMS (1) AGREEMENT AND LIMITATIONS. The agreement between Seller and Buyer(the"sales contract")with respect to the sale of goods(the"goods")describ- ed on the other side hereof shall consist of the terms appearing hereon and on the other side hereof together with any additions or revisions of such terms mutually agreed to in writing by Seller and Buyer.Seller objects to and shall not be bound by any additional or different terms,whether printed or otherwise, in Buyer's purchase order or in any other communication from Buyer to Seller unless specifically agreed to by Seller in writing. Except as expressly stated in the sales contract, no reference t� Buyer's purchase order or other communication from Buyer shall be deemed to incorporate by reference any terms appearing therein. The sales contract shall be for th benefit of Seller and Buyer and not for the benefit of any other person. Prior courses of dealing,trade usage and verbal agreements not reduced to a writing signed by Seller,to the extent they modify, add to,detract from,supplant or explain the sales contract,shall not be binding on Seller. (2) TERMINATION OR MODIFICATION. The sales contract may be modified or terminated only upon Seller's written consent except that stenographic and clerical errors are subject to correction by Seller or upon Seller's written consent. If Seller shall declare or consent to a termination of the sales contract, in whole or in part, Buyer, in the absence of contrary written agreement signed by Seller, shall pay termination charges based upon expenses and costs incurred in the production of the goods or in the performance of the services to the date such termination is accepted by Seller including, but not limited to, expenses of disposing of materials on hand or on order from suppliers and the losses resulting from such disposition, plus a reasonable profit. Notwithstanding the foregoing any goods substantially completed or services performed on or prior to such termination shall be accepted and paid for in full by Buyer. (3) PRICE AND PAYMENT. Prices are subject to increase by Seller based on Seller's prices in effect at the time of shipment in all instances where specified shipment date is later than 90 days from date of order. Unless otherwise specified in the sales contract or Seller's applicable price list, prices are F.O.B. Seller's point of shipment, and the terms of payment are NET 30 days from the date of invoice. If the sales contract is for more than one unit of goods, the goods may be shipped in a single lot or in several lots at the discretion of Seller. In such event each such shipment shall be paid for separately and Buyer shall be responsible for all transportation charges. Seller may require full or partial payment or payment guarantee in advance of shipment whenever, in its opinion,the financial condition of Buyer so warrants. Minimum billing per order is$75.00. (4) RISK OF LOSS. The risk of loss of the goods or any part thereof shall pass to the Buyer upon delivery thereof by Seller to the carrier. Buyer shall have sole responsibility for processing and collection of any claim of loss against the carrier. (5) TAXES. Prices do not include taxes. Buyer shall pay Seller, in addition to the price of the goods, any applicable excise, sales, use or other tax (however designated) imposed upon the sale, production, delivery or use of the goods ordered to the extent required or not forbidden by law to be collected by Seller from Buyer, whether or not so collected at the time of the sale, unless valid exemption certificates acceptable to the taxing authorities are furnished to Seller before the date of invoice. (6) DELIVERY. Promises of delivery from stock are subject to prior sale. Delivery dates are not guaranteed but are estimated on the basis of immediate receipt by Seller of all information to be furnished by Buyer and the absence of delays,direct or indirect, resulting from or contributed to by circumstances beyond Seller's reasonable control.Seller shall in good faith endeavor to meet estimated delivery dates but shall not be liable to Buyer for any damages as a result of any delay caused or contributed to by circumstances beyond Seller's reasonable control. (7) DEDUCTIONS AND RETURNS. Deductions will not be honored unless covered by a credit memorandum. Goods shipped to the Buyer may be returned to Seller for credit only upon the Seller's prior written consent(such consent to be in the sole discretion of Seller)and upon terms specified by Seller, including prevailing restocking and handling charges. Buyer assumes all risk of loss for such returned goods until actual receipt thereof by Seller. Agents of Seller are not authorized to accept returned goods or to grant allowances or adjustments with respect to Buyer's account. (8) INSPECTION. Buyer shall inspect the goods immediately upon the receipt thereof. All claims for any alleged defect in Seller's performance under this sales contract, capable of discovery upon reasonable inspection, must be fully set forth in writing and received by Seller within thirty days of Buyer's receipt of the goods. Failure to make any such claim within said thirty-day period shall constitute a waiver of such claim and an irrevocable acceptance of the goods by Buyer. (9) LIMITED WARRANTY. The Signal Division, Federal Signal Corporation (Federal) warrants each new product to be free from defects in material and workmanship, under normal use and service, for a period of two years on parts replacement and one year on labor from the date of delivery to the first user-purchaser. During this warranty period,the obligation of Federal is limited to repairing or replacing,as Federal may elect, any part or parts of such product which after examination by Federal discloses to be defective in material and/or workmanship. Federal will provide warranty for any unit which is delivered, transported prepaid, to the Federal factory or designated authorized warranty service center for examination and such examination reveals a defect in material and/or workmanship. This warranty does not cover travel expenses, the cost of specialized equipment for gaining access to the product, or labor charges for removal and re-installation of the product. The Federal Signal Corporation warranty shall not apply to components or accessories that have a separate warranty by the original manufacturer,such as, but not limited to, batteries. This warranty does not extend to any unit which has been subjected to abuse, misuse, improper installation or which has been inadequately maintained,nor to units which have problems relating to service or modification at any facility other than the Federal factory or authorized warranty service centers. THERE ARE NO OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT SHALL FEDERAL BE LIABLE FOR ANY LOSS OF PROFITS OR ANY INDIRECT OR CONSEQUENTIAL DAMAGES ARISING OUT OF ANY SUCH DEFECT IN MATERIAL OR WORKMANSHIP. (10) REMEDIES AND LIMITATIONS OF LIABILITY. In the event Seller is claimed to have breached any of its obligations under the sales contract,whether of warranty or otherwise, Seller may repair any defective goods, request the return of the goods and tender, at Seller's option, a replacement shipment of goods or the purchase price theretofore pal!id to,5pller. $ellei shall tender a refund of the purchase price at its option only upon actual receipt of the goods by Seller. If Seller so requests the re*fif the goods",-the goods will be redelivered to Seller,transportation prepaid, in accordance with Seller's instructions. The remedies contained in this and the preceding paragraph constitute the sole recourse against Seller for breach of any of Seller's obligations under the sales contract,whether of warranty or otherwise. In no event shall Selk elliiable for consequential damages nor shall Seller's liability on any claim for any direct, incidental, consequential or special damages arising out of or connected with eii��r�svF�1� t @ manufacture, sale,delivery or use of the goods exceed the purchase price of the goods. Seller shall not be liable for failure to perform its obligation Ail t #tract resulting directly or indirectly from or contributed to by acts of God; acts of Buyer; civil or military authority; priorities;fires; war; riot; delays in transportation; lack of or inability to obtain raw materials, components, labor, fuel or supplies; or other curcumstances beyond Seller's reasonable control,whether similar or dissimilar to the foregoing. (11) PATENTS. Seller shall hold Buyer harmless,to the extent herein provided,against any rightful claim of any third person by way of infringement of any United States Letters Patent by such goods as are of Seller's own manufacture, but if Buyer furnished specifications to Seller, Buyer shall hold Seller harmless against any such infringement claims which arise out of compliance with such specifications. Seller's agreement in this paragraph to hold Buyer harmless shall not apply to any infringement consisting of the use of goods manufactured by Seller as a part of any combination with goods manufactured by Buyer or others. In the event that any goods manufactured by Seller are in any suit held to constitute infringement and their use is enjoined, Seller, if unable within a reasonable time to secure for Buyer the right to continue using such goods, either by suspension of the injunction, by securing for Buyer a license, or otherwise, shall, at its own expense, either replace such goods with non-infringing goods or modify such goods so that they become non-infringing, or accept the return of the enjoined goods and refund the purchase price theretofore paid by Buyer less allowance for any period of actual use thereof. Except as in this paragraph provided,Seller makes no warranty that the goods will be delivered free of the rightful claim of any third person by way of infringement or the like and Buyer's remedies will be limited to those provided in this paragraph. (12) ASSIGNMENT AND DELEGATION. No right or interest in this sales contract shall be assigned by Buyer without Seller's prior written consent, and no delegation of any obligation owed, or of the performance of any obligation, by Buyer shall be made without Seller's prior written consent. Any attempted assignment or delegation shall be void and totally ineffective for all purposes unless made in conformity with this paragraph. Notwithstanding the foregoing, if Buyer is an authorized distributor of the goods for Seller,then Seller's obligations under paragraph 9, 10 and 11 hereof, subject to all limitations of this sales contract, shall be extended to the original purchaser of the goods from Buyer. (13) SEVERABILITY. If any term, clause or provision contained in the sales contract is declared or held invalid by a court of competent jurisdiction, such declaration or holding shall not affect the validity of any other term, clause or provision herein contained. (14) INSTALLATION. Installation shall be by Buyer unless otherwise specifically stated on the sales contract. • (15) GOVERNING LAW AND LIMITATIONS. The formation and performance of the sales contract shall be governed by the laws of the State of Illinois. Whenever a term defined by the Uniform Commercial Code as adopted in Illinois is used in these standard terms, the definition contained in said Uniform Commercial Code is to control. Any action for breach of the sales contract or any covenant or warranty contained herein must be commenced within one year after the cause of action has accrued. G A € 1 1 ,1 0. ,' Al'fl ,r- - '' '.'7 _" ; 1 G0, ;/ am r— - §.. ji \. I I o a / /ILi!! *I I+ p� i W 1 . ,10'1' / I V, j lei . r , } �i �I�._ 77 -7 \�� P ai i ij If 11•C I __ it .-] ;,a.. 1 ,.I .,...; • 111. € Q€ — -- \., 1 III] r _ - _ ,nai; ,I6"c'.-- �� a 11 [1 L i 1 . -- . 1 . •..„.....::::•_>---:_____:____,__ _...- e1I HillFl1flf � ��I_QflI 'ii _ Imp. ° kokIi3 =`; �[ 1Ill P r [IIF ' Mill- 91 [ter i. l :Il I itllt- tit i i [T11�f ,\ \J _� 1 i i4 I,', C-1-I'•` aYa60.0 \\\\ \ .J • ,\ t H 1 I € i 1 _� -1 1- a ,� y ! c ---4 ; a 11-1-1, r lilt_ ..:_):1-1.1,:j El ;'11 € ;i k14 _i_ * : ili Il\ €! I �/ �•� _, - -I:i fryry I • 1l 1:1 Li5 i I iiii ; Ir 3 - r a € , 1 1 = � J L j i i. , 11,:_is , 1-114 H, i , It IR , : , 411 .`...-_---- - ... • i'EN-01111 , ,i, ,,.,,,(.. -,-,,,,,,i ' , . c-- ; - . i F.;;:,4 jr,,, ,Ei_, -,!.-_,.flp()01 : 1 _ill ,.ju. . . .. , _ , rrt reit % _ 1 1 I i; r I 4 d .i 1 L•- I ' -, i -I [ r € 2 p1• I II i f 1 ►� : ° al • - --�,( 11'x,1'-f r l _ :.J� -.. 'i,. '� i . CD\\ ' I , v > ;,Ll J,t I I' ;I .. I r .:x i ' cl) , f l) ( I H _ TLI € j - ii L ` — _ ° . [ ' =� • :If f I ir - r '' > _�, € f . P • I 1 aim z III' 1'I I 'l€-�, :i'1- I-._ r l9p•_ ,.�� I \ ,` _ . Nilik iti. I a: " 1 I o ii!! SIENe = IL€U1 EsOtiMor. 77 T1T1 -.:1-- - '1 I it Z • K1 I I (/ Lj / ea® ae® � ; . I . r 45, 4 .0 -4 '. r 1§1 I • Elft fl0 1 D OE IF , . ,.,�, 1311 I �■ f� dam o _ , i i , I s � o liii , . ., s a� o rAiiiiii N. —` Ii iii • w I e 00� II Millkilli -....-`_ -Arliile;'.440' • , , y... " ' : t:1 ''t• ,' 1,:' .,i7 i',.. ,, ' . -.• ,. h —11 „ . z4Iiik1 I / I I ( Y ✓ ✓ I - I .` '- �, jI I • ........4Z, \ ,1 I '', r I fr • I l J _, t I. l l • • CITY OF OAK PARK HEIGHTS MEMO 14168 North 57th Street P.O. Box 2007 Oak Park Heights, MN 55082 IftDATE: 'S4',�f4 SUBJECT: ,�;Q 4.44,1_c_. txc C-u 1lL, j RESOLUTION ,e_31„ Le-7(2(1_ 0" .a7 -1 . Q -e--0-(---1-(-} 2.frt Ax. a -r - /1L d-o-,1,c- e7-7t. t. w * ,i x ) ( 4 t--ec.e-d-Q . (ytt- — •.4 . e..40-cd" ;.,t ,,z ,t,b2,4„:.:_ a ,_;.; x- eitte,t) 2:4,1(i2,1;e_et-ge J /? 7.,-;//i.e. . 0.40,;iiLi o G s . ✓ JI:VAILeG7 ) • • 530 N.W. 6th Avenue llictivtimicy TSAA2.1-11Zii Rochester, MN 55901 507/282-2113 or 507/282-4243 first WATS NO. 800/328-4827, Ext. 5003 FAX NO. 507/282-4106 THE 2001 DC OUTDOOR WARNING SI REN THIS UNIQUE 127 DB ROTATING SIREN WAS DEVELOPED SPECIFICALLY FOR USERS WHO ( 1) REQUIRE BATTERY BACK UP. . . OR (2) REQUIRE A POWERFUL SIREN AT A LOCATION WHERE 240/480 VAC POWER IS NOT AVAILABLE. THE UNIT IS AVAILABLE EITHER AS A STATIONARY OR AS A MOBILE UNIT WITH BOOM EXTENSION. ' THE STANDARD MODEL OPERATES ON 48 VDC BATTERIES, BEING CHARGED FROM 120/240 VAC SOURCE, BUT AN OPTION IS FOR AC OPERATION WITH DC BATTERY BACK-UP. THE WORLD' S FIRST PURCHASERS OF THE 2001 DC SIRENS WERE MINNESOTA, AND FOLLOWING ARE A LIST TO DATE OF MINNESOTA AND WISCONSIN PURCHASERS. . . . CITY COUNTY - DATE PURCHASED QUANTITY FRIDLEY, MN ANOKA JUNE 1988 8 LINO LAKES ANOKA AUGUST 2 UNION GROVE, WI RACINE ' : SEPT. 1 RACINE, WI RACINE SEPT. . 1 , NORTH ' BRANCH, MN CHISAGO SEPT. 1 FARMINGTON DAKOTA OCT. 1 ST. CLOUD STEARNS NOV. 1 , .. ALMA, WI' ' BUFFALO ' ' JAN. 1989 1 VERMILLION, MN DAKOTA MARCH , WATERVILLE ' . LESEUR MARCH 1 .. .- *LINO LAKES ANOKA MARCH - 2 (TOTAL: 4) • *FARMINGTON DAKOTA MARCH 1 (TOTAL 2), LUVERNE ' ROCK APRIL _ . 1 NEW BRIGHTON RAMSEY APRIL 5 . _. ' - WAYZATA HENNEPIN APRIL 2 ELK RIVER SHERBURNE MAY 1 PLYMOUTH HENNEPIN MAY ' 1 COON RAPIDS ANOKA MAY 2 EDINA HENNEPIN JULY 1 CAMBRIDGE ISANTI AUGUST 2 ST. LOUIS PARK HENNEPIN NOV. 1 PLEASE SEE OTHER SIDE AC or DC Modulator Federal Outdoor Electro/Mechanical Electronic Warning Siren Systems 110 *---- ' ' -' ., I • —PAGE 2— ZOO 1 DC CITY =mu DATE PURCHASED DUPd41T I TY Cicit.; ,t.J0 *ST. CLOUD STEARNS . " - .JAN. -I 996 2 (TOTAL 3) PRIOR LAKE .., -• , SCOTT,-. , •- JAN.. . ... 3 — - -. ., • . , . . • .• ' ' • - : ' • - W I LLMAR- . - KAND I YOH I, -. FEB. 2 . , *L I NO LAKES - • .. ANOKA , •,, MARCH . .. . . 2 (fotAL 6) ST I LLWATER .. . WASHINGTON .:! APRIL , , 1 *ELK -RIVER • . ,.. •. SHERBOURNE ;:APR IL, .. . 2 (TOTi4.. 3) .. RANDOL Pg . - -. DAKOTA ,JULY .., . . -, 1, ADA - • . . .,... . .. NORMAN., . AUGUST . , - . 1 .. . . .„ . ROCHESTER OLMSTED/WABASHA SEPT. *LINO LAKES .- . . Tvi,:..t, plislOKA r, .-,,...,:-J-1 ,”;--,LF,EB,..F. ,. 1991 .. - i. . -7.2 1 (TOTAL 7) - : - . ... DAWSON LAC QUI PERLE. JULY 1 M I NNETONKA BEACH HENNEP I N ‘....! OCT.-. . 1 . . . ,. . NEW ULM BROWN APRIL ma L I TCHF I ELD MEEKER MAY -,: . 1 . : .. ...' ', .... ... . .,.. *ST. CLOUD STEARNS MAY . .. . 1 (TOTAL,.,4) - ,... WARROAD ROSEAU MAY .. 1 '. ANOKA ANOKA SEPT-.t. 1 *ST. CLOUD STEARNS ,n , .. JAN.. , 1293 ,. •. , 1 (TOTAL., t5) ,, , MN POWER, DULUTH ST. LOUIS FEB.c,,-;.,, f . .. .:i 1 ROCHESTER OLMSTED FEB., :,. 23 (TOTAL 24): HIBBING .. . :.,: , , ST. LOUIS APRI,i.,...., , .„. , . - 3 OLIVIA f. RENV I LLE A PR,I,I, .. I *ROCHESTER • OLMSTED APR/41..,... . 1 (TOTAL.,--2 ) , . LONG PRAIRIE TODD MAY .., 2 - . 'T' . .... ', -..! *W I LLMAR - KAND I YOH I MAY 1 (TOTAL BABBITT ST. LOUIS JUNE 1 NEW LONDON KAND I YOH I JUNE , c .. . 1 , . .II I a` / . • '—.I *RE—ORDERS • S —PAGE 3— 2001 AC AND NQld, THE 2001 AC, BIG BROTHER TO 2001 DC. IDENTICAL IN ALL RESPECTS EXCEPT IT OPERATES STRICTLY ON 240 VAC SINGLE PHASE POWER. NO BATTERIES, CAN BE CONVERTED TO DC OPERATION AT LATER DATE, IF DESIRABLE FOR BATTERY OPERATION. CITY MILINLY DATE PURCHASED QUANTITY NORTHERN STATES SEVERAL FOR NUCLEAR POWER CO. POWER PLANTS JAN. 1991, 24 CENTERVILLE ANOKA FEB. 1 STILLWATER WASHINGTON MARCH 2 (TOTAL 3) BROOKLYN PARK HENNEPIN APRIL 1 MAPLEWOOD RAMSEY JULY 9 ST. MICHAEL WRIGHT JULY 1 DELANO WRIGHT OCT. 1 SHELL LAKE, WI WASHBURN OCT. 1 BLAINE ANOKA/RAMSEY NOV. 1 LAKELAND WASHINGTON NOV. 1 AUSTIN MOWER FEB. 1e 1 SHOREVIEW RAMSEY MARCH 1 *AUSTIN MOWER APRIL 1 (TOTAL 2) MONTGOMERY LESUEUR MAY 1 CHISHOLM ST. LOUIS JULY 1 *ELK RIVER SHERBURNE JULY 1 (TOTAL 4) WOODBURY WASHINGTON JULY 1 ALBERT LEA FREEBORN AUGUST 2 NORTHERN STATES POWER GOODHUE AUGUST 1 (TOTAL 25) COTTAGE GROVE WASHINGTON OCT. 2 EDINA HENNEPIN OCT. 1 (TOTAL 2) BLOOMINGTON HENNEPIN DEC. 3 WYOMING CHISAGO JAN. 1333 1 *BROOKLYN PARK HENNEPIN FEB. 1 (TOTAL 2) *ELK RIVER SHERBURNE MARCH 1 (TOTAL 5) TYLER LINCOLN APRIL 1 HAWLEY CLAY JUNE 1 COTTONWOOD LYON JUNE 1 LAKEVILLE DAKOTA JUNE 3 COON RAPIDS ANOKA AUGUST 1 *PLYMOUTH HENNEPIN AUGUST 1 (TOTAL 3) 530 N.W. 6th Avenue 3--ezvaGzi, Rochester, MN 55901 507/282-2113 or 507/282-4243 WATS NO. 800/328-4827, Ext. 5003 FAX NO. 507/282-4106 November 4, 1993 Paul W. Glaser, E. M. C. D. 14638 Upper 56th St. N. Oak Park Heights, MN 55082 Dear Paul : Thanks for your time and assistance when Ned Gordon and I visited with you yesterday. I' ll enclose a survey map showing coverage from your existing sirens and coverage you would have from the recommended 127db siren located where we show it on the map at a transformer site where I' m sure the city has easement. This is as close as we could get to the school because in order to install a siren near the school and transformers we would have to either go underground under a roadway or overhead wiring which I' m sure would riot be acceptable. If I had a map that included more of the western area it would give a clear picture, but you can see by the size of the circle how much coverage you would have to the west. A smaller siren 115 decibel would cover the immediate area for now, but would not be practical for the future development that is plain to see is going on. The siren I' m recommending is the 2001 AC, the same siren as we have installed three of in Stillwater. It covers 5, 200 feet radius, 127db rotating and is the most maintenance free siren available. I' ll enclose a quotation proposal listing each item necessary for the siren operation and radio activation, and also the installation which requires a 60 foot class 2 pole. We hope you' ll find this helpful and look forward to serving the City of Oak Park Heights again. Sincerely, FEDERAL WARNING SYSTEMS G. meson, Resident GMT:rtj Modulator AC or DC Electronic Federal y�►►�tdoor Ned Gordon Electro/Mechanical - _ WarninWS6ren Systems z 4110 2001 DC SIREN CONTROL UNIT 2001AC SEN CONTROL UNIT o (shown without transformer/rectifier) n..V 7-elf n!m al? •-t---4.'-4--i'--+ i i '! 'I. 1 - * 3 earrwnLLAI ilia Mo i-. ®®iii d : ' - 1 viCIll: -I \-I \--^ 111 111 r 0..1 -- 111 WAIF- 181r.[O �:r•��io o,,,,iI. { 1 111 an 40 Q r 2001 AC Siren Control Unit O 2001 Siren Specifications Operating voltage: 220/240VAC 0 Sound Output: 127dBC @ 100' (on axis) Current requirements: 30 amps (approx.) N Operating Voltage: 48VDC (50 amp service Operating Current: 100 amps(nom.) recommended) odRotation: 2-6 RPM(adjustable) Operating Temperature: -30°C to+60°C Operating Temperture: -30°C to+60°C Dimensions: 23.6"Hx23.6"Wx9.8"D • Dimensions: 55"H x 37"W x 41"D Net Weight: 159 lbs. (72kg) Net Weight: 395 lbs. (180kg) Shipping Weight: 182 lbs. (83kg) 0 Shipping Weight: 470 lbs. (214kg) r 2001 DC Siren Control Unit O Operating Voltage: 120 VAC, 50-60Hz Signal Information OCurrent Requirements: 4 amps Standby Current: .2 amps N Continuous Signal Time: 15 min. minimum @ full output Frequency Sweep Rate N Standby Time: 20+days (w/5 min.full signal reserve) Steady: 705Hz N A mom * Operating Temperature: -30°C to+60°C C Overall Dimensions: 48"H"x 24"W x 16"D Wail: 470-705Hz 10 seconds V Net Weight: 141 lbs(w/o batteries) (64kg) 0 Shipping Weight: 234 lbs(w/o batteries) (106kg) Fast Wail: 600-705Hz 3.5 seconds M 2001TR (AC Power Option for 2001 DC) Operating voltage: 220/240VAC Signal duration: 3 minutes standard Current requirements: 30 amps(approx.) Operational sound (50 amp service output: 127dBC at 100 feet recommended) Rotation: 2-6 RPM (adjustable) Operating temperature: -30°C to+60°C Dimensions: 23"H x 11"W x 10"D How To Order Net Weight: 133 lbs. (60kg) Siren: 2001 DC or AC Siren Shipping Weight: 148 lbs. (67kg) Control: UC*AC Siren Control Unit or `Battery temperature must be maintained at-18°C or higher. UC*DC Siren Control Unit Radio Option: Specify RF, DTMF or 2001 DC Options: Two-tone sequential, CTCSS 2001TR AC power frequency. • 2001 HTR Battery Warmers 2001*240 Step down transformer BATTERIES NOT INCLUDED. RECOMMEND DELCO • 240 VAC VOYAGER MODEL M24MF I!,FEDERAL SIGNAL CORPORATION Signal Division/Community Warning Systems (708)534-3400 • Outside Illinois 1-800-548-7229 ©Federal Signal Corporation Printed in U.S.A. 3/91 ',,,r, » .a ».,3 x r ^. "t„ Y .h .... <t , MAY , rr I Tr ;F+ '._ 11 . 4tFt ,a�xtiua �{ `` tr , ' ? ,uitrktt u: +*"fi xvsua �� »1 ^ti,:',""','1',--7,-''''',f-t�.> Naatn , �n *1, , 16t" lr + r � . ,yr rttxF�` * ^Fwi1.14,` ssNtn v.1111*I ^ n � k s "« t t. r � �+ : �QiEk Fkl k#nt ?ikuka ,. 4,4,t4 14- lk : �« as�1vtktlf.01�,�rt„&° 1r°.-� & ry' `�1r*1�+ zx g : .. wts. „,,t„ « adun rk� rtmi. l srk « « ts + sTut y un ki11 11$11 " lr 11314111414111111 x, v „4;te1r aS trTFr„" +semnatr}+ t«FFa : t111411411411411' .^ s ,:t '1111111111161V1.1 tva1 "1161 �su1 nt 4. , z :� �s • 3+ s. «« M * � 1« Ml zu, +skI Fk „ twtw tss",4i,11'1-111„.11741, suu+ �' � ^,� r .,t b « i ,4, t, : « :: n�, tu1i0 : F ^ ::!, it: ,,a + « FFn F " 4 ,4 vi �5 :pf” r4 '��� i ^ « F « 44441 ,.„,.t .4« t .nt� a � F4 # t S w.ft <si` �s+ r Fs :.,"Y "s��F ➢ rd 14l ? :�t « vdk „,... -0-0,---"V o -P . as �' � � '„f ; ' , Vx 44411" Ilr itiV . ,, ' Wd \ I § r. tt l # tt t Y « *1, � ei ,� � ^ . ° ' ' �G "3+ nt F. :_' r.4„—k ' t " Y44'N-144.r « 4 uwt :««, ;kn« H"4�ws �.t �t �a7 �2F ux ; - ..+w om4 ' ,u rM w '�w4�F utat t.0M t + Me al t i � Y�I�iI«Pi0i . t «tegZl �, s :, .Z" k .�„ ;� f:1 «l�u�w` � lts n} uft � AIvt tuast .0 W�«�. �,''r .« . 1 'ft _`? '„ . s.k« tt. .,v 5 lus uulxuIu +ts - t tw a , s fiikt4� N, «,,S. t; t x„r f , „x r r z ., ..;w : , w»l it..+ �x.zr x,N�, ,., s� s ^ � a � « t kfw. „�t � a�, f34 «F �fN .t4011,,,'W:„M,vq.,Mti , ', N .:,, �� � t ',. :r.. ,9 Nr,rN^,kFa Cl `,,�t r . N � ru ya4:k otts. 44...,,t00.04.1003-w,,,,,,,4%.4,0404, 1,� ��ur>t u t, t ,« su s S �kt` ,r�+ r«, ,t,. , .4 ,,. I S4k x FMi ,4..�, �„M«r� „3t. z « l ulln �� . suF:r ? yut :�� F �°'„ .awt �. F. . rf xt � ,r-.7 , N., 1, M,-� � lt�i+ �a: t t ut 3 ,stoWattt s � � ms a„ 4,,,-`,--,,, :. �,„1,.. » � ,N �1 '�. s .;, t,« ?nstfi«v � �vl «� uk tF nt tk „un, tsa', -. w.w „ . tw 1,". « ukWFl tv t ' t i lr wtk twt3, ▪ r u, „' ; .b .. a�«'.«tittr1, wrhouvtttFrt ,04 w ; � t .. , � NaxF.t .,tok,xt�„ ut rttu » t: t... - � .. ut ° ,,,,,t.4,„-41,,,,,:*„ „ ; ,. , .x a`« +Ftta,+,,.,., " , :.. ;to‘iatt . UNIVERSAL CONTROLLER •81GPkL PEG`IVEO 2.) r 2222,A sr •? rE e. aR s •"t �vATEs AUX2 as=s •s .a, asst iv *sis •' •a' FEDEPAL Slr.1±. d a� SIQ AL BrYt$'" er5 �'KK ^Y.r4,t$Y 3 w3 `Y 3▪ r . , 4-0:',44"74'M'''''''''.7'” .S Y' +na.mS ^,w«te' tFdr 1 k tM,, "y „ � ' AT LAST x : , A CONTROLLER THAT M t tt},_#t-4,4!„ t ,, wt F4 ,k t v a tk lt, t i t t c ex w«' };1}'tFlk r, kkt auk.,{:'� $r «wtk k«��34}rtt `# +atxakitiF ,� t � tt ,' lw :Ilk k.> a s°a ,-;# 7r6 , air«+4�« 1 .` qy 't x t s $ g e l l”,,w t F m t+„N 3 � � ,r«= r t 1 rx s11 tFtn • Can be reprogrammed in the l«, �ich can be Ytra rammed to arm,t, ktitatilitAkilV l tt, i{t ',,,tshFs$`tl,titlunl'lslisl k „,., , N fi ld. lir f ` �d frequency within the designated k timitioisiitaiiiiteivii xi tt 'Bti k�'144t band(specify VHF, UHF, or low • capable of updating your t ). system to DTMF anytime. c titv'4r,:t t” is}tt",Fu n f▪ s ut vtF„a",r « ` it t l« • LED indicators show:condition - trtF tt> (t alt - tt,, The Universal Contr©Iter may be of the power supply; carrier i' l t _4' s programmed to respond to Two t r: 4 t sense and; output(s)on orad k ( t r °-ort * -,....L .,..,,,,,,,,,,fg � �, ,Lit ' r lk "t4”nutt"k;tktia>yttttf tf�i 441,tt It t a , iia« , t > s t . 16 character LC display ', 44: t ^,, ti„4„,,,„444,4,444.+44=-44-=4-', t nh iiu tut atu t , r A It , - f1 � kl F , t 4 x,l assists in troubleshooting and u> tkNFt ur Ft lkttr ytv I t } prompts for information during 1: 4 1i tx1l dt11114 s�t3istitiNfi It ,1t a:$t 1 z l4i „1--'- g .� t„ ..,-« + „ 4, .aa,,W«k, .s, ,a, w,s ,^x s �« ,n r x. v,, "w.�: t � .. :.rte °�: r :. programming. code must be entered before • May be programmed to respond �t * r .,t niv sal lt� aview 4 t'. f'i t #�h 'or to any Twa-Tape sequential or ws ,raA41''''''''''''' Fz^ , � « F « :matian.Cancel stops all ou�f DTMF Combination. This ,11 t:xE activity being executed and t '' ttr`” feature eliminates the re uire A , Lt '''S=,+4 ' t 4 444444 44eturns to standby condition. ment for individual tone fi stet s #. 'ri "` out arF t#x a4„..4-44,....444444444444 r t t. t x t ,447,24,411,414,* 3+.t .,2' w t lif t los t vsnit?, 444444414V1-1V, t t,r r r1V,*r I▪t t`,ss a4, # x 8:.:ry « a .I v tY * _ .„'t x, ,s i , , YF i ti : ;ka,a a $ d ,�a ht' )4'44'"" '1.." fit,+ n a ,; F t t Istat t k`ttiit,44 ��� T: „', ' 'p s��a o f,« V,,,,4,":,'-'1,'''' «'« k^a , rY t , .aaffitt4-wawa"--ilt-,t4iikiiiii e� P a•: $ Fitt r the . . «„ , , , x;� ;t ' any or atl of outputs. Timing of • Programmed information may ` tt r • each out ut can be pro rammed be reviewed and edited from a@ 3 a;� v°i`".-! 4 w p p N, `l kr i. ,fig ,,ii, `k"'2'• s,, for dut cycle •and total time the integral keyboard. '' stt ' ,r -" y ,k� : w YY r x The Universal Controller is ����. �� t � t�a �'� ���: �� a fir+~' ��' �"' titlon. Silenfi test option tests • � 8ml l all internal circuitry that operates compatible with all outdoors u � ,�. � � � �� ��� � � � Vis. warning sirens. u"` � �+, ��Nat3w�sFt t�F t"t tt r11,111411111.1 ,41,0111111'111,1 1 r,1 p' t y�'^« &t zs a'Y t .. 5, k+F y 1111111111141111 n^ `$N�.,.«„11,& 4'r "1 a rxu. ,«3 t."F11 Y^ a ,1111,111411/$11101111 at. x S;„wr sr t r«"«' Orr«."F^w .„t.. ~r, ^,s,F. ,« „k saa. t . 'e,5, , 411,411111' «, . q .t ,.,„,: ¢ ry111114 r;, r•w.FN+lutt k «++.�..111111111'11111;11,14111111111:11‘1 14:., ,k'F'.. «iiu+sa vrst ua t wi..iw9 tur to '.a rus3lil +tw s • +:.'t vv uF ' M �.'k;,b... .s- ; ✓,..FF ' ,r;ti tvar,k,Nst tN+r ^rF:.i «tss w' r s,ru, i *, '� l t ,. s','S tit x.t kN"^,.. ,.:.. Fa. y„. Msi 7.4** ,a '„"` ;,,..1 � t t tiuk,t..:.ti ""* ::^a>."'t� .t^�v",.nt,.t+ut'++:eA to 't t,+ "v*v..: .:,:t qt�l'�r us„'tt,`.« .:^,�. ^.r tl"vt F. �.~y,3r.. . .x;,: ., xw..c ,«,... GENERAL SPECIFICA�ONS • Enclosure Radio Receiver UC-AC and UC-EM: NEMA 3R Antenna Impedance: 50 ohms 111) UC-DC: NEMA 4 Modulation Acceptance: ±7.5KHz Dimensions UC-AC and UC-EM: 20 1/2" X 10 1/4" X 5 1/2" Receiver Bandpass: 64.0 to 3300 Hz UC-DC: 19.7" X 19.7" X 11.8" Frequency Stability: 5.0 PPM Operating Temperature: -30°C to +60°C Sensitivity Low band: .25uV for 12dB SINAD Relay Outputs: 4 normally open contacts High band: .25uV for 12dB SINAD standard, additional contacts UHF: .25uV for 12dB SINAD optional, 5 amps at 120/240VAC Selectivity: -60dB Each output separately controlled Image & Spurious Controller/Decoder Rejection: 70d6 Frequency Range (Programmable) Operating Voltage: 120VAC, 60Hz, or Low band: 30 to 50 MHz in 15 28VDC 5KHz STEPS Operating Current: 0.05 amps @ 120VAC High band: 148 to 174MHz in 5KHz STEPS 100ma @ 24VDC UHF: 450 to 470MHz in 12.5 KHz STEPS Two-Tone frequency range: 300-3000Hz — o + o-_111) Two-Tone Timing: Programmable I L I DTMF string length: 1 16 digits eoN/VEROAL CONTROLLER° va/MERSAa ®appOLLE/6 U Digit Accuracy: ±1.5% ° I I I I o O,ause.avm - o= 1 236 o= .` o= ^w 4 5 6..8 0= 7 2 3 A »� Digit Duration: 40msec (min) 7 8 9 c 4 5 6 8 _ xOeD G. 7 8 9 C o, ..a....�aN,.o. Miio= Y F--,N cp Inter Digit Silence: 40msec (min) .." ` V ION/VERSA6 comriR®LB E15 Dv amp.vjgati Lir.f.M.Y1Altk NIT- po el -+�.7 o= .�. 7 2 3 A , �; mows A.gT o. 789 C s, ��O w Z. - III va o. .. Y F-A.N - , Ci] =rzaI p E%l=ii=1=i=io -. _"R ll p _ 7,,„„ =I[.n ="maul lior * 0 + UC- DC (2001 DC only) UC-AC UC- EM (2001 AC only) (electromechanical only) • Specifications were in effect at the time of publication. Federal Signal Corporation reserves the right to upgrade or change product specifications at any time without incurring obligations. Fir FEDERAL SIGNAL CORPORATION Signal Divisi on/Community Warning Systems (708)534-3400 • Outside Illinois 1-800-548-7229 Federal Signal Corporation Printed in U.S.A. 2/91 1J 1 ........, _ , , 1 •-.1 . L . 1...,. ....._:. ‘,. .. .„- . . . ___. . -1--- 4,--• • • , • I • I • , . I .1 • . . . • I , I I I ' I /i- .."--1 ,-,: .., c..• • -..:---- .-- I • .;%•` •, - Alfre I i II • 0 , , . • 1 t • i 1 . . 1 . I , I, I I' . . . ..,• , 0 - 111 it I I . . . • - . . , • , . - •• - - - 4 I . , „.. N • , ,, ,....... • , _ .„, . .m. ai . 1 ......,... • . I 1.1111 . . i •• . . • , . . . • , I . ' ,, • I 1111 ., • , • 1 . 1 . . ., • -.• -. *lb Al .----. . ' .'_I i 7,-• I I '' I • 1- • 11- l'il___ ',... ....,. ' 9 1 r . 1 11. ,I li; 9 I . I s.`..t....„...!!4.! i I 7- -2-- • i i I Ir. 1 . , , I '...'A.!..1" .4.. ,11-WEIRS jil :...4. . LULL:0 1.----1 • k '' -v - _._ 1 I TO Ff-46•1-. ----,I ,, . --------f'-',i / 111 • i, PI '' ' , 1 ' , • - _i ,; . I;- •-- ; fizi AR. a-ta- 2 _____ 0 I ' 1 __ ,* ;;•- eildlabtp.,-, . . 1- 1 Iv , / II 1 Pl I 1 ' , tlr. I .,. 115Friri -• i ,, 1 , , / *•.. - / 1 , i• • • i I 4 1 •L• 4.• / ' • • / .0,„__ . • z ., [•1: 0 .- -- e, as 1: /// 1 11- - op 0 t . • KU • / ' &ENO" -4 z z ;a - '. 1:1-F1--- 1-1-ritil "i• . • 2 ' X ..< • . i - C t •- • • . • 11. !41 el I 2 .4 0 -. iligkiet -:-,__:..1.•,1_.1.1 _k_t_ .111___1 II .r. 1 vi • . - ', ) \ I z . 1 I gm iih - ••• IllgiiE - I . :-. m dell \ • ; _1• i 1 ,;. i ‹ 5. • 1 itii .-..., . I; . 1 .7 . • .. '3. II. 'I - ::'-1.1.--- - -tr.-----r---iiiiii • : • , • ,_;... ! _...._, , , , 1 11,ile:, .. -I I ..:- .--- p- .-I . 4 • 4? • 4 • --- . • 2. ' •• , • (-.2) 1 .. 1 i • . , . • • L. 1 , 11_21 . .... '1 4 if, •''' 1 . • - • - ...._1 ... 1.. .i ...-• III I- II II • • • . 1 It -- .44`..4 .1 I 1 II.. : --• • -4.0 •i 1 1 . n1 - t:v ." - ' =4'-- Irli - / Ill \; . 1 \ . 1 1 I 1 rt: i- ' I 'I u1.4 IL • _ __ - _1 )kl _ k... ...mi_ _._% ...I .... I ...... 5 1 f.1 r ‘ r 1- .1 1 i'• . 1 7-11-.!- ., • .• 4.7111 ?IA •.- . . 1/i ' 1 t f• 1 I i d' i *I L , 1 • . 1 . , . ._: . , 1 ,. : -, . . . 1 ,7 r L-1. • [..",- :11 rIli ' I [ ., L,..:clt • c (-----\--1 -- •; .,„ .._ . , . 1 Ili, i. : , ,,, 1 __ .LL1 : • .14 \\,, , ......„-_--t _ 1 • . . I ., : • ( ,. _,,, 1 1 Hil , t1,2_,J• 1 . • • I ... . i „ t ; !_•1 . 1 ...._‘,--- \ .,-- ,............„ ,,1 .-r - - --. .- 1. .. , 't 1 ' kil,' 1 I I ' ',1 ! ' . . I 0.4••• Lil. i• _. . .- 1. - - 1 .11 , 1 !i , . . , IHL1 , .. [nd[ .... _..._ 1 • . , • -. i,... ,, . , , \ .. I ___, • • ' sf' . .i . - -TIFF-- __ii_: .. ' . ,.'-'• !. . .. .1 ---L- - -. ' •-- ' • ' v-- ,,_,-A_ -A. . . li 1 ill ' II ‘ 1 I 1 ;:.., • ;A. • - ,• . "1 . . , . ,i • . i I • - •• , O. i'. LI IL! , = : - . •_, i L- , r- 1 • it.. • ,e1 5-I : I 1- . • a -1: . t:, . 1 : , • I I . ‘.. ' , • 0 \ •- 4 Filltiltmaw, i . • I I , • . _1 • ____________ i ... ,, I--• ) . I .'" a/A ." .. '-: ' I . . . • . , . ., • . ' . 1 • \ •\i • 0 -11•ii._ ;I1;L.1:•%:;'-1-:--. H •1 riA]111111fl 1iEl1i1t4Hili'N.•.,. 1‘. Ri-ll--- tzW-tr---•-=•---: --7L:-'--7-'--•''''-'--7---7•-7-: . I . • i' - ' I ... ,• • ------_, 1 jP;°, . \ P!--i- !.3--1.: ri--.1.1-....•'....i.- RE FER Filill I11111111 wi• 1 : i , .. ___ .,,,,,, ' r 3 1 thill.. .' • 1111111110111 Irl Itl l'1111JI:r1 f• . ''' „S, "°113.cy i .' I - ' ........,.....-'ci0 .•. • \ 1 r 03-- i ••••...---\\.,1.1,0 0# ,• c.', --, ..\•B\------- .1:D.J., ;•;...• -1-r ,1'.1 so, , - ,....,t , . . . ......i(-4,.'i i i,ilia_:. .=.•= -,,,./5.011119.-600," V 1 '' -- • •• --,-- t• 1 I ' - I • 111P____ 11--_ -••- j -'-- ---;-'-'i. .." ' ., , r-if " I 1 I '.. .L.J44101.,1-2 oil -----‘ . It I 1 ' T , 4 1.'1 1 ' 0d) RI, 5 .; _ T.,.i • [ , It IL I I !...1.1.1.5 •;.i.1 , -,0.0.1 • i s'•• , ii 1111 I; z Lg • .4-, r...c, 1 , .:, [ii ..,1 ...I: ,,...,; \I 4 , I Jr: I. I. I - Is '.' . 1 ' 01 ! LI ..--------- , \i\. I ;•••,.. .1 , --` 0 !FP - q° - ' i I ...,-- ' ,,e/ 1 l 4-1 I ' 1 4000 \ „....•••,, \ •\ .." ; 0 . • -:---,i • 4- • -----c.--2/ -I ,5;/ * • 1 , --.___,...,.. - 1 1 0* • __75,------- , • . , ,,,..:- ia •••• ,./., :. , 6 • .,... . , ,-; ' •ii • -- IV , ,-- , , ,,. 4, - , • • , . 1 , • ...• 4 . . . .1 . • '5....•:•• 00••.•• ....•;„,,,.„,„„......•••••••••• 44••••••04••44 .......• 4/, • •P••-• - . ., .. .. . . 1110 • CITY OF . , „,..„,,,„, OAK PARK HEIGHTS :z4::, tti,?:„ * ,,_ b, ..„ .. , ._.. A MINNESOTA STAR CITY October 29, 1993 Federal Warning System 530 N W 6th Avenue Rochester, MN 55901 Attention: Tommy Thompson Dear Mr. Thompson: Enclosed are blue prints of siren placement for the City of Oak Park Heights as you requested. As you can see, the siren placement does not cover the new Senior High School located in the Western Section of Oak Park Heights. After you have a chance to evaluate our problem, please contact me so I can inform our Mayor and City Council as to what has to be done. Thank you in advance for your attention to the matter. Sincerely, CITY OF OAK PARK HEIGHTS Paul Wm. Glaser, E.M. & C.D. 14638 Upper 56th Street North Oak Park Heights, MN 55082 Phone: 6.12-439-0935 PWG/lw attach: 14168 North 57th Street • Box 2007 • Oak Park Heights, Minnesota 55082-2007 Phone: 612-439-4439 • Fax: 612-439-0574 MAIL ADDRESS: 11111 SHIPPING ADDRESS: P.O. Box 428 R 3 Box 202 Rochester, MN 55903-0428 Rochester, MN 55904 SU A;1i1Z cgtolioJ QL W c tun i ru/ lJ N/6 42A-r S 507/282-2113 or 507/282-4243 O August 9 , 1988 Chief Eugene Ostendorf Oak Park Heights Police Department PO Box 2007 Stillwater, MN 55082 Dear Gene : Thanks for your call today, and we' ll process your order for the two Siratrols from our Quotation #CWS 02918. There is no problem in payment terms for your 1989 budget, but I have to choose up sides on how to do it so your council or administrator do not disagree. (1) Do you want to assign a City Purchase Order Number? (2) Should we ship as soon as possible? \ (3) Should we show terms of January payment , or is it nec- essary to hold the billing until January? That is a small problem if we do it that way because invoices have to go out whenever the computer spits out a shipment . (4) Should the Siratrols be shipped to you, and if so what address? Or should we have Federal ship them to us for delivery and instalation, since our technicians will be doing the installing? I dis-like loading you down with these questions , but if I guessed at the answers and it didn' t fit into what the council authorized, one of us might be in trouble. I appreciate your efforts to get the council' s authorization before 1989 rolls around and want to be certain we handle the billing in a way they approve. Sincerely, ZUMBRO RADIO & WARNING SYSTEMS Thompso s nt GMT:j S Electronic or Federal Outdoor Electro/Mechanical Regency Two-way Warning Siren Radio Systems Systems r 2-WAY RADIO 411 • ,mak ,;:„.e.:.,....,„.„... r C.'I ICE LEr R \1ENT �F � -, . . _ ‘, 'a K E'•`%Rk HEIGHTS ' ' August 9, 1988 G.M. (Tcxtmy) Thompson Zumbro Radio & Warning Systems Route 3 Box 202 Rochester, MST 55904 Dear Tommy: At our August 8, 1988 council meeting I explained your proposal regard- ing the Siratrol Receiver and your willingness to hold off on the pay- ment until we have entered into the 1989 budget. There was an unanimous decision to proceed with the project. Thanks for your cooperation. Sincerely, . .:;e7/.':--Wy Gene Ostendorf Chief of Police G0/sk • QUOTATION/PROPOSAL • n ' . FOR FURNISHING QUOTATION NO: CWS C FEDERAL SIGNAL CORPORATION COMMUNITY WARNING SYSTEMS THIS NUMBER MUST BE REFERENCED WHEN PLACING AN ORDER TO: CITY OF OAK PARK HEIGHTS PO BOX 2007 OAK PARK HEIGHTS, MN 55082 DATE: JULY 28. 1988 REFERENCE:PRI CE PROTECTION FEDERAL SIGNAL CORPORATION IS PREPARED TO MANUFACTURE FOR YOU, FOR 1989 BUDGET "UPON PLACEMENT OF YOUR ORDER AND ACCEPTANCE BY FEDERAL SIGNAL CORPORATION, THE EQUIPMENT HEREIN NAMED WILL BE SUPPLIED FOR THE FOLLOWING PRICES". ITEM FEDERAL COLOR NET COST NO. QTY. MODEL/PART NO. VOLTAGE OR DESCRIPTION EA EXTENSION FINISH 1 2 ARCH•SIX 120 Y SIRATROL RECEIVER-TIMER-DECODER TO RAD 10 ACTIVATE SIRENS, WITH 10A6 ANTENNA ASSEMBLY 1 ,572.00 , $3, 144.00 INSTALATION, TESTING 150,00 TOTAL TURNKEY. . , $3,294.00 RF 154.085NI-IZ ALERT 507.0 PLUS 398. 1 ATTACK 507.0 PLUS 441 .6 CANCEL 371 .5 PLUS 602.6 WASHINGTON COUNTY MOTOROLA ENCODER TIMING 1 PLUS 3 PURCHASE ORDER MUST BE MADE OUT TO: FEDERAL SIGNAL CORPORATION 2645 FEDERAL SIGNAL DRIVE UNIVERSITY PARK, IL 60466 IF ORDER INCLUDES RADIO CONTROL, DELIVERY SCHEDULE CANNNOT BE ESTABLISHED UNTIL RADIO FREQUENCY INFORMATION IS PROVIDED. PRICES ARE FIRM FOR 30 DAYS FROM DATE OF QUOTATION UNLESS SHOWN OTHERWISE. UPON ACCEPTANCE, PRICES ARE FIRM FOR _tan(DAYS/MONTHS). THIS QUOTATION IS EXPRESSLY SUBJECT TO ACCEPTANCE BY BUYER OF ALL TERMS STATED ON THE REVERSE SIDE HEREOF, AND ANY EXCEPTION TO OR MODIFICATIONS OF SUCH TERMS SHALL NOT BE BINDING ON SELLER UNLESS EXPRESSLY ACCEPTED IN WRITING BY AN AUTHORIZED AGENT OR OFFICER OF SELLER. ANY ORDER SUBMITTED TO SELLER ON THE BASIS SET FORTH ABOVE, IN WHOLE OR IN PART, SHALL CONSTITUTE AN ACCEPTANCE BY BUYER OF THE TERMS ON THIS AND THE REVERSE SIDE HEREOF. ANY SUCH ORDER SHALL BE SUBJECT TO ACCEPTANCE BY SELLER IN ITS DISCRETION. IF THE TOTAL PRICE FOR THE ITEMS SET FORTH ABOVE EXCEEDS $50,000, THEN THIS QUOTATION "IS ONLY VALID" IF COUNTERSIGNED BELOW BY A REGIONAL MANAGER OF THE SIGNAL DIVISION, FEDERAL SIGNAL CORPORATION. F.O.B. UNIVERSITY PARK, IL -.1"r /moi TERMS NET AFTER ACCEPTANCE - EPRESENTATIV L. W EST. DET. I o 0 CRs ADDRESS: Po •- DELIVERY 6a DoYc A.R.O. ROCHESTER, MN-55903-04.98 COUNTERSIGNED: SIGNAL DIVISION F L Ce•PORATION BY: � FS-2886 TITLE: ,�p, /6-P /-#/ / CUSTOMER COPY MAIL ADDRESS: • . SHIPPING ADDRESS: P.O. Box 428 R 3 Box 202 Rochester, MN 55903-0428 Rochester, MN 55904 ULhYI�JZQ� CJ�,A,CLi Q� & 0�7 Yl i f l qi �(��l e)J i Q� 507/282-2113 or 507/282-4243 O I July 28, 1988 Chief Gene Ostendorf Oak Park Heights Police Department PO Box 2007 Oak Park Heights, MN 55082 Dear Gene: Thanks for your call today. I'm glad your council approved the siren radio activation project that I described to you in my July 15 letter. It's not my department to understand the ways of councils, but I guess I don't under- stand why it is considered Police Department Budget item. In order to tie down our Quotation Pricing at current levels I need to submit a Formal Quotation to protect you until your 1989 budget is available. I'll enclose our Quotation/ Proposal No. 02918 for that purpose. Since you do not use Purchase Orders, all you'd need to do would be to sign the proposal and send it to me when you're ready to order. Deliveryis about 60 days on Siratrols. If you sent the order in October it wouldn't be shipped until December and billed in January. If you needed the units before then we could ship sooner and bill after Jan. 1 if requested. We look forward to serving Oak Park Heights. We've just completed sizeable projects in Oakdale, White Bear Lake and Fridley and now working on 1989 projects for Maplewood. Sincerely, ZUMBBO RADIO & WARNING SYSTEMS — G. M. son, Pr n GMT:js Enc: Quote/Prop. 8 Electronic or Federal Outdoor Electro/Mechanical Regency Two-way Warning Siren Radio Systems Systems 2-WAY RADIO • • / /eenver SERV/CE co. our nrogreMive Electrical Contractor 1609 CHICAGO AVENUE MINNEAPOLIS, MINN. 55404 Phone(612)332-1465 June 19, 1984 City of Oak Park Heights 14178 - 57th Street North Stillwater, MN 55082 ATTN: Mr. Roger Benson RE: Warning Sirens Dear Mr. Benson: Enclosed is our Invoice No. 17288 in the amount of $434.86 for maintenance work on your Civil Defense Warning Sirens. These sirens were installed by Electric Service Co. in 1980 for a total cost of $23,000 and would cost approximately $26,000 today. It is very important that someone accomplishes preventive maintenance on these sirens at least twice a year. Electric Service Co. not only sells and installs warning sirens, but also is in the business of maintaining warning sirens. The cost to maintain these two warning sirens exclusive of the radio would be: Inspection - once a year $276.00 Preventive maintenance - once a year 415.00 TOTAL $691.00 Enclosed I am sending you a typical contract for your review. If you are interested in some sort of program please call. Yours truly, P.A., Ja es E. Peterson President jms Enclosures • • Jo, '„•' + 91"' i- Phone: (612) 332-1465 r:. • feefire SevrIce c. •NVECp F• et � .u. �eAat Pregletuslue Electrical Contractor 1609 CHICAGO AVENUE MINNEAPOLIS, MINN. 55404 January 25, 1980 City of Eden Prairie 8950 Eden Prairie Road Eden Prairie, MN ATTN: Lt. Keith Wall Dear Lt. Wall: Per our phone conversation, I am now taking this opportunity to suggest a maintenance programas follows for your four (4) Civil Defense Sirens: 1. SPECIFICATIONS: The contractor shall accomplish preventive maintenance services and inspections on each siren at the specified locations. Contractor shall make necessary repairs at any time to keep sirens working properly. Preventive maintenance service on each siren shall be accomplished twice during the twelve (12) month contract period during the months of January and July. Inspection of each siren shall be accomplished twice during the contract period during the months of April and October. The months or times designated above for maintenance service or inspection are subject to change based on the City's needs. 2. PRICE: " ° ` U Four (4) Allertor A.C.A. sirp e`ntive maintenance service calls at $185.00 each call per siren as i spections at $99.00 each call per siren. Prices quoted shall include transportation costs and any other costs in performing the services and inspections. Prices quoted shall also include labor and any other costs for any additbnal service calls for siren repair made by the Contractor between peventive maintenance service calls and in- spections during the contract period. Any parts or motors over $5.00 will be extra and sold at list price, less 5% asd all labor will be included in original contract. 3. CONTRACT PERIOD: The contract period shall commence as of the date of contract award std . • P. "" , City of Eden Prairie Lt. Keith Wall 2 January 25, 1980 terminate twelve (12) months from that date. All quantities of items not ordered prior to the termination date shall be considered cancelled as of that date. Prices shall remain firm during the contract period. 4. EXTENSION OF CONTRACT: Prior to the contract termination date, the contract may be renewed and extended for an additional twelve (12) months from the contract termination date if the extension can be made by Electric Service Company: Enclosed, I am sending you a copy of the forms which would be used should the City of Eden Prairie accept our services. Also, I would like to mention thaenance program such as the one proposed is also recognized b �er Government, and, therefore, be subsidized. ® c...".4 If you have any questions, or if I can be of any future service, please do not hesitate to call. Yours truly, ELECTRIC SERVICE COMPANY James E. Peterson President JEP:gcp Enclosure V y \J LumL720 fcut(o (1vct¢niny stenzs A II R. 3 Box 202 • Rochester, MNI-5 UMBRO R Anw. & 'if/AMONG x $YST• BULLETIN 223 507-282 2113 or 282-4243 R 3 ROCNESTER, MINNESOTA 55904 COMMUNII Y (507) 282-2113 or 282-4243 WARNING FEDERAL SYSTEMS SIREN Representing SYSTEMSREN rittPFederal Signal Corp. Eliminates the Regency Communications � need for costly � G.M. (Tommy) THOMPSON _activated leased lines in ...-....-.7. ■vne warning Siren Control systems it arc.i °Mt ,,,,,i'''''''' ,„, • dw 0 ''' 'LL''' ''' ' e i r 1 1 ' r (CA '' ''' r11111 , 19 x U Sial Features Specifications Siratrol provides for silent testing as R-F STABILITY well as audible operation.A"Test-Can- .0025%(-30°C to 60°C) cel" button, when pressed, advances the numerical counter to indicate the SENSITIVITY receiver is functioning. Pressing the UHF band: .50 microvolts for useable 'Test-Cancel"" button also terminates signal any signal then in process. (12 dB sinad) .7 microvolts for 20 dB The siren timers,which, in the Siratrol quieting. are radio activated, produce the indi- High band: .35 microvolts for useable 1. vidual signals. The type ARC1 timer signal features pushbuttons for the "alert", (12 dB sinad) .5 microvolts for 20 dB KIN or monotone signal, "attack-warning" quieting or wail signal, as well as for manual Low band: .25 microvolts for useable test, and cancel. signal •� 70: The type ARC2 Siratrol offers these (12 dB sinad) .35 microvolts for 20 dB quieting same features, and in addition pro- ' SELECTIVITY vides a third signal, the ""fire"" signal. The fire signal is an alternating high- Bandwidth: 6 dB at± 6 KHz low sound. Bandwidth: 60 dB at±18 KHz To minimize or eliminate possibility IMAGE AND SPURIOUS RESPONSE: Construction of falsing, only dual tone channels at least 60 dB down except UHF The Siratrol is a radio activated siren are offered. Tone frequencies may be RF image at least 30 dB down control timer which consists of a solid selected in the range of 300 to 3000 TONE ACTIVATION state tone activated receiver, a siren Hz (available for dual tone sequential L-C: 300 to 3000 Hz timer,numerical counter,pushbuttons systems only). The Siratrol will oper- Bandwidth: ±2% for test or manual activation, and, ate from either 120V or 240V a weatherproof outer case and cover. 60 hertz AC. AUDIO Speaker: 2" diameter The Siratrol receiver features a single Power output: .050 watts piece fiberglas printed circuit board for ease of service and internal speaker TRANSISTORS for monitoring transmitted tones at Models Available All silicon the Siratrol location. Both the Siratrol ARCL—Low Band(30-54 MHz) DIMENSIONS timer and receiver are mounted on a ARCH—High Band(150.8-174 MHz) Width: 18" Height: 24" Depth: 8" steel plate to lessen vibration. ARCU—UHF(450-470 MHz) Shp. Wt.: 57 lbs. • How To Order \ if Please specify: 1. Model Number(ARCH, ARCL or ARCU) �{ 2. Radio frequency on which it is to operate 3. Two frequencies desired for each signal for dual tone l operation CJ 4. Type of antenna* /� *For short range requirements,specify the standard cabinet /�f �C/ mount antenna or furnish us with your operating range / / requirements and we will recommend the proper one. C7 0 0 I ��ao v CA SIGNAL DIVISION, FEDERAL SIGNAL CORPORATION �� 136th and Western Avenue Blue Island, Illinois 60406 Phone: 312-468-4500 • rir SIGNAL DIVISION BULLETIN 223 Federal Signal Corporation MAIL ADDRESS: ADDRESSSHIPPING ADDRESS: : P.O. Box 428 R 3 Box 202 Rochester, MN 55903-0428 Rochester, MN 55904 114411,0i Esu 507/282-2113 or 507/282-4243 July 15, 1988 Chief Gene Ostendorf Oak Park Heights Police Department PO Box 2007 Oak Park Heights, MN 55082 Dear Chief Ostendorf: Thank you for your phone call today. We understand your problem completely. We just finished cleaning up the same problem at Newport, and installed a complete new system at Oakdale where we ran into what appeared to be un-solvable problems and promptly took care of them. I talked to Chuck Magoon at Motorola in Milltown, Wi after your call to confirm frequency and tones for Oak Park Heights, and we'd have no problem converting from your present problemsome Plectron Rec- eivers to our Siratrol Receiver-Timer-Decoders, just as we did for City of Newport. I understand you have two sirens activated by Washington County Sheriff at Stillwater. What you need is two ARCH*S1-X Siratrols. I'll enclose descriptive literature sheet on those units. Their cost including antenna is $1,572.00 each. Instalation is $150.00 for the two units, unless you prefer to have them installed by your own tech- nician. If you have any doubts whether these unit will give you the Activation performance you require, I'd refer you to Art Walter, Director at Newport or Chief Bill Sullivan at the Oakdale Police Department. We look forward to serving you. Sincerely, ZUMBRO RADIO & WARN SYSTEMS . M. Thompson sident T:mgt Electronic or Federal Outdoor Electro/Mechanical Regency Two-way Warning Siren Radio Systems Systems <4 re� o 2-WAY RADIO 9 1 I SPECIFICATIONS 1 I FOR i ,,,,,, EN SE CIE DEF I \_- NING SIGNAL FE �W A `�`�,�� �� � � �; T.ALLATION I tSIREN IN 1 //7:11:71.-1.1:1:1-:1/-:_lk\':', k F OR �I r, -mow , MINNESOTA : ', 1OAKS 'ARI HEIGHTS r 10 . .-- .v _ 9 \.:, ,r �y �y. j; f.j� k .4 L ,{,.. 1 y > t r .' 3 y Y 1 Aa , s tit ... `''1 ,,.^. I `� g S f fVt r p i c.1 I ewaq did ISi Aad,► Mj rosaeota taII4 — 4 /AC'/Pic 1609 CHICAGO AV ,,S-4-oe`//C .6.6 MINNEAPOLIS, MINN� 55404 "" Oi10, '�'e�dlue Electrical Contractor Phone(612)332-1465 Job Number 5545 Biu To: City of Oak Park Heights 14168 North 57th Street Account Name: Civil Defense Siren Stillwater, MN 55082 Date 7/14/82 Terms,Net 30 days, 1814`16 Annual Interest after 30 days P.O.Number Invoice Number 16410 Service Call: Replace GTE coil/relay contacts. Also, removed Radio decoder, sent stosfactorof rnace and reinstalled Radio decoder. Y for repair Note: Factory has not as yet billed me for Radio decoder repair and may not. This bill does not include Radio repair and will have to be billed separate if factory invoices Electric Service Co. TOTAL AMOUNT DUE: $369.10 I ' PAY FROM THIS INVOICE, STATEMENTS SENT ONLY ON REQUEST i NOTE: To Avoid Service Charge Please Make Payments From This Invoice • • i • • n, • • • .44"i IWERICAN INSUR ICE COM r r its S/S Cincinnati,Ohio 45202 A Stock Company CONTRACT STATUS INQUIRY i tEineer p QQjjj� (Owner Obligee or Architect) Date „�� Q 1,+x/1 Oak Park Rei. is Cit Hall 14168 North 57th(Addressl Street Bond No. 2 07 34 19 Oak Park Heights/Stillwater, MN 55082 Contractor: Electric Service C.. „an of Minna. <lis Inc. 1609 Chica o Ave. S., Minneapolis, Minnesota (Name and Address) 55404 Contract or Project No: Description of Coact: _ivil defense fire varnin: si. , 1 installation Owner: •,•-�► is nne •ta Contract Price$_224_23.6„A_______Bond(s) $ 22 95600 Without prejudicingrightliability Effective Date 10.18.79 your or affecting our under our bond(s) described above,we would appreciate such of the following information as is now available. Very truly yours, GREAT AMERICAN INSURANCE COMPANIES 1. IF CONTRACT COMPLETED,PLEASE STATE: M. r� 6 parturient Date of completion of work (or final delivery) 9 Acceptance Date Final Contract Price$ 0 2. IF CONTRACT UNCOMPLETED,PLEASE STATE: Paid to contractor—net of retainage$ Earned retainage withheld$ Covering work completed through Current estimate submitted but not paid, if any$ 19 Covering work completed through 19 3. Do you know of any unpaid bills for labor or material (Check) Yes 4. Remarks(If any) Date sty 19 Signatu It is understood that the information contained herein is fur- Title nished as a matter of courtesy for the confidential use of the Surety and is merely an expression of opinion. It is also Address agreed that in furnishing this information, no guaranty or warranty of accuracy or correctness is made and no respon- (If differeAt from above) sibility is assumed as a result of reliance by the Surety, PLEASE RETURN ORIGINAL OF THIS INQUIRY TO whether such information is furnished by the owner or by an architect or engineer as the agent of the owner. GREAT AMERICAN INSURANCE CO. F.9024H-4/90 ST. PAUL, MINNESOTA 55114 } s II Beo ethioo/ ROJ.Pmt. 4014,1144 & 4���, .7iic Glenn R.Cook,P.E. 7� • Keith A.Gordon,P.E. nn__ -- ,,11 pn Otto G.Bonestroo,P.E. Thomas E.Noyes.P.E. v4iLL�lIL� C/Ilgsltg@JJ,d, O I Robert W.Rosene,P.E. Richard W.Foster,P.E. Joseph C.Anderlik,P.E. Robert G.Schunichl,P.E. .2335 ?d. 14,...4 druid...."36\.1 Bradford A.Lemberg,P.E. Marvin L.Sorvala,P E. Si. Pawl, 2-636-4 55ff3 Robert D.Frigaard,P.E. Donald C.Burgardt,P.E. Richard E. Turner,P.E. Jerry A.Bourdon /�lwn.. 6f2-636-k600 James C.Olson,P.E. Mark A.Hanson Steven M. Quincey September 18, 1980 Kevin K. Wolka,P.E. Charles A.Erickson Leo M. Pawelsky Harlan M.Olson David E.Olson City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Re: Final Payment Request Civil Defense - Fire Warning Signal Siren Installation City of Oak Park Heights File #5552 Gentlemen: Transmitted herewith is the 2nd and Final Request for Payment for the install- ation of the Siren Warning System installed by Electric Service Company. The original bid price and the final job total are the same - $22,956.00. All installation has been satisfactorily completed. It is therefore recom- mended that appropriate action be taken to approve the project and make final payment to the Contractor. Very truly yours, BONESTROO, ROSENE, ANDE IK & ASSOCIATES, INC. 44 '1, 44401-1 v Bradfo d A. Lemberg, P.E. BAL/jo Enclosure 616a REQUEST FOR PAYMENT DATE: September 17, 1980 FOR PERIOD: PLACE: Oak Park Heights, Mn. From: June 20, 1980 To Sept. 15, 198( PROJECT: Civil Defense - Fire Warning Signal Siren Installation PROJECT NO.: FILE NO. : 5552 CONTRACTOR: Electric Service Co. ADDRESS: 1609 Chicago Ave. Minneapolis, Mn. 55404 REQUEST FOR PAYMENT NO. : 2nd & Final SUMMARY: 1. Original Contract Amount $ 22,956.00 2. Change Order - ADDITION $ 3. Change Order - DEDUCTION $ 4. Revised Contract Amount $ 22,956.00 5. Value Completed to Date $ 22,956.00 6. Material on Hand $ ---- 7. Amount Earned $ 22,956.00 8. Less Retainage % $ 0.00 9. Sub-Total $ 22,956.00 10. Less Amount Paid Previously $ 20,660.40 11. AMOUNT DUE THIS REQUEST FOR PAYMENT NO. : 2nd & Final $ 2,295.60 Approved By: BONESTROO, ROSENE, ANDERLIR & ASSOC. , INC. By:id#41/14.1/6 OWNER APPROVAL By I I 'It A _ A r Date:0(Li. /V / Dv Approved By: Electric Service Co. / / Contractor By: a . project: Civil Defense-Fire Warning Signal Siren Installation payment No. : 2nd is Final . Oak Park Heights, Mn. File No. : 5552 Contractor: Electric Service Co. Date: Sept. 17, 1980 STATEMENT OF WORK Value Item Value % Complete Completed Install two (2) Civil Defense-Fire Warning Signal Sirens LUMP SUM $22,956.00 100% $22,956.00 TOTAL WORK TO DATE $22,956.00 REQUEST FOR PAYMENT DATE: June 27, 1980 FOR PERIOD: PLACE: Oak Park Heights, Minnesota From: Start To June 20. 1980 PROJECT: Civil Defense - Fire Warning Signal Siren Installation PROJECT NO.: FILE NO. : 5552 CONTRACTOR: Electric Service Co. ADDRESS: 1609 Chicago Ave. Minneapolis, Mn. 55404 REQUEST FOR PAYMENT NO. : 1 SUMMARY: Original Contract Amount $ 22,956.00 Change Order - ADDITION $ Change Order - DEDUCTION $ Revised Contract Amount $ 22,956.00 Value Completed to Date $ 22,956.00 Material on Hand $ ---- Amount Earned $ 22,956.00 Less Retainage 10% $ 2,295.60 Sub-Total $ 20,660.40 Less Amount Paid Previously $ AMOUNT DUE THIS REQUEST FOR PAYMENT NO. : 1 $ 20,660.40 1 Approved By: BONESTROO, ROSENE, AN :LIK & ASSOC., INC. By:/�/� ,6i OWNER APPROVAL: By: By: Date: Approved By: Electric Service Co. Contractor By: J Project: Civil Defense - Fire Warning Signal Siren Installation Payment No. : 1 Oak Park Heights, Minnesota File No. : 5552 Contractor: Electric Service Co. Date: June 27, 1980 STATEMENT OF WORK Value Item Value 7. Complete Completed Install two (2) Civil Defense - Fire Warning Signal Sirens LUMP SUM $22,956.00 100% $22,956.00 TOTAL WORK TO ATE $22,956.00 City of Oak Park Heights r Minutes of Meeting held August ' 1, 1980 . Page two - continued , Westphal moved to approve the Engineers recom^::.ndation and accept the q• :ow bid on Valley View Park Fencing Project from Glen Johnson Construction 'y rANI at a cost of $18,820.00 with the addition of a change order for $200.00 v . due to an error in the plaa.. Fence to be completed to the last eighty (80) ' y' feet with Engineer and resident to decided whether to continue fence. Seconded by Seggelke. Roll call votes taken with Seggelke, Mondor, West- . _) phal and Torgerson voting aye. Carried. Council directed Rod Fisher, Civil Defere Director, to confer with State and County and decide on a firm po:.icy as to when to activate the sirens and to report to Council. <~'' St. Croix Valley Youth Service Bureau Board Member Eugene Ustendorf C.._scussed the requc .t for 1981 funding. Torgerson moved to contr`_bute ip2240.00 and to consider this a budget itei . Seconded by Seggelke. 4 aye votes. Carried. '! Seggelke moved to ..mend the budget for the cost of the sirens plus Engineering cost to come out of Public Safety - Capitol Improvement fund. " Seconded by Torgerson. r aye votes. 7,arried. • Cable TV was'discassed. A brochure will be mailed to every resident on August 15, 1980. Torgeron moved .tr- pay bills as presentd. Details at Clerk's office. Seconc.,:d by Westphal. 4 aye votes. Carried. Seggelke moved to order a handbook entitled "Linking Local Planning with the Community Development Block Grant Program at: a cost of $1.00, also "What :vocal Government's should know about the New Metropolitax. Agric..ltural Preserves Act at no cb.arge.. Seconced by Mondor. 4 aye votes. Carried. Seggelke mace motion to approve list of election judges : sented by City Clerk, and to add Cle.- ..'s name to list. Seconde_. by Targe son. 1+ aye votes. Carried. Compensation to be $3.75 per hour. The mini energy audit was received by the Council.. Letters thanking the City's police officers for assistaice v,-are received and reviewed by the Council. Seggel'r,e -owed to utilize LAWCON fv.nds and direct City Maintenance Depar . nt Director Roger Bensox. ..o coordinate ate wit.i miscellaneous contractoq complyi:ig with the LAWCON applicrtion regarding trails in Valley View Parc. M . Benson to report ac next `_ ;xr!.:'_1 meeting. Seconded by Westphal. 4 aye vc`es. Carried. Torgerson moved to adjorn, seconded by Westphal. 4 aye votes. Adjourned.. J ti La Vonr:. Wilson, Clerk-Treasurer City of Oak 'ark Heights City of Oak Park Heights Minutes of meeting held November 13, 1979 ..,, Page two - continued. E ' Clergy: was directed to contact K Mart thanking them for their consideration in turning off the lights in the South parkino area. City Attorney was instructed to write letter to city resident regarding well cross connections and to enclose, copy of State Statute. Mondor moved to pay bills as presented. Seconded by Seggelke. 3 aye • votes. Carried. Torgerson moved to hold public hearing for K !"art sign variance request 'November 26, 1979 at 7:00 P.M. Seconded by Seggelke. 3 aye votes. • Carried. • Seggelke moved to direct City Planer and City Attorney to look into the options of rezoning certain areas in the City. Seconded by Torgerson. 3 aye votes. Carried. Mondor moved to authorize Torgerson to check into Emergency Medical Services a d report to Council at meeting of November 26th. Seconded by Seggelke. 3 aye votes. Carried. Mondor arr._ped. Mondor moved to instruct Clerk notify Sheriff's office that the City Hall would be available for emergency temporary housing center for any residents of ,he City who eight b' displaced because of inability to pay fuel bills. Also, to designate Sheriff's phone number 43?-r300 as the emergency number to reach for any referrals. Seconded by tier-"gelke. 3 aye votes. Carried. Letter presented to Council members from H. ,".hnson and acknowledged. This was regarding removal of dilap ita ed gaege and rebuilding. Seggelke moved to authorize Mayor and Clerk sign necessary papers ' pe :is t to cleanup of certain properties in the City. Seconded by ;:ondor. 3 aye votes. Carried. • • Torgerson moved to accept contract and author rze Mayor and Clerk to sign same for Robert 0. Westland Cons true tion Corupany for landscaping improvements at Valley View Park at low base bid of S27,526.00. Also, to return bid bon's to other bidders. Seconded by Seggelke. 3 aye votes. Carried. Seggelke moved to accent contrae+ and authorize Mayor and Clerk to sign same for Electric Service Convan r for C,evil Defence fire-warning signal .siren installation at low cid of $22,96.00. Also, to return bid bonds to other bidders. Clerk..to re:-:a n,untl:_ insurance is updated. Seconded by Trgerson. 3 aye .,:..es. Ca._ricc'''..,, Seggelke moved, seconded by Torgerson to return bid bond to Stillwater Motor Company for bid on 3/4 ton truck. 3 aye votes. Carried. Seggelke moved to accept bid from Tabulating Service Bureau, Inc. and to • be funded 3/4 from General Fund and l/4 from Utility mound. Seconded by Torg-----on. 3 aye votes. Carried. Torgerson, seconded by Seggelke moved to adjourn. 3 aye votes. Carried. La Vonne 'rte Clerk-Treasurer ('- o Oak park Heigh.r CITY OF OAK PARK HEI=S MINUTES OF MEETING HED OCTOBER 9, 1979 Call to order by Mayor Mondor at 7:00 P.M. Present: Westphal, Lang, Seggelke, Mondor, Torgerson, Vierling and Wilson. Clerk read public hearing notice, presented affidavit of publication and mailing list for public hearing for g=auge-Christensen variance recues t. Continuation of public hearing for conditional use ' 'rmit with Seggelke moving `o grant permit subject to City Pla_�srers recom- cletter ofAugust 21w 1979 and. presentation �nenra+ or-.,:� as specified in ,. _. 9 of _.rcperty description.ion. Secon :ed by Lang. 5 aye votes. Carried. Lang moved to greet variance request of 6,000 s rare feet, due to the provisions of underground parking area. .econd.ed by Torgerson. 5 aye votes. Carried. Lang moved to request Clerk to contact City Engineer regarding curbing at 59th and Peller, asking for review and recommendations to correct the situation o1 surface runoff. `'econaed by Torgersono 5 aye votes. Carried. Clerk read public heari7,7 notice, rresented affidavit of publication and mailing list for hearing frr Brad S er -a iance request. West- phal moved to continue hearing _\'o 'emDe:- , 1979, at which time a public hearing will be helms,', for. G. .'rfir,,sse n variance -equest. Seconded by Tor7erson. 5 aye votes. Carried. Torgerson moved to approve minutes of Sep eser 10th and September 24, 1979. Seconded by Seggelke. 5 aye votes. Carried. Lang moved to award siren installation bids to Electric Service Company ✓ low bid of :x"1.7;1r0 and to return bid bonds. Seconded by Seggelke. 5 aye votes. Carried. Seggelke moved to award 1979 utility bid to low bidder Centennial Contractors Corporation and to return bon: . Portion allocated for prison utilities to be deleted from bid, subjct to cha7-' 'e order at later date. Seconded by Lang. 5 aye votes, Carries.. Torgerson moved to returnX2.500.00 performan^- bond to Ganus Deiss, Inc. for completed protect. Seconded by Seggelke. 5 aye votes. Carried. Lang moved to pay bi " " as presented. Seconded by Torgerson. 5 aye votes. Carried. Seggelke moved to pay Horak Trucking and return bid bond after certifi- cation of completion of yob from ree inspector and clerk. Seconded by Torgerson. 5 aye votes. Carried. fl'_'.'�:Y of Q't•` ? .''.%ti. '�.'.,,. 1.t sr 1R1 on �n�_r1t, �'s P'•,.' Lang '_';1Q'k'�M'. to �1k^. » s+ r.^+f:4£.tCkl Trail ' ''.7.`";2.0 11 tina4}"^'1,,,,'7.,,1;. il,.` fie?,._^'> T..-.'..."'.:-.1. s(', •. ':.'K'r r1i.^ e,r.ry :i E Y.crr7e3„4vr.f• r:%-,--- ----,-.--'7,,-7, i. -. a s }�a'.L e aC'. a€? `�i'v h; 3" ;a i„_ " and'f . r rTF..s ;-:-.f.:--, - ..-------_,s- .,_ . ..a :J-... ,.: ,.. . y // - +. Tn v-•lq - .`-' !?F..-- ---,ff.':f' -'ry f inc an?^.. +..r area-3..1'1- / `,,t ion C'a.. i .. f rt C-...*fir„ 9 ",e�. .4�w''. 6.ea'r' I'G':.. `, ' " '�./T�.C'!`: -r.,0 /4. 7r'fALi:'v4 OtiOX.i ----- s?'.�� I �d'�''. _ Ca�C�u��a 1 ' CIVIL DEFENSE - FIRE - WARNING SIGNAL SIREN INSTALLATION PROJECT ' OAK PARK HEIGHTS, MINNESOTA 1 I I NDE X Index ' Advertisement for Bids Proposal ' Information to Bidders Special Provisions ' 16,720. Siren Installation - Specific & General Requirements Conditions of the Contract ' City Map USES Map 1 1 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of th State of Minnesota. Bradford A. L mberg, P.E. DATE August 28, 1979 REG.NO. 6231 1 r ADVERTISEMENT FOR BIDS ' Sealed bids will be received by the City of Oak Park Heights, Minnesota, in the City Office, 14168 N. 57th Street, until 10:00 A.M. , C.D.S.T. , Thursday, September 20, 1979, at which time they will be publicly opened and read aloud for the furnishing of the following: CIVIL DEFENSE - FIRE - WARNING SIGNAL SIREN INSTALLATION PROJECT involving furnishing and installing sirens and all necessary Iappurtenances for a complete and operating system of warning. Specifications, proposal forms and contract documents may be seen at the ' office of the City Clerk, Oak Park Heights, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc. , Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, Minnestoa. ' Each bid shall be accompanied by a bidder's bond naming the City of Oak Park Heights as obligee, certified check payable to the Clerk of Oak Park Heights or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three low,- est bidders for a period not to exceed 30 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of thirty (30) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc. , upon payment of a deposit of $15.00, all of which will be refunded to ' all bona fide bidders, providing said specifications are returned in good con- dition within fifteen (15) days after the date set for the opening of bids. A bona fide bidder is one who actually signs and submits a bid. No money will be refunded to any person who obtains plans and specifications and does not submit a bid to the Owner. The City Council reserves the right to reject any and all bids, to waive ir- regularities and informalities therein and further reserves the right to award the contract to the best interests of the City. LaVonne Wilson, City Clerk ' Oak Park Heights, Minnesota 1 1 I IPROPOSAL FOR CIVIL DEFENSE - FIRE - WARNING SIGNAL INSTALLATION PROJECT OAK PARK HEIGHTS, MINNESOTA II OPENING TIME: 10:00 A.M. , C.D.S.T. II OPENING DATE: Thurs., Sept. 20, 1979 I Honorable City Council City of Oak Park Heights Oak Park Heights, Minnesota 55082 IGentlemen: S The undersigned, 'being familiar with your local conditions, having made the I field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. - 0 - and being familiar with all factors and other conditions affecting the work and cost I thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and IIBonestroo, Rosene, Anderlik & Associates, Inc. , 2335 W. Highway 36, St. Paul, Minnesota 55113, as follows: Installation of two (2) Civil Defense-Fire-Warning Signal I sirens complete with controls in accordance with the specifications, for the. LUMP SUM of: Twenty-Two Thousand, Nine DOLLARS No CENTS-LUMP SUM-$ 22,956.00* IHundred Fifty-six If awarded the project, I/we will totally complete the project on or before I90 days after receipt of contract . Accompanying this bid is a $6ikiCbilf'/ '/}fglIR, certified check/cf'/q sij/% 'jq's'a/d in the amount of One Thousand, Three Walde Hundre � no/Q I / r which is at least five percent (5%) of the amount of s(a made payable to the City of Oak Park Heights and the same is subjecttoforfeiturenthe e event of default on the part of the undersigned or failure on the part of the IIundersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to Ireject any and all bids and to waive irregularities and informalities therein, to increase or decrease quantities as desired and to award the contract to the best interests of the Owner. IIIn submitting this bid it is understood that payment will be by cash or check. * Bid is per plans and specs, using three phase sirens. II II P-1 I It is understood that bids may not be withdr a period of the date and time set for the opening of bids. Itris understood30hatys thefter ' Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. ' Respectfully submitted, (A Corporation) ' Electric Service Co. of MinneapoliOA /ttiai4tdtihi4 Name of ' (Signed) By James E Peterson Title President JAMES E PETERSON (SEAL) Printed Name of Signer ' __609 Chicago Avenue Address Minneapolis, Mn. 55404 Telephone /1(- 332-1465 I P-2 1 INFORMATION TO BIDDERS ' 1• BID PROCEDURE: Each Contractor has and two extraproposals. In submitting his nbid,nthe eContractor d a ishall nbid lon the separate Proposal designated IA n "BID COPY" and noin the specification boolc. sealed envelope shall contain the Proposal. 2. PLAN DEPOSIT: ------------ ' A. Prime Contractor: A Prime Contractor may obtain one set of plans and specifications for the deposit as stipulated in the Advertisement for Bids. All of the deposit shall be returned if the Prime Contractor submits a bona-fide bid ' and returns the plans and specifications in good condition within 15 days after the date set for opening of bids. ' A prime contractor is defined as a general contractor who submits a bona-fide bid or an electrical or mechanical subcontractor who provides a complete sub-bid to more than one general contractor. The general must be named by the subcontractor with the return coftthetplans reand vspecificationsn ' to be eligible for deposit return. A bid for equipment or material only is not considered a complete sub-bid. ' Prime contractors may obtain more than one set of plans and specifications if necessary, however, no refund will be given for these additional sets. ' B. !Material Supplier: Any material supplier may obtain one set of plans and specifications for a deposit as stipulated in the Advertisement for Bids. One-half of this amount will be returned if the plans and specifications are returned in good condition within 15 days after the date set for the opening of t bids. Individual drawings and sections of the specifications may be purchased at ' a rate of one dollar ($1.00) per sheet of drawings and ten cents of specifications for which no refund shall be made. ($0' 10) per sheet ' C. Plan Deposit Refund : No deposit refund shall be made for plans and specifications returned less than forty-eight (4a) hours prior to bid letting hour if the Contractor does not submit a bid. 5/73 1 1 1 SPECIAL PROVISIONS 1. PROJECT DESCRIPTION: This project consists of the furnishing and in- stalling of a complete siren system for Civil Defense - Fire - Warning signal transmission over the City of Oak Park Heights. The sirens are to be installed in locations designated bythe vil Defense Director and the City Engineer. Said locations are shown onthemap included in the specifications. The west location is in a City The east location is onprivate park area. property with access by easement. 2. OWNER: The City of Oak Park Heights, Minnesota is designated as the Owner. 3. COMPLETION DATE: It is required that hat the bidder indicate on the proposal, in the space provided, his projected completion date. It is required that work start upon receipt of signed contract and completed as soon as feasible. 4. LIQUIDATED DAMAGES: Liquidated damages as specified in the Conditions of the Contract shall be Twenty-five Dollars ($25.00) per calendar day after the completion date included in the proposal. 5. TESTS: The Contractor shall be responsible for all initial testing of the system prior to acceptance by the City. The Contractor shall submit a written certification of completion to the City upon completion of all testing and adjustment of the system. i 11 i 1 1 1 1 I i 1 I SPECIFICATIONS FOR CIVIL DEFENSE - FIRE - WARNING SIGNAL SIREN INSTALLATION PROJECT FOR OAK PARK HEIGHTS, MINNESOTA 16,720.0 0 SCOPE OF PROJECT: The project consists of the installation of new warning sirens within the City of Oak Park Heights. It is the intent of this specification that the Contractor shall furnish and install the necessary poles, sirens and controls and furnish and install all necessary wiring, conduit and related appurtenances for a complete operating system. The new siren controls shall be totally compatible with the Washington County Sheriff's Department equipment. 16,720.1. SIRENS: The Contractor shall furnish and install two (2) sirens which shall conform to the office of Civil Defense Specifications. To comply with existing Federal requirements for Civil Defense Outdoor Warning Systems, the Contractor or equipment supplier shall provide a certified warning system survey of this area as a part of the bid. A copy map is included with these specifications for use by the Supplier ofptheaphic sirens in completing the survey. The sirens listed herein are listed for quality comparison. ui p The Contractor and supplier shall bid equipment pment equal to that listed, however, they shall warrant coverage of the entire area shown on the plan by the equipment bid. Equipment other than that specified will be considered if equal to that shown. Sirens shall be equal to the Model 1003 Thunderbolt 126dB as manufactured by Federal Sign and Signal Corporation. Equal units by Alerting Communicators of America will be accepted. Units shall be capable of 126 dB output at 100 feet and have an effective sound range of 5400 feet. Sirens shall be suitable for 120/240 volt, 60 cycle, 3 phase, 3 wire power and shall be equipped with all 11 necessary brackets and hardware for mounting as described herein. The sirens shall contain three (3) separate motors for driving the compressor, the chopper and for rotation of the uit. Sirens shall be dual tone, three signal units producing high-low tone for fire signal, an alert signal and a warning I/ signal. The Contractor shall submit with his bid a guarantee showing the temperature range in which the sirens will function. 16,720.2. CONTROLS: The new siren system shall be provided with controls to be operated from the Washington County Sheriff's Department radio dispatcher and also by a system that can be activated from the Oak Park Heights City Office. 11 The control system to be operated by the Sheriff's office shall be radio controlled. This shall include the furnishing and installation of a Federal Model TE5 encoder compatible with the County radio system. This shall be so installed that Federal warning signals will automatically activate the proper siren tone and signal. 16,720-1 I I The system shall also be controlled by a pushbutton system from the City office utilizing telephone wire signals. Each siren shall be equipped with compatible receivers and other necessary appurtenances. A timer shall also be provided and installed that will automatically activate the sirens for daily functions such as noon and curfew I/ times as desired by the City. The Contractor shall furnish and install at each siren location a solid state radio receiver and complete siren control panel with the necessary equipment and relays for the functions desired. The equipment shall be designed to perform the following functions: 1. Activate both sirens simultaneously. 2. Activate each siren independently. 3. Allow selection of any of three sounds provided by the sirens. Those being steady tornado alert, warble for attack warning or high-low for signal. This Contractor shall provide all equipment and/or modifications required and all wiring, conduit, coordination with the power company and the telephone company for necessary connections and all else necessary for a complete and operating warning system. 16,720.3. INSTALLATION: The Contractor shall furnish and install two (2) sixty (60' ) foot Class 3 Western Red Cedar poles with full Pentachlorophenal 11 treatment for mounting of the sirens. The poles shall be installed where shown on the plan and as directed by the City Engineer. Poles shall be set to a depth of twelve (12' ) feet. The sirens specified herein shall be mounted with suitable brackets on the poles along with all magnetic starters, decoder 11 timers and controls. The Contractor shall furnish and install a 100 amp fused disconnect with lockable cover, on each pole and the necessary conduit and conductors from the siren to the control unit and between the control unit and the disconnect. The Contractor shall furnish conduit and wire from the disconnect to the top of the poles and terminate with weatherheads and wire racks for the electrical 1/ service drop. All electrical work shall be in accordance with the National Electric Code, State Electric Code and all local codes. The Contractor shall obtain the necessary inspection and affidavit from the State Electrical 11 Inspector so that the Power Company can provide the service drop. The Contractor shall pay for all charges imposed by the power company for the electrical services to the sirens. The Contractor shall also modify, expand, alter or make addition to the County base station for the signal encoder located at the County Sheriff' s Office as a part of this project, the remote operation and control of the siren system. The Contractor shall completely install the timer and pushbutton controls requird in the City office for operation of the system including all wiring, connections and related appurtenances. I/ 16,720-2 I I I/ 16,720.4. ER GENERAL E ME and warrant all RAL entMENTS• The Contractor shall assume res equyear from the date of acceptancematerlal workmanshipand period of one (1) of the installationfby the Cityponsibility Upon completion ' of the installation and power connection and line connections by the power company and telephone company, shallractor ethe necessary radio and siren technicians check the installation and test operatep the system. I16,720.5. COMPLETION: It is the desire of the City that the shall be installed within 45 days after receipt of the equipment sirey the r to the Special Provisions Contractor. Contractor shall refer in re r this matter. reference to 16,720.6. INSTRU CTION AND E UIPMENT CATALOGS: The Contractor shall instruct the necessary City and County personnel in reference to the system 11 He shall also supply, to the City, two Y operation. manuals covering all equipment (2) complete sets of information submitted for ngvil e9 pment prior to final payment. Shop drawings shall be y the City Engineer prior to installation. 1 1 1 I I 1 1 1 I 1 1116,720-3 1 1 1 CONDITIONS OF THE CONTRACT I INDEX I PBBe - SECTION 1 Definitions 1 1 SECTION 2 - Bidding Requirements 3 SECTION 3 - Award and Execution of Contract 5 SECTION 4 - Drawings, Specifications and Related Data 6 I/ SECTION 5 - Engineer-Owner-Contractor Relations 9 SECTION 6 - Availability of Lands; Physical I/ - Conditions; Reference Points 14 SECTION 7 Materials and Workmanship 15 SECTION 8 - Insurance, Legal Responsibility, Public Safety and Miscellaneous 17 SECTION 9 - Progress and Completion of Work 1/ 23 - SECTION 10 Measurement and Payment 25 1 Form of Agreement 31 Performance and Payment Bond 33 Certificate of Acknowledgment 1 34 I I 5/79 I 1 CONDITIONS OF THE CONTRACTS SECTION 1 ' DEFINITIONS 1.1 CONTRACT DOCUMENTS. The Contract Documents consist of the following, including all Addenda is- sued prior to the opening of bids and Modifications issued after execution of the Contract: 11 (a) Bid Documents (Advertisement, Information to Bidders, Proposal and Bid Security) ; (b) Agreement; (c) Performance and Payment Bond; (d) Special Provisions; (e) Specifications (General and Specific Requirements) ; (f) Conditions of the Contract (General Supplementary and other Conditions) ; and 11 (g) Drawings. 1.2 CONTRACT. The Contract Documents form the Contract. The Contract represents the I entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. 1.3 ENGINEER. 11 The Engineer is the person or entity or authorized representative thereof named in the Contract Documents. 1.4 OWNER. The Owner is the person or entity or authorized representative thereof named in the Contract Documents . 1.5 CONTRACTOR. The Contractor is the person or entity or authorized representative thereof named in the Contract Documents. 1.6 SUBCONTRACTOR. The Subcontractor is the person or other entity having a direct contact with the Contractor and acts for or on behalf of the Contractor in executing any - 1 - 1 I/ part of the Contract, but does not include any separate Contractor or his I subcontractor or any material suppliers. 1.7 PROPOSAL. • I The Proposal is the offer of a bidder to perform the work described in the Bid Documents when made out and submitted on the prescribed Proposal form, properly signed and secured. I/ 1.8 BID SECURITY. The Bid Security, where required by the Advertisement or Information to I Bidders, is a cashier' s or certified check, cash or Bid Bond accompanying the Proposal submitted by the bidder, pledging that the bidder will enter into an Agreement with the Owner for the carrying out of the Work, should the contract for the Work be awarded to him. 1.9 AGREEMENT. , The Agreement is the written contract between the Owner and Contractor covering the performance of the Work described in the Contract Documents. Other Contract Documents are attached to the Agreement. 1.10 PERFORMANCE AND PAYMENT BOND. The Performance and Payment Bond is the approved form of security furnished by the Contractor and his Surety prior to the execution of the Agreement as a pledge of good faith on the part of the Contractor, and the Surety in the event of the Contractor' s default, covering the Contractor' s faithful per- formance under the Contract Documents and the payment of all obligations arising thereunder. The terms and conditions of said Bond are governed by M.S.A. §574 . 26 et. seq. and amendments thereto, and W.S.A. §62 .15 et. seq. and amendments thereto. 1.11 BIDDER. I A Bidder is an individual or other entity submitting a Proposal for the advertised Work. 1.12 SURETY. A Surety is the person or other entity executing the Contractor' s Performance and Payment Bond. 1.13 SPECIFICATIONS. I The Specifications consist of the General and Specific Requirements per- taining to the Work. 1.14 DRAWINGS. The Drawings are all plans, drawings or reproductions of drawings issued by the Engineer pertaining to the Work and provided for in the Contract Docu- ments. t -2- I 1.15 WRITTEN NOTICE. Written Notice shall be deemed to have been served if delivered in person or sent by registered or certified mail to the individual or other entity or to the last known business address of such individual or entity. It shall be the duty of each party to advise the other parties to the Agreement as to any change in the business address until completion and acceptance of the Work. 1. 16 ACTS OF GOD. An Act of God is an unusual , extraordinary and sudden manifestation of the forces of nature, uncontrolled and uninfluenced by the power of man and without human intervention, that could not under normal circumstances have ' been anticipated or expected. Ordinary, expectable, and gradual weather conditions of normal intensity for the locality shall not be considered as an Act of God and the Owner or Engineer shall not be liable to the Contractor for damage to the [Mork resulting therefrom. SECTION 2 BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS. The Owner will furnish Proposal Forms to any qualified Bidder upon request. 2. 2 INTERPRETATION OF QUANTITY ESTIMATES . The quantities appearing in the Proposal shall be used as the basis of calculation for comparison of Proposals. The scheduled quantities are to be considered approximate only and may be increased, decreased or omitted as provided in Section 9. 4 . 2. 3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE. I Each Bidder is required to examine carefully the site of the Work, the Proposal Forms , Specifications and Plans. Submission of a Proposal shall be considered evidence that the Bidder has made such examination and that he has familiarized himself with the conditions to be encountered, the character, quality and quantity of work to be performed and material to be furnished and the requirements of these Contract Documents. I2.4 ADDENDA. Any Addenda issued prior to the time of receipt of Proposals shall be in- cluded in the Proposal and shall be made part of the Contract Documents. Receipt of each Addendum shall be acknowledged by the Bidder in his Proposal. 2. 5 PREPARATION OF BID. The Bidder shall submit his Proposal on the Proposal Form provided by the I Owner. All blank spaces in the Proposal must be filled in clearly and correctly in ink or typewritten. Any interlineation, alteration or erasure must be initialed by the signer of the Proposal . The Proposal shall be I -3- i signed in ink by the individual or authorized representative making the Proposal. 2 . 6 RESERVATIONS AND/OR EXCEPTIONS. Reservations or exceptions shall be clearly stated in writing and attached to the Proposal. They will be deemed to be a part of and incorporated into the Proposal. Bidders are advised that if such reservations or exceptions I/ constitute a substantial deviation from the advertised terms and conditions, their Proposals may rendered nonresponsive. The Bidder shall make no additional stipulations on the Proposal nor qualify it in any other manner. 2.7 BID SECURITY. It so stipulated in the Advertisement or Invitation to Bid, each Proposal , shall be accompanied by a Bid Security in the required form and amount pledging that the Bidder will enter into a Contract with the Owner on the terms stated in his Proposal and will, if required, furnish bonds as de- scribed hereunder in Section 8.4 covering the faithful performance of the Contract and the payment of all obligations arising thereunder. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds, if required, the amount of the Bid Security shall be forfeited to the Owner as liquidated damages, not as a penalty. The Owner will have the right to retain the Bid Security of Bidders until either (a) the Contract has been executed and Bonds, if required, have been furnished or (b) the specified time has elapsed so that Proposals may be withdrawn, or (c) all Proposals have been rejected. 2.8 DELIVERY OF PROPOSAL. I Each Proposal shall be placed in an opaque envelope and securely sealed. The envelope shall be so marked as to indicate the name and address of the Bidder, the type of work and the Project Designation. If mailed, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "PROPOSAL ENCLOSED" on the face thereof. All Proposals shall be in the office of the designated recipient before the time set for bid opening. 11 2. 9 OPENING OF PROPOSALS. Proposals will be opened publicly and read aloud at the time, date and place designated in the Advertisement. 2.10 EVALUATION OF PROPOSALS. 1 The Owner reserves the right to reject any Proposal if it shows any omissions, alterations, irregularities, is submitted subsequent to the opening of the first Proposal, or is unaccompanied by any required Bid Security. The Bidder further acknowledges the right of the Owner to reject all Proposals and readvertise with the same or different Bid Documents. In any event, the Owner reserves the right to waive any informalities, irregularities or minor deviations in the Proposal. Comparison of Proposals will be made on the basis of the stated unit prices and unit prices will control in the event of a discrepancy between the unit price and the extension or summation thereof. 11 -4- 1 1 11 2.11 CERTIFICATE OR INDEPENDENT PRICE DETERMINATION. By submission of a Proposal, each Bidder certifies that: (a) The prices in the Proposal have been arrived at independently, without consultation, communication or agreement as to any matters relating to such prices with any other bidder or with any competitor for the purpose of restricting competition; (b) The prices which have been quoted in the Proposal have not been or will not be knowingly disclosed to any other bidder or com- petitor prior to the opening of the Proposals; (c) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. I SECTION 3 1 AWARD AND EXECUTION OF CONTRACT 3.1 AWARD OF CONTRACT. When the Proposal of the lowest responsible bidder is accepted and within 30 days after opening, the Owner will send him the necessary Contract Documents and a notice that the contract has been awarded to him, subject to the furnishing of a Performance and Payment Bond, where required. 3.2 PERFORMANCE AND PAYMENT BOND. Where required, and prior to or at the time of the execution of the Agreement the Bidder determined to be the lowest responsible Bidder shall furnish a public contractor' s bond as required by M.S.A. §574. 26 et. seq. and amendments thereto and W.S.A. §62.15 et seq. and amendments thereto. 3. 3 EXECUTION OF AGREEMENT. The lowest responsible bidder shall, within 15 days after receiving the 11 notice of award, sign the Agreement contained in the Contract Documents and return the signed Agreement and other Contract Documents to the Owner. 3.4 FAILURE TO EXECUTE AGREEMENT. Upon the failure of the lowest responsible bidder to furnish an acceptable Bond, where required, or to execute the Agreement within the time above 11 specified, the Owner may have the option to annul the award and retain the Bid Security accompanying the Bid as liquidated damages and not as a penalty. This shall not be the sole remedy of the Owner but upon default by the Bidder the Owner may adopt any legal remedy which it may see fit to adopt. 3.5 RETURN OF BID SECURITY. I All Bid Securities , except that of the lowest responsible bidder, will be returned within 30 days after the date of the opening of Proposals. The -5- Bid Security of the lowest responsible bidder will be returned upon receipt of the properly executed Agreement and Bond. SECTION 4 DRAWINGS, SPECIFICATIONS ANDI/ RELATED DATA 4.1 INTENT OF DRAWINGS AND SPECIFICATIONS. I The intent of the Drawings and Specifications is that the Contractor shall furnish all labor and materials, equipment and transportation necessary for the proper execution of the Work unless specifically noted otherwise. The Coiitiat.Loi shall do all the work shown on the Drawings and described in the Specifications and all incidental work considered necessary to complete the Project in an acceptable manner, and to fully complete the work or improve- ment, ready for use, occupancy and operation by the Owner. 4.2 ORDER OF PRECEDENCE. I If there be a conflict between or among any of the terms or provisions of the Contract Documents, the following Order of Precedence shall apply: (a) Agreement; (b) Special Provisions; I (c) Specifications - Specific Requirements; (d) Specifications - General Requirements; I (e) Conditions of the Contract (General Supplementary and Other Conditions) ; (f) Drawings. 4.3 DISCREPANCIES. Any ambiguity or discrepancy in the Drawings and Specifications, no matter how seemingly insignificant to the Contractor, shall be brought immediately to the attention of the Engineer for clarification. Any Contractor who fails to bring any ambiguity or discrepancy of which it was or should have been aware, shall assume the risk of loss of, and shall be allowed no claim forI/ the misinterpretation of the Drawings and Specifications contrary to the intended interpretation of the Engineer. 4.4 ADDITIONAL INSTRUCTIONS. Further or additional instructions may be issued by the Engineer during the progress of the Work by the use of Drawings or other means to clarify the Contract Documents or to explain or illustrate changes in the Work to be done. 1 -6- II II4 . 5 COPIES OF DRAWINGS AND SPECIFICATIONS FURNISHED. Except as provided for otherwise, five (5) copies of Drawings and S ec ' I tions shall be furnished to the Contractor without charge. P � flca- 4. 6 DRAWINGS AND SPECIFICATIONS AT JOB SITE. IIOne complete set of all Drawings and Specifications Addenda, Drawings, Change Orders and other Modifications shall maintaipnedproved the job site and shall be available to the Engineer at all times. II 4 .7 OWNERSHIP OF DRAWINGS AND SPECIFICATIONS. IIAll Drawings and Specifications and copies thereof and other data furnished by the Engineer are and shall remain his property. They are to be used onl with respect to this Project and are not to be used on any other project. y Said documents are to be returned or suitably accounted for to the Engineer II on request at the completion of the Work. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of the II Engineer' s common law copyright or other reserved rights. 4. 8 DIMENSIONS. II Figured dimensions on the plans will be us ed . Drawings. Where the work of the Contractor isnaffectedpreference by finishtling dimenthe sions these shall be determined by the Contractor at the site, and he shall assume 11 the responsibility therefor. 4. 9 SAMPLES. All samples called for in the Specifications or required by shall be furnished by the Contractor and shall be submitted toethegineer Engineer for his review. Samples shall be furnished so as not to dela I/ The Contractor shall furnish such samples of material as maybe ub the urredcf. examination and testing. All materials and workmanship shall berinaccordfor ance with approved samples. All samples of materials for tests shall be taken 11 according to methods provided for in the Specifications. 4 .10 PRODUCT DATA. IIProduct Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate a material, Ithe Work. product or system for some portion of 4.11 SHOP DRAWINGS. ' 4.11.1 The Contractor shall provide Shop Drawings, settings, sc and such other drawings as may be necessary for thethe prosecutionof Work in the shop and in the field as required by the Drawings, Specifica- II tions or Engineer' s instructions. Deviations from the Drawings and Specifications shall be called to the attention of the Engineer at the time of the first submission of Shop Drawings and other drawings for II approval. The Engineer's review of any drawings shall not release the Contractor from responsibility for such deviations. 1 -7- 1 II 4.11.2 Shop Drawings shall be promptly submitted by the Contractor eyr he hns revarmonwed, checked and approved the data to determine that they are in harmony with the requirements of the Project and with the 11 provisions of the Contract Documents landmafterale ,has verified g numbersall field and measurements and construction' cri er Drawin s the Contractor is cer tsimilar data. In submitting the Shopthe Shop Drawings is recommended by tifying that the work represented by 11 the Contractor. 4 .11.3 Shop Drawings shall be submitted according to the following schedule: 11 (a) Three copies shall be submitted with reasonable promptness and in such sequence as to prevent delay of the Work. I (h) The Engineer. shall , within fourteenC(14) days ofmatheked submittal h of any Shop Drawings, return one copy to corrections and changes. II The Contractor shall then promptly correct the Shop Drawings (c) changes requested by the Engineer. I to conform to the corrections and (d) Following completion of such corrections and changes , the Contractor shall promptly furnish the c �rectionstandcchangeof the Shop I Drawings conforming to the required co 4 .12 QUALITY OF EQUIPMENT AND MATERIALS. er in the 4 .12.1 In order to establish standards of quality, the Engineer, II name and catalog Specifications, has referred to certain products by from number. This procedure is not to be construed as eliminating ingr romu competition other products of equal or better quality Y II facturers where fully suitable in design unless otherwise specifically stated in the Specifications or Special Provisions. II 4 .12. 2 The Contractor shall furnish the complete list of proposed desired substitutions prior to executing the Agreement, together with such engineering and Product Data as the Engineer may require. 11 4 .12. 3 The Contractor shall abide by the Engineer' s recommendation when • proposed substitute materials or items of equipment are not recommended II for installation and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be sub- mittedindividual trades in writing by the General Contractor and not byII or material suppliers. The Engineer will review proposed substitutions and make his recommendations in writing within a reasonable time. 4.13 FURNISHING OF PRODUCT DATA. I 4 .13 .1 The Contractor shall furnish one copy of complete Product Data for every manufactured item of egt and data,Cmaterialsto description, II e used in the Work, including specific performance rating, capacity, working pressure, material gage or thickness , brand name, catalog number and general type. 114 .13 .2 This data shall be compileyntdpby hi.sContract r and reviewed by the Engineer before any of th q -8- 4.13.3 All data shall be indexed according to specification section and paragraph for easy reference. 4.13.4 After review, this data shall become a part of the Contract, and may not be deviated from except upon written approval of the Engineer. 4.13. 5 Product Data for equipment reviewed by the Engineer does not in any case supersede the Contract Documents. The review by the Engineer shall not relievc the Contractor from responsibility for deviations from Drawings or Specifications unless he has in writing called the Engineer' s attention to such deviations at the time of furnishing said data. Nor shall such review relieve the Contractor from responsibility for errors of any sort in the items furnished. The Contractor shall check the Work described by the Product. Data with the Contract Documents for deviations and errors. 4.13.6 It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes of equipment that the final installation shall suit the true intent and meaning of the Drawings and Specifications. 4.13.7 Where equipment requiring different arrangement of connections from those shown is approved, it shall be the responsibility of the Contractor to install the equipment so as to allow for proper operation and in harmony with the intent of the Drawings and Specifications, and to make all changes in the work required by the different arrangement of connections. 4. 13 .8 Product Data shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine if they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measure- ments and construction criteria, materials, catalog numbers and similar data. In submitting the Product Data, the Contractor is certifying that the work represented by the data is recommended by the Contractor. SECTION 5 11 ENGINEER-OWNER-CONTRACTOR RELATIONS 5.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, rate of progress of Work, interpretation of Drawings and Specifications and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. 5.2 DECISIONS ON DISAGREEMENTS. ' 5.2.1 Claims, disputes , disagreements, or other matters in question between the Contractor and the Owner relating to the execution or progress of the Work or the interpretation of the Contract Documents shall be referred initially to the Engineer for decision which he will render in writing within a reasonable time. ' -9- I 5.2.2 Any claim, dispute, disagreement or other matter that has- been referred to the Engineer, except any which has been waived by the making or acceptance of final payment, shall be subject to arbitration under paragraph 5.3 below upon the written demand of either party. However, no demand for arbitration of any such claim, dispute or other matter may be made until the earlier of the date on which the Engineer has rendered his written decision, or the tenth day after the parties have presented their evidence to the Engineer or have been given a reasonable opportunity to do so, if the Engineer has not rendered his written decision by that date. 5. 2 .3 If a decision of the Engineer is made in writing and states that it is final but subject to appeal, no demand for arbitration of a claim, dispute or other matter covered by such decision may be made later than thirty days after the date on which the party making the demand received the decision. The failure to demand arbitration within said thirty days ' period will result in the Engineer' s decision becoming final and binding upon the Owner and the Contractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such de11 - cision may be entered as evidence but will not supersede any arbitration proceedings unless the decision is acceptable to the parties concerned. 5. 3 ARBITRATION. 5. 3.1 All claims, disputes and other matters in question arising out I/ of, or relating to, this Contract or the breach thereof, except for claims which have been waived by the making or acceptance of final payment, or barred by failure to demand arbitration within the time limits specified, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then ' obtaining unless the parties mutually agree otherwise. Prearbitration discovery shall be conducted in accordance with Rules 26 through 37 of the Federal Rules of Civil Procedure. The parties agree not to consolidate their arbitration proceedings with any such pro- ceedings to which the Engineer is a party without the written consent of the Engineer. This agreement to arbitrate shall be specifically en- forceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction. 5. 3. 2 Notice of the demand for arbitration shall be filed in writing with the other party to the Contract and with the American Arbitration Association; and a copy shall be filed with the Engineer. The demand for arbitration shall be made within the time limits specified and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on such claim, dispute, or other matter in question would be barred by the applicable statute of limitations. 5. 3 . 3 The Contractor shall carry on the Work and maintain the progress schedule during any arbitration proceedings , unless otherwise agreed by him and the Owner in writing. 5.4 OBSERVATION OF WORK. I All materials and each part or detail of the Work shall be subject at all -10- 1 I times to observation by the Engineer and the Owner, and the Contractor will be responsible for strict adherence to the true intent of the Specifications in regard to quality of materials , workmanship, and the diligent execution of ' the Work. Such observations may include mill, plant, or shop inspection, and any material furnished under these Specifications is subject to such observation. The Engineer shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make his observations and construction review. 5.5 CONTRACTOR'S SUPERINTENDENCE. A competent superintendent, who is acceptable to the Owner, shall be main- tained on the Work site and give efficient supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of the Contractor, and all communications given to the superintendent shall be as binding as if given to the Contractor. Important communications shall be confirmed by the Engineer in writing. Other communications shall be so confirmed upon written request of the Contractor. It shall be the respon- sibility of the Contractor' s superintendent to coordinate the work of all the Subcontractors. When required, the superintendent shall be present on the site to perform adequate supervision and coordination. 5.6 ASSIGNMENT OF CONTRACT. The Contractor shall neither sublet, sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title or interest therein, or his obligations thereunder, nor, if the Contractor is a corporate entity, sublet, sell, transfer or assign a majority of the out- standing shares of stock in the corporation, without prior written consent of the Owner. In case written consent is given, the Contractor will be per- mitted to sublet a portion of the contract or corporate stock thereof, but shall perform, with his own organization, Work amounting to not less than 50 percent of the total original contract cost. No subcontracts or transfer of contract or corporate stock shall release the Contractor of his liability under the Contract or Bonds. 5.7 SUSPENSION OF WORK. 1 5.7.1 The Owner shall have the authority to suspend the Work, wholly or in part, for such period or periods, as he may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for prosecution of the Work, or failure on the part of the Contractor to carry out the provisions of the Contract or to supply materials meeting the requirements of the Specifications. ' 5.7 .2 Said Suspension shall be effective provided the Owner gives the Contractor five (5) days ' written Notice of Suspension, which shall set forth the date on which Work is to be resumed. The Contractor shall ' resume the Work within ten (10) days after the date set forth in said Notice of Suspension. 5.8 OWNER'S RIGHT TO CORRECT DEFICIENCIES. Upon failure of the Contractor to perform the Work in accordance with the Contract Documents, including any requirements with respect to the Schedule U -11- I/ I of Completion, and after five (5) days ' written notice to the Contractor, the 11Owner may, without prejudice to any other remedies he may have, correct such deficiencies. 5.9 OWNER'S RIGHT TO TERMINATE CONTRACT AND COMPLETE THE WORE. I 5.9 .1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents, the Owner shall have the right to terminate the employment of the Contractor after giving ten (10) days' written Notice of Termination to the Contractor. In the event of such termination, the Owner may take possession of the Work and of all materials, tools and equipment thereon and may finish the Work by whatever method and means he may select. 5.9. 2 It shall be considered a default by the Contractor whenever he shall: 11 (a) File a Petition in Bankruptcy, attempt a reorganization under the bankruptcy laws, become insolvent, make a general assignment for the benefit of his creditors , or if a trustee or receiver be appointed; (b) Disregard or violate the provisions of the Contract Documents , I/ laws, regulations or orders of any public body having jurisdiction or fail to prosecute the Work according to the agreed Schedule of Com- pletion, including extensions thereof; or (c) Fail to provide a competent superintendent, workmen or sub- contractor, or proper materials, or fail to make prompt payments therefor. 5.10 CONTRACTOR'S RIGHT TO SUSPEND WORK OR TERMINATE CONTRACT. 11 The Contractor may suspend the Work or terminate the Contract after giving ten (10) days ' written notice to the Owner and the Engineer due to the occurrence of any one of the following: (a) If an order of any court, or, other public authority caused the Work to be stopped or suspended for a period of ninety (90) days through no act or fault of the Contractor or his employees; (b) If the Engineer should fail to act upon any Request for Payment within twenty (20) days after it is presented in accordance with the Conditions of the Contract; (c) If the Owner should fail to act upon any Request for Payment within thirty (30) days after its approval by the Engineer; or (d) If the Owner should fail to pay the Contractor any sum within ' thirty (30) days after an award by arbitrators. 5.11 RIGHTS OF VARIOUS INTERESTS. ' Wherever Work being done by the Owner's forces or by other Contractors is contiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by agreement to secure the completion of the various portions of the Work in general harmony. -12- 5.12 SEPARATE CONTRACTS. The Owner may let other contracts in connection with the Work of the Con- tractor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their Work. It shall be the Con- tractor's responsibility to inspect all work by other Contractors affecting his Work and to report to the Engineer any irregularities which will not permit him to complete his Work in a satisfactory manner. His failure to notify the Engineer of such irregularities shall indicate the work of other Contractors has been satisfactorily completed to receive his Work. The Contractor shall not be responsible for defects of which he could not have known, which develop in the Work of others after the Work is completed. It shall be the responsibility of the Contractor to measure the completed work ' in place and report to the Engineer immediately any difference between completed work by others and the Drawings. ' 5.13 SUBCONTRACTS. 5.13.1 Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, ' submit in writing to the Owner the names of the Subcontractor proposed for the Work. Subcontractors may not be changed except at the request or with the consent of the Owner. ' 5.13.2 The Contractor is responsible to the Owner for the acts and omissions of his Subcontractors, and of their direct and indirect 11 employees , to the same extent as he is responsible for the acts and omissions of his employees. 5.13.3 The Contract Documents shall not be construed as creating any ' contractual relation between the Owner, the Engineer and any Subcon- tractor. ' 5. 13.4 The Contractor shall bind every Subcontractor by the terms of the Contract Documents. 5.13 .5 For convenience of reference and to facilitate the letting of ' Contracts and Subcontracts, the Specifications are separated into titled sections. Such separations shall not, however, operate to make the Engineer an arbiter to establish limits to the contracts between Con- tractor and Subcontractors. 5.14 WORK DURING AN EMERGENCY. 5. 14.1 In any emergency affecting the safety of persons on property, the Contractor shall act to prevent threatened damage, injury or loss. In all cases he shall, as soon as practicable, notify the Owner of the emergency and he shall not wait for the instructions before proceeding to protect both life and property. 5.14 .2 Any additional compensation or extension of time claimed by the 11 Contractor on account of said emergency work shall be determined under Section 10. 10. 5.15 ORAL AGREEMENTS. No oral order, objection, claim or notice by any party to the others shall -13- I/ affect or modify any of the terms or obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other II than by a definitely agreed waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other waiver or modification. 5.16 NONDISCRIMINATION IN EMPLOYMENT. For Work under this Contract the Contractor must agree: (a) That in the hiring of common or skilled labor for the per- formance of any Work under this Contract or any subcontract hereunder, nn contractor, material supplier or vendor shall, by reason of race, creed, color or national origin, discriminate against the person or per- sons who are qualified and available to perform the Work to which such employment relates; (b) That no Contractor, material supplier or vendor shall, in any manner, discriminate against or intimidate or prevent the employment of any person or persons, or on being hired, prevent or conspire to prevent any person or persons from the performance of the Work under this Con- tract on account of race, creed, color or national origin. (c) Violation of this section shall be cause for cancellation or termination of this Contract. SECTION 6 I AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 6.1 LANDS BY OWNER. The Owner shall provide, not later than the date when needed by the Contractor, the lands shown on the Drawings upon which the Work under the Contract is to be performed. The Owner shall also provide rights-of-way for access thereto. Any delay in furnishing these lands by the Owner shall be deemed proper cause for adjustment in the Contract Amount and in the time of completion. 6. 2 LANDS BY CONTRACTOR. Any additional land and access thereto not shown on the Drawings that may be required for temporary construction facilities or for storage of materials shall be provided by the Contractor with no liability to the Owner. The Contractor shall confine his apparatus and storage of materials and operation of his workmen to those areas described in the Drawings and Specifications and such additional areas which he may provide at his expense. 6 .3 PRIVATE PROPERTY. I The Contractor shall not enter upon private property for any purpose without -14- 1 obtaining permission from the owner thereof, and he shall be responsible for the preservation of all public property, trees, monuments, etc. , along and ' adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or injury thereto. He shall protect carefully from disturbance or damage all monuments and property marks until an authorized ' agent has witnessed or otherwise referenced their location and shall not remove them until directed. I 6.4 SURVEYS. Unless otherwise specified, the Owner shall establish all base lines for the location of the principal component parts of the Work together with a suitable ' number of bench marks adjacent to the Work. Based upon the information provided by the Owner, the Contractor shall develop and make all detail surveys necessary for construction, including batter boards, stakes for pile ' locations and other working points, lines and elevations. The Contractor shall be responsible for carefully preserving bench marks, reference points and stakes, and, in the case of destruction thereof resulting from his negligence or otherwise, the Contractor shall be charged with the expense and ' damage resulting therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. 6. 5 UTILITIES. The Contractor shall be solely responsible for verifying the exact location of all utilities. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this respon- sibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. SECTION 7 MATERIALS AND WORKMANSHIP 7. 1 MATERIALS FURNISHED BY CONTRACTOR. 7 .1.1 All materials used in the Work shall be new unless otherwise provided for in the Contract Documents, shall meet the requirements of the Specifications , and shall not be incorporated into the Work until reviewed by the Engineer. 7. 1. 2 Unless otherwise specifically indicated in the Contract Docu- ments, all materials necessary for the proper execution of the Work ' shall be furnished and paid for by the Contractor, whether temporary or not and whether incorporated into the Work or not. -15- 7.2 MATERIALS FURNISHED BY OWNER. I 7.2.1 Materials specifically indicated shall be furnished by the Owner. Before incorporating any of the materials into the Work, the Contractor shall inspect the materials so furnished by the Owner. If the Con- tractor discovers any patent defects in material furnished by the Owner, he shall notify the Engineer. 7.2.2 Unless otherwise noted or specifically stated, materials fur- nished by the Owner are considered to be f.o.b. the nearest railroad station or truck line. The Contractor shall transport the materials to the job site, unload and properly protect all such materials from damage or loss. The Contractor shall be responsible for material loss or damage after receipt of material at the point of delivery. 7.3 STORAGE OF MATERIALS. Materials shall be so stored by the Contractor as to insure the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and/or they shall be placed under cover and not on the ground. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the owner or lessee thereof. 7.4 CONDUCT OF WORKMEN. The Contractor shall at all times be responsible for the conduct and dis- cipline of his employees and/or any Subcontractor or persons employed by Subcontractors. All workmen must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman or workman employed by the Contractor or Subcontractor who does not perform his work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the Owner, be discharged immediately and shall not be employed again in any portion of the work without the approval of the Owner. 7.5 REJECTED WORK AND MATERIALS. 7.5.1 All materials, whether furnished by the Owner or Contractor, , which do not conform to the requirements of the Contract Documents, or which are not equal to samples or other product data reviewed by the Engineer, or which are in any way unsatisfactory or unsuited to the purpose for which they are intended, shall be rejected. Any defective work whether the result of poor workmanship, use of defective materials, damage through carelessness or any other cause shall be removed within ten (10) days after written notice is given by the Owner, and the work shall be re-executed by the Contractor. The fact that the Engineer may have previously overlooked such defective work shall not constitute an acceptance of any part of it. 7.5.2 Should the Contractor fail to remove rejected work or materials within ten (10) days after written notice to do so, the Owner may remove them and may store the materials. 1 -16- I I Correction of FaultyWork After Final Payment shall be in accordance 7.5.3 ym with Section 10.21. 7.6 MANUFACTURER'S DIRECTIONS. Manufactured supplies, materials and equipment shall be applied, installed, connec- ted, erected, used, cleaned and conditioned as directed by the manufacturer. 7.7 CUTTING AND PATCHING. The Contractor shall do all necessary cutting, fixing or patching of the Work that may be required to make its several parts fit together properly, or to properly re- ceive the Work of the various trades, or, as required by the Drawings and Specifi- c cations, to complete the Work. He shall restore all such cut or patched work as approved by the Engineer. Cutting of existing structure that shall endanger the Work, adjacent property, workmen or the public shall not be done. 7.8 WARRANTY. 7.8.1 If within the time prescribed by law or by the terms of any applicable special warranties required by the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from the Owner to do so except where the Owner has previously given the Contractor a specific written acceptance of the particular defective or nonconforming con- dition. The Owner shall give prompt notice after discovery of the condition. 7.8.2 The Contractor's Performance and Payment Bond delivered to the Owner under this Agreement shall assure Contractor's performance of these warranty provisions. ' SECTION 8 INSURANCE, LEGAL RESPONSIBILITY PUBLIC SAFETY AND MISCELLANEOUS ' 8.1 INSURANCE. 8.1.1 General: The Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and shall I/ have filed the certificate of insurance or the certified copy of the insur- ance policy with the Owner and Engineer. The Contractor shall not allow any Subcontractor to commence work on his subcontract until all insurance re- quired for the Subcontractor has been obtained. Each insurance policy ' shall contain a clause providing that it shall not be cancelled by the in- surance company without ten (10) days written notice to the Owner and Engi- neer of intent to cancel. Certificates of insurance shall be submitted on Standard Form C.I.C.0-701 or ACORD 25 forms and shall specifically note the clause providing for 10 day written notice to the Owner and Engineer of intent to cancel. 11 8.1.2 Workman's Compensation & Employer Liability Insurance: The Contractor shall secure and maintain during the life of this Contract, Workman's Com- pensation and Employer's Liability Insurance as required by law for all his employees to be engaged directly or indirectly in the work on the project - 17 1 I under this Contract. In case any work is sublet, the Contractor shall re- quire the Subcontractor to similarly provide Workmen's Compensation and I Employer's Liability Insurance for all the letters employees to be engaged directly or indirectly in such work. The Contractor shall also maintain insurance required under any other Employee Benefit Acts in force or re- quired by law at the site of construction. 8.1.3 Contractor Comprehensive General & Automobile Liability: The Contrac- tor shall procure and maintain during the life of this Contract, Contractor's Comprehensive General and Automobile Liability Insurance which shall protect him from claims for damages for personal injury, including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by' any Sub- contractor or by anyone directly or indirectly employed by either of them. The insurance shall be in amounts listed below and shall provide coverage under the following hazards: 1. Operations of Contractor 2. Operations of Subcontractor (Contingent) 3. Products, including completed operations. This insurance is to be carried for a period of one year after completion or acceptance of the work. 4. Contractural Liability (See Section 8.1.5) I/ 5. Property Damage without exclusions 6. Broad Form Property Damage 7. All Owned, Non-Owned and Hired Vehicles 8. Excess Umbrella Liability Policy Minimum Limits - General Liability 1. Bodily injury $500,000.00 each occurrence $500,000.00 completed operations 2. Property damage $100,000.00 each occurrence $200,000.00 aggregate Minimum Limits - Automobile Liability 1. Bodily injury $250,000.00 each person $500,000.00 each occurrence 2. Property damage $100,000.00 each occurrence $200,000.00 aggregate It is required that basic exclusions for damage caused by explosion, collapse and damage to underground facilities, commonly known as X, C, U ex- clusions, be removed from the policies and so indicated as covered in the declaration and on certificates of insurance. This provision of the Con- ditions of the Contract will be waived on above ground projects where haz- ards of explosion and/or collapse do not exist. The exclusion of explosion will be waived on underground projects where blasting is not req»ired and where the hazards of explosion do not exist. In addition to all of the listed coverages, the Contractor shall procure and maintain a 3rd Party Umbrella Excess Liability Policy in a minimum limit of $1,000,000.00. - 18 - , I I II8.1.4 Builder's Risk Insurance: Before commencement of the Work, the Contractor shall provide Builder's Risk Insurance on a multiple peril form in the full amount of the total construction and material contract. Such II insurance shall contain an appropriate rider to include as Additional Named Insureds, the Owner, the Engineer, and his consultants, and each of their officers, employees and agents, all subcontractors, the equipment contractors II and 'all of their subcontractors on the construction premises. Such insur- ance may have a deductible clause but the deductible amount shall be borne by the Contractor and shall not exceed $1,000.00. IIThe Builder's Risk Insurance required herein shall apply to projects in- volving construction of structures and building only. The requirements of I/ this section shall be waived on projects involving only underground utilities, grading, street improvements and similar construction work but any damage or loss to property shall be the sole responsibility of the Contractor until final acceptance of the work. IIIf the Owner finds it necessary to occupy or use a portion or portions of the work prior to substantial completion thereof, such occupancy shall not com- I mence prior to a time mutually agreed to by the Owner and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. This insurance shall not be cancelled or lapsed on account of such partial occupancy. Con- !! sent of the Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. I The Owner and Contractor waive all rights against each other and the Subcon- tractors and their agents and employees and against the Engineer and separate contractors (if any) and their subcontractors' agents and employees, for dam- ages caused by fire or other perils to the extent covered by insurance s pro- vided under this section or any other property insurance applicable to the work. P 8.1.5 Contractural Liability Insurance: To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and the Engi- neer and their agents and employees from and against all claims, damages, I losses and expenses, including but not limited to attorneys' fees arising out of or resulting from the performance of Work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sick- ness, disease or death, or to injury to or destruction of tangible property I (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by I any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise re- duce any other right or obligation of indemnity which would otherwise exist 1 as to any party or person described in this Section. In any and all claims against the Owner or the Engineer or any of their IIagents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this II Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker's or workmen's compensation acts, dis- ability benefit acts or other employee benefit acts. II - 19 - 8.1.6 Minimum Insurance Requirements: Losses other than those covered by insurance shall be the sole responsibility of the Contractors. The insur- ance requirements as set forth herein shall be considered to be minimum requirements only. Any other insurance that may be necessary to provide ade- quate coverage must be provided by the Contractors and shall be their sole responsibility. 8.2 PERFORMANCE AND PAYMENT BOND. The Contractor shall, at the time of his execution of the Agreement furnish a Performance and Payment Bond as security for the faithful performance and payment of all his obligations under the Contract. Such Bonds shall be in a sum equal to the Contract Amount. The form of the Bond shall be as the Owner may prescribe and with a Surety Company authorized to do business in the State where the Work is located. The Surety Company shall be named in and the Bond limit shall not exceed the amount as set forth in the current Department of the Treasury, "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register. 8.3 PATENTS, FEES AND ROYALTIES. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is speci- fied in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the I/ existence of such rights shall be disclosed by Owner in the Contract Documents. Contractor shall indemnify and hold harmless Owner and Engineer and anyone direct- ly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall de- fend all such claims in connection with any alleged infringement of such rights. 8.4 PERMITS AND LICENSES. All permits and licenses necessary for the prosecution of the Work shall be secured by the Contractor prior to the commencement of the Work. Contractor shall also pay all public utility charges. I 8.5 LAWS, REGULATIONS AND SAFETY. I 8 . 5. 1 Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work. If Con- tractor observes that the Specifications or Drawings are at variance therewith, he shall give Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Modification. If Contractor performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to Engineer, he shall bear all costs arising therefrom; however, it shall not be his primary responsibility to make certain that the Specifica- tions and Drawings are in accordance with such laws, ordinances, rules and regulations. - 20 - I 8.5.2 Contractor shall be responsible for initiating, maintaining and supervis- ing all safety precautions and programs in connection with the Work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (a) all employees on the Work and other persons who may be affected thereby; (b) all the Work and all materials or equipment to be incor- porated therein, whether in storage on or off the site; and (c) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 8. 5.3 Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for its safety and protection. He shall notify owners of adjacent utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in Sections 8.5 .2 (b) and (c) caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that Work is acceptable. 8 . 5.4 Contractor shall designate a responsible member of his organiza- tion at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 8-. 6 WARNING SIGNS AND BARRICADES. The Contractor shall provide adequate signs, barricades, colored lights and/or watchmen and take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected at night by colored signal lights which shall be kept in operation from sunset to sunrise. 8.7 PUBLIC CONVENIENCE. The Contractor shall at all times so conduct his work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to insure the protection of persons and property. No road or street shall be closed to the public except with the permission of the Owner and proper governmental authority. Fire hydrants on or adjacent to the Work shall be kept acces- sible to fire-fighting equipment at all times. Temporary provisions shall ' be made by the Contractor to insure the use of sidewalks and the proper functioning of all gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed. - 21 - I 8.8 CROSSING UTILITIES, ETC. . Where the prosecution of the Work results in the crossing or highways, railroads , streets or utilities under the jurisdiction of state, county, I/ city or other public or private entities, the Contractor shall secure written permission from the proper authority to cross said highway, rail- road, street or utility before further prosecuting the Work. A copy of the written document granting permission shall be filed with the Owner and Engineer before any Work is done. The Contractor shall be required to obtain a written release from the applicable authority upon completion of the Work. A copy of this written release shall be filed with the Owner and Engineer before final acceptance of the Work is granted. 8 .9 SANITARY PROVISIONS. I The Contractor shall provide and maintain such sanitary facilities for the use of his employees and those of his Subcontractors as may be necessary to comply with the laws, rules or regulations of the Federal, State and local 11 governments, or agencies or departments thereof. 8 . 10 PRESERVATION OF HISTORICAL OBJECTS. I 8. 10 . 1 Where historical objects of potential archeological or paleontological nature are discovered within the areas on which the Contractor' s operations are in progress, the Contractor shall restrict or suspend his operations in the immediate area of the discovery as may be necessary to preserve the discovered objects until the Owner has made arrangements for their disposition or has recorded the desired data relative thereto. • 8 .10. 2 The Contractor shall immediately notify the Owner of any 11 historical objects he may discover or become aware of as the Work is being prosecuted, and shall aid in the preservation and salvage I program decided upon, as may be requested or ordered by the Owner. No Work which the Contractor considers to be Extra Work shall be performed without the written authorization of the Owner. 8. 10 . 3 The Owner shall have the right to restrict or suspend the Contractor' s operations in the immediate area where historical objects are discovered for a period not to exceed 72 hours , without claim being made by the Contractor for any damages he might suffer as a result thereof. Any restrictions imposed shall not remain in effect for a period exceeding 72 hours unless mutually agreed to in writing. I I - 22 - I r 11 I I SECTION 9 PROGRESS AND COMPLETION OF WORK 9; ] NOTICE TO PROCEED. The date of commencement of the Work is the date set forth in the Notice to Proceed. If there is no Notice to Proceed, commencement shall be the date of the Contract or such other date as may be established therein. There- upon, the Contractor shall begin and shall prosecute the Work regularly and without interruption, unless otherwise directed in writing by the Owner, with such manpower and equipment as is necessary to complete the Work within the time stated in the Contract Documents. 9. 2 CONTRACT TIME. The Contractor shall complete, in an acceptable manner, all of the Work contracted for in the time stated in the Contract Documents. 9. 3 SCHEDULE OF COMPLETION. The Contractor shall submit, at such time as may reasonably he requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the Work and estimated dates of completion of the several parts. 9. 4 CHANGES IN THE WORK. 9. 4 . 1 Change Orders. 9. 4 . 1 . 1 A Change Order is a written order to the Contractor signed by the Owner, issued after execution of the Contract, authorizing a change in the Work or an adjustment in the Contract sum or Contract time. A Change Order signed by the Contractor indicates his agreement therewith, including the adjustment in the Contract sum or Contract time. 9.4 .1.2 Without invalidating the Contract, Owner may, at any ' time or from time to time, order additions, deletions or modifi- cations in the Work; these will be authorized by Change Orders . Upon receipt of a Change Order, Contractor shall proceed with the Work involved. All such Work shall be performed under the ' - 23 I I I 11 applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Section 10 on the basis of a claim made by either party. 9. 4 .1. 3 Additional Work performed by the Contractors without authorization of a change Order will not entitle him to an increase in the Contract price or anextension of the Contract time, except in the case of an emergency as provided in Section 5.14 .2 and except as provided in Section 9. 4. 2 . 9. 4 . 2 Minor Changes in the Work. Engineer may authorize minor changes -or alterations in the Work not involving extra cost and not inconsistent with the overall intent of the Contract Documents . These may be accomplished by a Work Order. If Contractor believes that any minor change or alteration authorized by Engineer entitles him to an increase in the Contract Price, he may make a claim therefor as provided in Section 10. 11 9. 4. 3 Concealed Conditions. Should concealed conditions encountered in the performance of the Work below the surface of the ground orI/ should concealed or unknown conditions in an existing structure be at variance with the conditions indicated by the Contract Documents, or should unknown physical conditions below the surface of the ground or should concealed or unknown conditions in an existing structure of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract, be encountered, the Contract Sum shall be equit- ably adjusted by Change Order upon claim by either party made within twenty (20) days after the first observance of the conditions. 9. 4 . 4 Claims for Additional Cost. If the Contractor wishes to make a 11 claim for an increase in the Contract Sum, he shall give the Owner and Engineer written notice thereof within twenty (20) days after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, ex- cept in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section 5.14 . No such claim shall be valid unless so made. If the Owner and the Contractor cannot agree on the amount of the adjustment in the Contract Sum, it shall be determined by the Engineer. Any change in the Contract Sum resulting from such claim shall be authorized by Change Order. 9. 5 USE OF COMPLETED PORTIONS. The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding that the time - 24 _ 1 I 11 for completing the entire Work or such portions may not have expired. The Owner will seek to minimize the delay to the Contractor occasioned by the Owner's 11 occupancy before Acceptance. 9.6' LIQUIDATED DAMAGES. 11 9.6.1 Time is the essence of the Contract. The r that the Owner will be entitled to damages for failure aonothe hpartyofgthe s Contractor to complete the Work within the time limits provided for in the Contract Documents. 9.6.2 Should the Contractor neglect, refuse or otherwise fail to complete the Project on or before the specified date, liquidated damages in the amount specified in the Special Provisions shall be deducted from any monies due or coming due to the Contractor or shall be paid to the Owner 11 not as a penalty but as liquidated damages for each and every calendar day that the contract shall remain uncompleted after the specified date for completion. Liquidated damages are specified herein because of the extreme difficulty of ascertaining and establishing the actual damages which the Owner would sustain. SECTION 10 MEASUREMENT AND PAYMENT 10.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT. Except in cases where unit prices form the basis for payment under the Contract Documents, the Contractor shall, within ten (10) days of receipt of the Contract 1 Documents, submit an itemized breakdown of the Contract Amount having the value, including an allowance for profit and overhead, assigned to each part of the Work. Unless the breakdown of the Contract Amount is objected to by the Owner, it shall be used as the basis for all Requests for Payment. 11 10.2 REQUEST FOR PAYMENT. 11 The Contractor may submit periodically, but not more than once each month, a Re- quest for Payment for Work done and materials delivered and stored on the site. Payment for materials stored on the site will be conditioned on the following: (a) The Contractor shall submit evidence to establish the Own title to such materials. er's (b) Acceptable provisions have been made for storage. (c) The Contractor shall provide and maintain insurance against all loss, theft, vandalism, damage and similar peril for the full value of the stored material. The insurance on the stored material shall name the Owner as insured. Each Request for Payment shall be itemized and computed from the Work completed on all items listed on the Detailed Breakdown of Contract Amount. Where unit prices are specified, the Request for Payment shall be based on the quantities completed. - 25 I 11 The Owner shall pay to the Contractor an amount not to exceed 90% of the amount earned under the Contract subject to the approval outlined in Section 10.3 and the However, when the Work required under the provisions of Section 10.4 and 10.5. such por- Contract is 90% or more completed, upon recommendation of the Engineer, IP tions of the retained money shall ssdinterestainas the esatisfactory completion re- quired to be retained to protect the Owner of the Contract. 10.3 ENGINEER'S ACTION ON A RE VEST FOR PAYMENT. Within twenty (20) days of submission of any Request for Payment by the Contractor, the Engineer shall: (a) Approve the Request for Payment as submitted and forward it to the Owner. (b) Approve such other amount as he shall consider is due the Contractor, informing the Contractor in writing of his reasons for approving modified amount. (c) Withhold the Request for Payment, informing the Contractor in writing of his reasons for withholding it. 10.4 OWNER S ACTI ON ON AN APPROVED RE UES! FOR PAYMENT. da s from the date of approval of a Request for Payment by the Within thirty (30) y Engineer, the Owner shall: (a) Pay the Request for Payment as approved by the Engineer. I/ (b) Pay such other amount in accordance WitheSecnionc1or 0.5aasnd he shall lnde- cide is due the Contractor, informing in writing of his reasons for paying the modified amount. a ent in accordance with Section 10.5 informing the Con- (c) Withholding trraactctoorrpayment and the Engineer in writing of his reasons for withholding pay- ment. 10.5 OWNER'S RIGHT TO WITHHOLD PAYMENT. to the extent 10.5.1 The Owner may withhold payment in whole or in part necessary to protect himself from loss on account of any of the following causes: 11 (a) Violation of any of the terms of the Contract Documents. (b) Defective work not remedied. byother (c) Reasonable evidence indicating potential filing of claims 11 parties against the Contractor or Owner. (d) Failure of the Contractor to make payments to Subcontractors, mate- 11 rialmen or suppliers. (e) Damage to the Owner or any other party. 11 10.5.2 When any of the above grounds for which payment is being withheld is removed, payment shall be made for the amount withheld. —26— I 1 10. 6 INTEREST ON UNPAID REQUESTS FOR PAYMENT. Should the Owner fail to pay an approved Request for Payment within thirty e inform the Engineer and the Contractor inwriting eof his reasonnshforail to withholding payment, the Owner shall pay unpaid amount of the Request for Payment ate the nrate tof sixorerest percenon the t (6%) per annum until payment is made. 10. 7 PAYMENT FOR UNCORRECTED WORK. Should the Owner direct the Contractor to no damaged or that has not been t correct Work that has been Documents, an equitable deductionfromthenaContract eAmountwithtshall Conbeama means of a Change Order to compensate the Owner for the uncorrected wodk by work. 10. 8 PAYMENT FOR REJECTED WORK AND MATERIALS. 11 10. 8.1 The removal of work and and the re-execution of acceptable twork lbysrthejcted Contractorunersshall nbe75 . at the expense of the Contractor, and he shall pay re 11 the Work of other Contractors destroyed or damagedebyost theof removalcofg the rejected work or materials and the subsequent replacement of acceptable Work. 11 10. 8. 2 Removal of rejected by the Owner in accordance wi�thkSection or e7.51shals l bepaid bofy theerials 11 Contractor within thirtyeby the given by (30) days after written notice to pay is the Owner. If the Contractor does not pay the expenses of such removal the Owner may, after ten (10) days from the of written notice to the Contractor of the Owner' s intent togsell gthe 1/ materials, sell the materials at auction or at private sale and shall pay to the Contractor the net proceeds therefrom after deducting all the costs and expenses that should have been borne by the Contractor. 11 10. 9 PAYMENT FOR INCREASED OR DECREASEDUANT ! ITIES. Whenever the quantity of any item of Work as n the 11 increased or decreased payment for such item willbenmade onotheal shall be actual quantity completed, at the contract unit price for such item. Noof payment will be made for quantities placed without the prior written 1 approval of the Owner. 10.10 PAYMENTS FOR EXTRA WORK. Written notices of claims for payments for Extra Work shall be given Contractor within ten (10) days after receipt of a written order frombthehe Owner to proceed with the Extra Work and also before any Work is commenced I/ by the Contractor, except in emergency situations endangering life or property. No claim shall be valid unless so made. In all cases, the Contractor's itemized estimate sheets showing all labor and material shall be submitted to the Owner. The Owner's written order for Extra Work shall -27- 1 II specify any extension of the Contract Time and one of the following methods of payments: (a) Unit prices or combinations of unit prices which formed the basis of the original Contract. 11 A lump sum based on the Contractor' s estimate, approved by the (b) the Owner. I Engineer and accepted by (c) Actual cost plus 15% for overhead and profit. 10. 11 PAYMENT FOR WORK SUSPENDED BY THE OWNER. II If the Work or any part thereof shall be suspended by the Owner and aban- dII oned bythe Contractor as provided inriSection 5portionsConto ractor will then bpayment for all Work do paymentNo etwil to will be made for work deleted from the Project which has not been Btarted by the Contractor. II L0.12 PAYMENT FOR WORK BY THE OWNER. Che cost of the Work performed by the Owner in removing construction II .quipment, tools and supplies in accordance with Section 5.9 and in cor- recting deficiencies in accordance with Section 5.8 shall be paid by the ,.o ntractor. II 10.13 PAYMENT FOR WORK BY THE OWNER FOLLOWING OWNER'S TERMINATION OF THE CONTRACT. Upon termination ination of the Contract by the Owner in accordance with Section 5.9, payments shall be due the Contractor until the Work is fu her unt c comm eo completed. If the unpaid balance of the allContract overheadPcosts,shall excessexceed 11 shalla cost of completing the Work including be paid to the Contractor. Ifctor shallhe cost opay thecompleting differenceWork to thelOrier. the unpaid balance, the Co es, as herein provided, and the damage tincu II The cost incurred by the approved in writing by through the Contractor' s default, hathebow . he Engineer and certified in writing by II 10.14 PAYMENT FOR WORK TERMINATED BY THE CONTRACTOR. li the Contractor Upon suspension of the Work or termination of the Contract by a ent from il in accordance with Section 5.10 thenlosston plant and materials, plus a oK shall recover the Owner for the Work performed, plus reasonable profit on Work performed. 10.15 PAYMENT FOR SAMPLES AND TESTING OF MATERIALS. II Samples les furnished in accordance with Section ti le 4.9 shall beaffurnished shby tthe 11 Contractor at his expense. Testing ofP accordance with Section 4.9 shall be arranged and paid for by the Owner. I -28- II I 11 11 10.16 REMOVAL OF CONSTRUCTION EQUIPMENT, TOOLS AND SUPPLIES. At the termination of this Contract, but before acceptance of the Work by 11 the Owner, the Contractor shall remove all of his equipment, tools and supplies from the Work site. Should the Contractor fail to remove such equipment, tools, and supplies, the Owner shall have the right to remove • 11 them with the cost of such removal to be charged to the Contractor. 10.17 CLEANING UP. IIContractor shall keep the premises free from accumulations of waste materials rubbish and other debris resulting from the Work, and at the completion eof , the Work he shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, construction equipment and machine and surplus materials, and shall leave the site clean and ready for occu- pancy by Owner. Contractor shall restore to their original condition ry' those portions of the site not designated for alteration by the Contract II Documents. 10.18 EXAMINATION OF COMPLETED WORK. I/ If the Owner requests it, the Contractor at any the Work shall remove or uncover such portions of1themebfinished cWorknas mof ay be directed. After examination, the Contractor shall restore said portions 11 of the Work to the standard required by the Work thus exposed or examined the Specifications. P ns prove acceptable, the uncovering horlremoving, and the replacing of the covering or making parts II shall be paid for as Extra Work, but should thedWorkthe so exposed eorvexamined prove unacceptable, the uncovering, removing and replacing shall be at the Contractor's expense. II10.19 RELEASE OF LIENS. Before any retained amounts are released or final payment is made, the II Contractor shall submit with his Application for Payment to the Owner (1) an Affidavit stating all payables, bills for materials and equipment and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been (2) Consent of Surety, if anapaid or satisfied; and Su II materialmen or supplier refuses ttoffurnishymentreleasespa . fornreceiptstincfull, Contractor may furnish a bond satisfactory to the Owner to indemnify him 11 against such lien or claim. 10. 20 ACCEPTANCE AND FINAL PAYMENT. -------------- II 10. 20.1 When the Contractor has completed the terms of the Contract EngineerDocuments, thethe Work in accordanceeiyi with writing his acceptance and his approval shall certify in 1/ Request for Payment to the Owner, shallthebeotheaContracctor's ti mo plus all approved modifications, less all approveds anunt ded less previous payments made. uctions and II II -29- I/ at 10.20. 2 The Contractor shall furnish evidencenthatehedin has fully paid all II all debts for labor, materialsequipment quip with the Work, following which the Owner shall accept the Work and release the any excepegaltof the sOnwer, II requiredto formance Bond, guarantees,, and theconditionsof the rCorrection of Faulty Work after Final Payment guarantees, under Section 20.21 andshallauthorize payment of the Contractor' s final Request for Payment. t e . 2 0. 3 The Contractor must allow sufficientntimeRequesteeenotheatimnt of completion of the Work and approval of data. to allow the Engineer to assemble and check the necessaryshall make a II 10.20.4 Before final payment is made, the ContractorII that he has paid the state income tax withheld satisfactory showing to ees for Work performed under from wages paid to the Contractor' s emp y the Contract. 11 10 . 21 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT• and the the Engineer The approval of the final Reque�hefor OwnerPayment theyContractor shall not making of the final payment by for faulty materials or workman- I/ relieve the Contractor of responsibility The Owner shall promptly give written notice to the Contractorf faultyhip. law or materials or workmanship and the Contractor shall promptly by 11 any such defects discovered within such time bysthemay Contract Documents. The by the terms of special warranties requireds arising under this paragraph and all Engineer shall decide all queCtltosarbitration under Section 5.3. II such decisions shall be subject 10 .22 WAIVER OF CLAIMS. a `waiver of all 10.22.1 The making of final payment shall constitute claims by the Owner except those arising from: 1 (a) unsettled liens or claims; (b) faulty or defective Work appearing after completion of the Work; or II failure of the Work to comply with the requirements of the (c) warranties specified Contract Documents or the terms of any therein. II 10. 22.2 The acceptance of final payment shall constitute a waiver of all claims by the Contractor exce t those previously made in writing and identified by the Contractor as unsettled at the time of the final II Application for Payment. 11 11 - 30II - 1 I/ I IFORM OF AGREEMENT THIS AGREEMENT, made and signed this day of , 19_, by and between the City of Oak Park Heights , hereinafter called the "Owner", and Electric Service Co. of Minneapolis , hereinafter called the "Contractor". Inc. THIS AGREEMENT WITNESSETH, that the Owner and the Contractor, for the consid- 11 eration hereinafter stated, agree as follows: ARTICLE I. The Contractor hereby covenants and agrees to perform and execute all the provisions of the plans and specifications as prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., of St. Paul, Minnesota, and indicated below under ARTICLE IV, as provided by the Owner for: Civil Defense - Fire - Warning Signal Installation Project Oak Park Heights, Minnesota and to do everything required by this Agreement and the Contract Documents. ARTICLE II. The Contractor agrees that the Work contemplated by this Contract shall be fully and satisfactorily completed /gk/A*ikkA k 90 days after receipt of contract I/ ARTICLE III. The Owner agrees to pay and the Contractor agrees to receive and accept payment in accordance with the prices bid for the unit or lump sum items as set forth in the conformed copy of Proposal Form hereto attached, which prices shall conform to those in the accepted Contractor's Proposal on file in the Office of the Clerk, City of Oak Park Heights , the aggregate of which prices, based on the approximate schedule of quantities, is estimated to be $ 22,956.00* I/ *Bid is per plans and specs, using three phase sirens. ARTICLE IV. The Contract Documents shall consist of the following component parts: 11 1. The Proposal Form (conformed copy) 2. Conditions of the Contract (General, Supplementary and other Conditions) 3. Special Provisions (if any) 4. Plans and Drawings which are attached to the Specifications or which are identified as Sheets 1 through 1 for: Civil Defense Siren 5. Specifications (General and Specific Requirements) City of Oak Park Heights, Mn. 6. Addenda No. 0 through 0 7. Performance and Payment Bond 8. This Agreement This Agreement, together with the documents hereinabove mentioned, form the Contract and all documents are as fully a part of the Contract as if attached here- to or herein repeated. - 31 - I I 1 I IN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. Attest: • The Cit of 0a k Heights (Seal) By MAYOR By In the •resence of: Electric Service Co. of CONTRACTOR ' • Minneapolis, Inc. 11 Y /7_ Q�I/L� r`�� TITLE 1 I I I I I I 1 1 " 39 ' I 1 IIBond No. 2 07 34 19 1 PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that we, Electric Service Co. of Minneapoli4 as- principal Great American Insurancemt Company (a corporation certified by the Minnesota Commissioner of Insurance and authorized to act as a surety as provided in Minnesota Statutes Sec. 71.31 and 574.15) a Surety, Are held I and firmly bound unto the City of Oak Park Heights , a Minnesota municipal corporation, hereinafter called the "Obligee", for the use of the Obligee and of all persons and corporations doing work or furnishing skill, tools, machinery, materials II or insurance premiums, or equipment or supplies, for any camp maintained for the feeding or keeping of men and animals engaged under, or for the purpose of, the contract described below, in the amount of Twenty-two Thousand, Nine Hundred Fifty- ' six & No/100ths* Dollars ($ 22,956.00*----) , for the payment of which well and truly to be made we bind ourselves, and each of us, and our, and each of • our, successors 'and assigns, jointly and severally, firmly by these presents. * Bid is per plans and specs, using three phase sirens. II WHEREAS the Principal has entered into a written contract with the Obligee dated , 19_, for Civil Defense, Fire, Warning Signal Installation the regularity and validity of which is hereby affirmed and for which a bond is re- IIquired by Minnesota Statutes Section 574.26; NOW THEREFORE, if the Principal shall perform and complete said contract in II accordance with its terms and shall pay, as they may become due, all just claim for such work, tools, machinery, skill, materials, insurance premiums, equipment and supplies, and shall save the Obligee harmless from all costs and charges that may occur on account of the doing of the work specified and for the enforcing of the I terms of this bond if action is brought hereon, including reasonable attorney fees, in any case where such action is successfully maintained and for the compliance with the laws appertaining thereto, then this bond shall be void, but otherwise IIshall remain in full force and effect. No assignment, modification, or change in the contract, or change in the work covered thereby, nor any extension of time for completion of the contract, shall Irelease the Surety on this bond. Sealed with our seals and dated this 18 day of October , 19 79..• ' Witnes'-s to Contract s Signature: Electric Service Co. of Minneapolis, Inc. Principal (Name of Contractor) BY < )/4,, c /9,12 Its ,, - `.'/ And . %�� %�'`^. (Seal of Contractor if a Corporation) Its v r IWitn s to Surety's Signat e: GREAT AMERICAN INSURANCE COMPANY �,0e'%V 4���-t-(���t,J Surety r By � Its D. F. Mason, Attorney-in-Fact II - 33 - II IIIlir ...--.-.. ---"' ICERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL I (For use where Contractor is individual or partnership) STATE OF MINNESOTA ) II ) ss. COUNTY OF ) On this day of , 19 , before me personally appeared II , to me known to be the person described in and who executed the foregoing bond, and acknowledged that __he_ executed the same as free act and deed. 1 (Notarial Seal) Notary Public II CERTIFICATE OF ACKNOWLEDGMENT I/ (For use where Contractor is a corporation) STATE OF MINNESOTA ) II COUNTY OF ) ss.) IOn this day of , 19 , before me personally appeared ani , to me personally known who, being by me duly sworn, did say that they are respectively the of , I that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors, and said I and acknowledged the instrument to be the free act and deed of said corporation. ' (Notarial Seal) Notary Public I/ Great American Insurance Company , 580 Walnut Street, Cincinnati, Ohio 45202 Full Name of Surety Company Home Office Address II D. F. Mason Fidelity Insurance Agency, Minneapolis, Minnesota 55418 Name of Attorney-in-fact Name of Local Agency Address of Local Agency II If this bond is executed outside of the State of Minnesota, it must be counter- signed on the Performance Bond by a Minnesota resident agent of the Surety Company. II Name of Agent affixing countersignature Address I MEMORANDUM: Affix here Power of Attorney and Acknowledgment of Corporate Surety. - 34 - N i I , . ,' GIEATANER1C N ACKNOWLEDGMENT OF PRINCIPAL (Individual) INSURANCE COMPANIES STATE OF! COUNTY OF l ss.: On this day of , in the year 19 ,before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and who executed the foregoing instrument and acknowledge(s) to me that he executed the same. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL (Partnership) STATE OF 1j ss.: COUNTY OF On this day of , in the year 19 ,before me personally come(s) a member of the co-partnership of to me known and known to me to be the person who is described in and who executed the foregoing instrument, and acknowledges to me that he executed the same as and for the act and deed of the said co-partnership. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF Minnesota COUNTY OF Hennepin ss.: On this 25th day of October , in the year 19 79 ,before me personally come(s) James E. Peterson to me known,who, being by me duly sworn,deposes and says that he resides in the City of Minnptnnka that he is the President of the Electric SprvirP ('n o f Minneapnl; Inc. the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation,and that he signed his name thereto by like order. /AL( g /?"..--4_46._/ NOTARY PUBLIC ACKNOWLEDGMENT OF SURETY ~4: GAIL C. PETSCHL ►I .6 NOTARY PUBLIC-MINNESOTA STATE OF Minnesota HENNEPIN COUNTY • My Commission Expires Aug 17.1985 COUNTY OF Ramsey } ss.: On this 18th day of October , in the year 19 79, before me personally come(s) D. F. Mason Attorney(s)-in-Fact of Great American Insurance Company with whom I am personally acquainted, and who, being by me duly sworn,says'that he reside(s) in St. Paul, Minnesota that he is (are) the Attorney(s)-in-Fact of Great American Insurance Company , the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company;and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said Company,and that he signed said instrument as Attorney(s)-in-Fact of the said Company by like order. R AnnwoommAmmAAAAANAARAAAWA °'` ICAROL R.MUELLER • _�,� / J ' ` // . NOTARY PUBLIC—MINNESOTA RAMSEY COUNTY NOTARY PUBLIC F.9713—3-76 PRINTED IN U.S . My Commission Expires Mar 16,1*I • 1 S GtEAT AMMAN INSURANCE COMMY The number of personsauthorized by this power of attorney is not No. 0 11542 more than FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact or attorneys-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,any and all bonds, undertakings and contracts of suretyship: provided that the liability of the said Company on any such bond, undertaking or contract of suretyship-executed under this authority shall not exceed the limit stated below. Name Address Limit of Power D. F. MASON ALL OF ALL J. E. REYNOLDS ST. PAUL, MINNESOTA UNLIMITED T. P. KILLEEN LYLE E LAUGHLIN This ower off'Attorney revokes all previous powers issued in behalf of the attorney(s)-in-tact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 16 day of March 19 79 Attest: GREAT AMERICAN INSURANCE COMPANY Secretary Vice President STATE OF OHIO,COUNTY OF HAMILTON —ss: On this 16th day of March, 1979 , before me personally appeared ROBERT M.SCHUDER,to me known, being duly sworn,deposes and says that he resided in Cincinnati,Ohio, that he is the Vice President of the Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted under and by authority of Article V of the By-Laws of the Company, extracts of which read as follows: ARTICLE V. Officers: Powers and Duties. Section 4. . . . The President. . . shall also have power and authority, from time to time, to appoint and fix the compensation of one or more attorneys-in-fact, to prescribe their respective duties and the respective limits of their authority and to revoke any such appointment,at any time, in his discretion. Section 5.. . . the several Vice Presidents. . . shall act, in the order of their appointment, in the place of the President exercising all his powers and performing his duties, during his absence or disability. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of the Great American Insurance Company at the organization meeting duly called and held on the 1st day of October, 1976. RESOLVED, that the Company seal and the signature of any officer authorized by the By-Laws may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, W. R. BILY, Secretary of the Great American Insurance Company,do hereby certify that the foregoing Power of Attorney, the above quoted abstracts of Sections 4 and 5 of Article V of the By-Laws,and the Resolution of the Board of Directors of October I, 1976 have not been revoked and are now in full force and effect. Signed and sealed this 18th day of October 19 79 S-1029'-5/78 PRINTED IN U.S.A. \ r. 4,410 1 1 114 '+fi ', -,k�, -‘� �' \,).„vas + •••.:=0.ta- ..k., . pr, . . �� v .i ....._,..._,.._4„. _ 7►-1,161 -4:74rput ..iv-\ \:t �: _ Houlton Cem , ) t • , - ,_/ .---- 11 \�7r:� r[,,,,•„�it ,_ .\«'. ,, ` �'� 7. I j.. . ;' ��) — p Fi 'J iiki.\\ - ','t :-,.35. . 4, -I` \` I Jr1 `rr:�: I! �axR° tail �)it j ,.34 r�°ti [i t,,,,,,„ ,,,r,:=2„,,,-:___, ,..5: ,,,, >1l�1 .,,..„, q --Y"" ��� r� Cwt \ t...\\., :,111W-) '7114*61 ' litiiii4rWe'lk1-1113V.V,"`",0 '_\ -4- '--- - •oP 'X,.,•,,'' ,,--v-i ,En - .---ILI"a-S"---411-11611\WAIllititi: '\ ' - ' '' ' 0 ° 1 • .1 MI• , 15909 1 r::tIcc --i=ikii,iL �,f ll4_XI _ _, \ \ .A - r� g1 ,:••,4 '� - i \ ti`a`i1 ` //�I �1 `� ,Con.xeyors, . '.. � e' \ k ic •+- I \ \ V ) 4K....,--:1,:,, ,' '-',•:-., 's . kirk e,1.-...2._44; ogirol,..:,; ,..alt. : .'-'_:_,-IN .v'iN, ,\ \ \ ..-_- �• ti° �I- ,,rCI \tw � �`� r. •t:-•f,.\ IL. 1 �.\ \ SU.St2 tl \ :/-:.\ % i 7\. ii--'W....V.i •-":---- \ a_i-- „ „eV°- i, , 0. i, . 4, .,St: „,(0 0„ 1„...,9,4F^,,.kvEl!,,,E it" mi 1 I .,. Nmokiiiii \ . 140‘, pi i../,‘_,t41(i..' !ki-,E F,';'. ' ,;tiii. ', ik,,, ,,,,,-,,,--_,..- .....----- \ • Mic 1 401 1::, .,, . *IL `, 1 cern—qI,,.., ,..9‘,,„,': idu ° (11 41/1 -1,041 .N 0 ini.w. t �� �elN.°`w►. ,l ��(f •1 •/) I I _. 1 ___ _.,..„,.....;,.., ,,,,,,,J.0 .---7.1-7-c -wf_Anni,..4 .,m\e,r. 1.-_--- , , .. r ,. v.%\ .10 01: 4.op ,10* _ 11 1.I. 7"-\\_.1_,_-:.. L N, ;',2,•• nalr 111 IF 11-...1(WATA . IA 1,114,: ze.3_60 .1.: 4.2 , ..\! t '7 • Bayport L_......., ,,' 0 v- i 4L64 l'13 p • ......--.07-4,:414 rimcmirtat,--,.....--- 11/4' '..>,, , ''% I 0 'AV, 141, ii. ,I ter''.- >) ,,'!"''' \4^-* " : 1 a/IA itiVel - \ ' / I � ,,....., ,,,_,,,,:„_,,.,;,,..\,.._,..77:7 ,.... ..„,, ► �\* , :1 686 .: , . 3,/otri0 \ \ _ 1 ) ,' ,fel.; -. ! a,,1------, .. c.,, T. i ..,/d , ',, /' 0 I ) ,1:1:6 „yr..,1,- . ., 00,?:',Aiti, , \ (1 ,I 1 -- l'i_ ' . 'I \ 4c) . ,, 1 0 .:.f ,_ ,o41,41-41: 450;;;;),ey 1, .9,-b 4 'A\ \ , (\ --' 1 Jeti,:1,1tJFAIIII iu : ,, &,ps. 8 6.1,14 ' Nrpor -i:7'1.1' ti 11 ' , ,J ''' ' 111, --••••• ''' t .,... (-`, li iiii• -4.y ,- —ill' e „: \---.=0\,t -= . .,\ i , 1)1 tip ) : - • - , c-> 6, ', op- i---*• 4,„-, %Lit l• I 'or—, \ '!:1 1-} ' ' 1 -' 4/4' TAN 45/. A.1& ''.',1411 * O tilt_ FA ;3 ' '\ \-- ,l'\' fal. I r , ) . /,/, - ,,,,_*,,fie •.. tt 1' 0 0 r , ,,, ,,„ 1�1 tiir thr. 1":!..1,--2,4 _ 1r_-A I, - � ) p" 1�1�1. n 1/ •e _ � � rOCuS � � / )1r11113.A. 1 1 i 14, o a= -�\i L `1'fiii;�� , , Park \\ �.., •+� - vel k . \ki ,.,,k,/,. •\VIAT•I A'•%, 0 .IP•.' ...__ °• \ A\11‘C"\-- s11 (HUDSONI Sls \. /.� �,��` h�' ds 7673 /V ro£ 16 4730 s17�'"E. i1 280000 FEET (WIS.) LAKELAND 3.5 M/ y HUD SCALE 1 24000 ST CRO/X BEACH 6 Ml. 1 RIVER F. i 0 1 MILE ROAD CLASSY 1000 2000 3000 4000 5000 6000 7000 FEET j— Heavy-duty L 5 0 I KILOMETER ----= 1---I 1---; 1---1 ''--` I Medium-duty U CONTOUR INTERVAL 10 FEET DATUM IS MEAN SEA LEVEL O State t i MINN. joie 11, 1980 Northern States Power Co, 1700 1. County Ad. 16 White Bear Lake, MN. 5511Q Attentions Mr.o Jim Swanson Dear J$,a►r The City of Oak Park Heights authorises you to install two lines for the Civil Defense .. installation at the two addresses listed below: 15233 Upper 61st Street North 14331 58th Street North If you require more information, please do not hesitate to contact sincerely La Vann Wilson, Gleam-Treast sr City of Oak Park Heights LW/lw GC: Electric Service Company, Inc. MHD 1723 (4-72) MINNESOTA DEPARTMENT OF HIGHWAYS ntrol APPLICATION FOR PERMIT FOR INSTALLATION OF UTILITIES T.H 212 SeCoCoction 8214 OR FOR PLACING OF OBSTRUCTIONS ON TRUNK HIGHWAY Area 9 Permit 9U-79 86 Prepared in Triplicate.Forward or deliver all copies to proper District Maintenance Office. Tel.No. I Address Mn. 55082 Applicant 14168 57th Street N., Stillwater, City- of Oak Park±�.eights 439-4439 Party performing work I Tel.No. Nature of work 332-1465 Pole Installation for fire-civil defense siren Electric Service C$% Is shoulder to be disturbed Surface to be disturbed p Gravel 0 Concrete ❑ Yer No (check one) �J Bitum. ® None Street or Ave. T.H. County I Municipality 212 I Was1 .ragton Oak Park Heights Upper 61st and Beach Road Intersectix►,KT•H,at:` ties to land or street lines) If parallel to T.H. give ties by station,or land lines if rural In triangle of land @ Beach, Upper 61st & 2i2•I) Size and kind of pipe Depth from surface No. and size of excavations Method of installation or construction Boring & set pole Work to start on or after Time required to complete work IIs traffic detour necessary January 1, 1980 As per equipment delivery ❑ Yes E] No If detour is necessary,describe rerouting Note - See attached specification, Plan Sheet & Location map sheet in secs. I We, the undersigned, herewith accept the terms and conditions ofhe regu relations of the Commissioner of Highways and agree to fully comply therewith to the satisfaction of the Minnesota Highway or his agents or contractor shall Furthermore except for the negligent acts of the State, its agents and employees, the applicant all claims for damages, actions ord assume all liability for, and save the State, its agents and employees, harmless from, any antuttidg, maintaining and causes of action arising out of the work to be done herein and the continuing usage, constructing, reco�y using of said utility under this application and Permit for construction. 6 / Applicant's - / December 10, 1979 Signature rad"fo-- "A:1eniberg .E. Engr. DatedBONESTROO, RO ENE, ANDERLII'C F& ASS• ., INC. SEE REVERSE SIDE AUTHORIZATION OF PERMIT Permit No 9U-79-186 FOR REGULATIONS (PERMIT NOT VALID UNLESS BEARING SIGNATURE AND NUMBER) his lr of said y work toer be In such operations, f permissiontheiragreement hereby granted for the work to be done ras�described f in the above the Commissioner Highways covering such operations, done in accordance with special precautions required as hereby stated: ay its nal or Io is expressly understood that is this is conditioned that th sreplacement or restoration of the trunk permit s issued subject to the approvall ofwlocalocity,ovilage or to a satisfactory condition. It is further under borough authorities having joint supervision over said street or highway. i. 7i MENT MIN :.OTA G ,Awir White copy to Applicant -'7 /(`/' ' Dated 1-/ Y� Authorized--- 4--I,-- Green to F6reman Authorized Signature Pink to Area Maintenance Engineer The date when work is completed must be reported to District Maintenance Engineer / __ ___.____ Permit No Return this portion when work is completed: Date work completed No Deposit Required For Deposit in Amount of $ Required and Attached Hereto. District Cashier's Check No Or Certified Check No Use Only This Deposit Made by—Applicant Name Address Or Party Doing Work Name Address EXPLANATION This application form shall be used for installation of utility service connections that do not cross the Trunk Highway road- beds, for miscellaneous guys and anchors and for placing temporary obstructions on the right of way. Utility applications for overhead and underground installations and extensions thereto shall be made on Form 2525 Revised and-submitted to the Utilities and Agreements Engineer, Room 509, State Highway Building for issuance. Form 1723 may be re- quired in addition to Form 2525 Revised. PERTINENT REGULATIONS \„�'+ 45jB Safety 4 �j 1. Flags, flares and barricades shall be erected to protect traffic and persons. (Par. 1707.) •• 19 �� 2. Traffic to be allowed to pass and to be protected at all times. (Par. 1707, 1-1708.) ©� N (a) If it is not possible to allow traffic to pass, a suitable detour must be provided. .13 1. Reference: Par. 1707—Diversions of thru traffic—specifications for highway constructionOkada 9 ti ( Q ti 3. Barricades to be erected in a manner which will provide suitable visibility in all directions. � 4. If blasting is necessary, ! /�,, Gl�L precautions must be exercised. Par. 1709—Spec. Man. (Use of explosives.) ` ",ro gth°��' 5. If work to be done lies within a municipality or platted townrmission 6. Excavations must be cribbed when necessary, dependingupon typemust be obtained from such village, town, or city. 7. No guys or stays to be attached to trees on trunk highway right of way.soil, in order to prevent cave-ins. 8. Underground construction must be so constructed as not to harm or unnecessarily destroy the root growth of sightly or ornamental trees. PERTINENT REGULATIONS Roadway 1. Installation of pipe under concrete or high type of bituminous pavements to be done by 2. When trenching across surfaced roads, material excavated must be piled separately. lacking or boring. 3. All back-filling must be placed in 6" layers and thoroughly tamped and material must be flush and even with the road surface when finally in place. 4. If pavement or roadway is damaged, same shall be restored to original condition. 5. Concrete pavement to be replaced according to State specifications. 6. If settlement occurs or excavation caves in so that replaced materials settle (bituminous mat or concrete base),same shall be restored to its original condition. 7. No pole anchors,anchors, braces or other construction to be put on roadway shoulder, except by permit authorization. 8. No driving on to highway from ditch or driving on shoulders where damage will occur. 9. ,When an an installation is made by jacking or boring, a pipe or casing of larger dimension must be used to encase the service pipe. LIMITATIONS 1. No lugs shall be used on equipment traversing road which will damage the road surface. 2. Roadside should be cleaned up after work is completed.—Par. 1411—Page 1409. 3. If Highway Department shall make any improvements or change on all or any part of its R/W upon, over,under or along the trunk highway, then and in every case the applicant herein named shall after notice from the Commissioner of Highways authorized agents proceed to alter, change, vacate or remove from trunk highway R/W said works necessary to conform with said changes without cost whatsoever to the State of Minnesota. or his 4. If drains are installed they must be of sufficient size in order that overflow and damage to property will not occur. 5. No work shall be done which will create a nuisance. 6. After work on a project is completed said persons doing such work must notify the Maintenance Engineer in which district work is being done that such work has been completed and ready for final inspection and acceptance by the State of Minnesota. 7. Cutting and trimming of trees within the right-of-way and removal of resulting stumps requires prior approval of engineer or his authorized representative. NOTE: A certified check may be required to insure proper restoration of highway surfaces and to cover payment for any damage to highways or state property. t � `rg ' r9 �. a '° '',''.7.7:.,'..-:„:-':. a y<� 7 a r . t J rv✓ 4 v " 1 e�r s 4 - a°'. k n, t Y. G'L M,'.e ) 5 t E 9� r2,,,-.-. ...:-..v)- f `i� ,er' ,d a-" �'` v ,, ' ,-..,,,r.'' ,fin` ri 4�-4, hi � d v �� w� � a4� t y r d to k ra %� �i .q r 5J� 1 a� + a . , +!^ 4 5"'0 '."8:"1 d P�'P �>+�. : } k, 1` d 'rr , .-rA ` n8 � *-1,., ;,:,'...4-.,; *.:;:...,7....,,,. ., ' �` Y "` Gk`s. SSyy h. ..,,r...','.0,1,',.. .i':1'3. m :,- IGEI�1I�Ii�s400y k Cf$grt N( 1 wy.xw � ti c � s '`l � K ' -- . ':!:4- s 7raft�Sa''Cterdb/�,;�,,,J�k �y,'Y. `� , ; Ono'G.Boneseroa i' maiain E,No)`'ea)1r'1t` - p Ro rert W,Radiene,P..'' Donald n' igegarr P• Joseph,c, nderlik P Robert 2,$35 W 7,.....6.4,,,,?„,„„,,,36.•;: w ., rfrtrdtoed::&i•etembeYg.P.L�: Marctn L.Sop*&a PE Ail Robert Y�.,Prtgaa d,P.E. . Donald G. urgardt P.E *' �' +�56�f3 Richard L Turner,P.E. Terre'A.-B i dod nom:' '1'.':2'74416,'.46,00' lames C.0lsdie.'rl tpa'1%A Jtansort Sreven M.Quincey €.' Keiwt X. Wolkft-PE. �lrrlck�on ChariCs A ' Leo M. Pawelsky a Haran M.OSS 4n'' David;:E.Olson- ,'' . rF y .D,*cei er '1Q, 1919 MBtnteiaance Office Da'tritt 9 S Hadley Avenh#[ ` r sox 205 :. } 2 ' tni� Pelt''Secy Re: Permit Application for Civil aDefeonae•Fir a Wajrning Siren Installation City of Oak Park Heights File No. 5552 ,"'1 Gentlemen:. 'Tranam ted herewith is as application for permit for the above sahjrtct'" C ruction in the City of 'Oak 'Pexk ` heights. ' '''''': .'',.., ''' .., : : '. , Etc sed are ;copies of the Specification and plans. In the back of the apecif cattiot� book'is a small' scale drawing ig addition to the large plan sheet. ,, • If there are en y questions, ,please °feel free to contact ouz•'office. Your* very `truly,; BONESTROO, E.NE ANDEL . ASSOCIATES, INC. (( •Bfadfo r-A. Lemberg, '; g , BAL:li Encl. cc '`Oak Park Heightav 1623 (4-72) MINNESOTA DEPARTMENT OF HIGHWAYS APPLICATION FOR PERMIT FOR INSTALLATION OF UTILITIES Control T.H Section OR FOR PLACING OF OBSTRUCTIONS ON TRUNK HIGHWAY Area Permit Prepared in Triplicate.Forward or delver all espies to proper District Maintenance Office. ApplicantTel.No. Address City of Oak Park Heights 1439-4439 14168 57th Street N., Stillwater, Mn. 55082 Party performing work I 332-1465 Tel.No. Nature Electric Service Co. Pole Installation for fire-civil defense siren Surface to be disturbed 0 Gravel 0 Concrete. Is shoulder to be disturbed (check one) 0 Bitum. IS None 0 Yes ® No T.H. County Municipality ( Street or Ave. 2121 Washington I Oak Park Heights Upper 61st and Beach Road Intersecting T.H.at: (ties to land or street lines) If parallel to T.H.give ties by station,or land lines if rural • In triangle of land @ Beach, Upper 61st & iZ Size and kind of pipe Depth from surface II No.and size of excavations Method of installation or construction Boring & set pole Work to start on or after Time required to complete work Is traffic detour necessary January 1, 1980 As per equipment delivery ❑ Yes 8 No If detour is necessary,describe rerouting Note - See attached specification, Plan Sheet & Location map sheet in specs. I, We, the undersigned, herewith accept the terms and conditions of the regulations of the Commissioner of Highways and agree to fully comply therewith to the satisfaction of the Minnesota Highway Department. Furthermore, except for the negligent acts of the State, its agents and employees, the applicant or his agents or contractor shall assume all liability for, and save the State, its agents and employees, harmless from, any and all claims damages, actions or causes of action arising out of the work to be done herein and the continuing usage, constructing, tt n r cting, maintaining and ^ using of said utility under this application and Permit for construction. Applicant's //f Dated December 10, 1979 SignatureFrkin r - A-.-1 ei er_• ty'Ehgr. BONESTROO, ROSENE, ANDERL R & A CS`► INC. SEE REVERSE SIDE AUTHORIZATION OF PERMIT FOR REGULATIONS (PERMIT NOT VALID UNLESS BEARING SIGNATURE AND NUMBER) Permit No his In consideration of their agreement to comply in all respects with the regulations of the Commissioner of Highways covering such operations, permission is hereby granted for the work to be done as described in the above application, said work to be done in accordance with special precautions required as hereby stated: • It is expressly understood that this permit is conditioned upon replacement or restoration of the trunk highway to its original or to a satisfactory condition. It is further understood that this permit is issued subject to the approval of local city, village or borough authorities having joint supervision over said street or highway. • MINNESOTA HIGHWAY DEPARTMENT White copy to Applicant Green to Foreman Dated Authorized - Pink to Ares Maintenance Engineer Authorized Signature The date when work is completed must be reported to District Maintenance Engineer Return this portion when work is completed: Permit No No Deposit Required Date work completed For Deposit in Amount of $ Required and Attached Hereto. District Cashier's Check No Or Certified Check No Use Only This Deposit Made by—Applicant Or Name Address Party Doing Work Name Address . , . Deceiber 10, 3.979 .. . --„-.. NOTE-0-GRAM 1 ©THE DRAWING BOARD • BOX 505 • DALLAS,TEXAS N ELECTRIC SERVICE CO 1609 CHICAGO AVENUE • MINNEAPOLIS, MaNIN * I A4 ' PHONE (612) 332-1465 ,N iv 1 rII ' f \ i A • MESSAGE REPLY TO r Mr Lyle Eckberg DATE Attorney At Law DATE ,.:. ,., ,.., --- ,4 -:3 Form N-R73®The Drawing Board,Inc.,Box 505,Dallas,Texas INSTRUCTIONS TO SENDER: INSTRUCTIONS TO RECEIVER: 1. KEEP YELLOW COPY. 2. SEND WHITE AND PINK COPIES WITH CARBON INTACT. I. WRITE REPLY, 2. OETAGH STUB, KEEP PINK COPY, RETURN WHITE COPY TO SENDER , . .. .. . , • ' . . , ..- - . . , ' , . . ..- . . . . _ - • December 10, 1979 'acetate service Co. 2609 Chicago Avenue Minneapolis. Ha, 590+ Attu 0w Petschl Dear Me. Petsch .: Quaid please find your Certified fed k in the amount of $13100,06 that has been held by. the City of Oak Park Heights for your bid for Civil D e►fenee FireosWarbing Signal Siren Installation, We have received row upoodated Certificate of /neuranoe and thank you tor !mo414 t'$ it promptly, Truly yours, La Volute Wileon, Clerkmereasurer City of Oak Park Heights Ines SET TAB STOPS AT ARROWS Certificate of Insurance oaOfo THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS.CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY JAMES M. KING & ASSOCIATES, INC. COMPANIES AFFORDING COVERAGES 200 West Old Shakopee Road COMPANY A Bloomington, Minnesota 55420 LETTER ST. PAUL COMPANIES COMPANY Q LETTER v OHIO CASUALTY INSURANCE COMPANY NAME AND ADDRESS OF INSURED COMPANY C ELECTRIC SERVICE COMPANY, INC. - LETT:`": MISSION INSURANCE COMPANY 1609 Chicago Avenue COMPANY D Minneapolis, Minnesota 55404 LETTER COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate may be issued or may L ertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. Limits of Liability in Thousands(I$0) COMPANY TYPE OF INSURANCE POLICY NUMBER POLICY EACH LETTER EXPIRATION ION DATE AGGREGATE OCCURRENCE GENERAL LIABILITY (""�j BODILY INJURY $ 500, $ 500, A (XJ COMPREHENSIVE FORM 695NA7490 1 1—1—80 1 !!�� 'LZC PREMISES—OPERATIONS . PROPERTY DAMAGE $ 1 00 $ 1 00 EXPLOSION AND COLLAPSE ' HAZARD Lxi UNDERGROUND HAZARD , PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE $ $ BROAD FORM PROPERTY COMBINED DAMAGE INDEPENDENT CONTRACTORS PERSONAL INJURY } PERSONAL INJURY $ 500, AUTOMOBILE LIABILITY BODILY INJURY $ 250 H (EACH PERSON) 7 B 79COMPREHENSIVE FORM AG p3 02/ 1-1-80 BODILY INJURY $ 500, (EACH ACCIDENT) OWNED j PROPERTY DAMAGE II II Mill � HARED i BODILY INJURY AND NON-OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY r, BODILY INJURY AND C Il UMBRELLA FORM M852067 11-1-80 PROPERTY DAMAGE $ 1 ,000, $ 1 ,000, El OTHER THAN UMBRELLA COMBINED FORM • WORKERS'COMPENSATION STATUTORY A i and 795PA8303 11-1-80 1 EMPLOYERS'LIABILITY $1��' EACHnccIDENT --- --- OTHER_—----�`-- ------- 1 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Electrical Contractor Cancellation: Should any of the above described policies hie can led before the expiration date thereof, the issuing com- pany will endeavor to mail 10 days written nc to the below named certificate holder, but failure to mail such notice shall impose no obligation e! iiahi t )f any kind upon the company. NAME AND ADDRESS OE CERTIFICATE HOLDER. December 6 1979 CITY OF OAK PARK HEIGHTS j DATE ISSUED cce _s 14168 North 57th Street Stillwater, Minnesota .i ele Attn: LaVonne Wilson — ' �4 � AUTH IZED REPRESENTATIVE ACORD 25(1-79) SET TAB STOPS AT ARROWS • • • • • • • • v Certificate of Insurance CCord THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY JAMES N. KING s ASSOCIATES* INC. u2' , j', . COMPANIES AFFORDING COVERAGES 200 West 014 w Road 1 :, `~'/ 'ANY Bloomington, Minnesota 5542€1 r ' r �r-'N. A ST. PAID. COMPANIES CONWI=. Y B OHIO CASUALTY INSURANCE COMPANY NAME AND ADDRESS OF INSURED ,''" NYC M 1 SS ION INSURANCE COMPANY ELECTRIC�*�, SERVICE COMPANY, INC. �-f_ 1609 Chicago Avenue , CjM'ANY Minneapolis, Minnesota 55404 % r Q .__ E L-i This is to certify that policies of insurance listed below have been issued to the insured rTarned .. and are in force at this time. N e thstanding any requirement,term or condition of any contract or other document with respect to which this certificate may De isy,,ed or may .certain,the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. --r '� __""`` �— Limits of Liability in Thousands(000) COMPANYTV' EACH LETTER TY PE Or ItJSURANCE :a�lO`r .l dH.:R EXPIRATION '>vI E_ OCCURRENCE AGGREGATE OCCURRENCE GENERAL LIABILITY —t— T.COMPRrHENSiVE FORM BnDl�t v1LRY SAA I $ G A it] I 6951 A749O l 11-1-80 ! . $ ' I jj PREMISES :=PERATIONS PROPERTY DAMAGE I $ lfff! $ 10 EXPLOS ON AN C OLLAPSE l HAZARD ( I J UNDERGROUNDr HAZARD � PRODUCTS/COMr Erle I OPERATIONHAZAL';) j BO�i _ IR ,ND CONTRACTUAL IN RANCE PRUPF�� LiAMVGE I $ $ I BROAD FORM PROPER iI-( COML-NFLi I DAMAGE INDEPENDENT fc@C OPS I — —— PERSONAL INJURY IHi-(' ,N L iNJUP.Y $ I 500, AUTOMOBILE LIABILITY i JF A. I_PERS N)T . 2501 i I £ 500.COZPRFHENSItC FORM i A6793 . .4V �Oi L IN.L r rEACHCCiONT? -- I OWNED IL I I,rl P Y,FMAGE $ f,f HIRED I y BOOILY IN=URY AND NON-OWNED I PR)r G DAMAGE $ _.—-I Ih N N E.D----'�. • EXCESS LIABILITY 1 i BOOL :INJURY AND p� � C � UMBRELLA Fi.F,Fd i ��� 1� I f 1'�1�'f)11 PROPi nr DAMAGE $ 100009 $ 1!004• • El OTHERTHAN UMBREL L A 1 ; OMP'.NED FORM ! ,WORKERS'COMPENSACiON!Ai Anima), I �:� I 795PA8303 11-1-80 EMPLOYERS'LIABILITY { OTHER Li"�#�„$$ elk., , ..; ..£" ;c....xi?`£ '.F::e" "^`.+,' •,T44.,,!::.,; . d:'-k ...-)t)�Y!h._. 3.�V''�+` ......"_+' --_ ..r '•lO .. `.4°Y. _ �._ ._ .. DESCRIPTION OF OPE NA PONS/1_,'CL!ON +F L.E.. Electrical Contractor 'C t'? + :,ve aE .C'n t c . E +IPI tF ' ei i3 r 't ere r the I], F, com- pany C�,.ce lat`aon i .le' ori, , Atui €,,r -DV__ :, niii ._... ?V. ''ti'' . 'tiCV_ .1_ LA i_., l L G.0 Oe . H...t la_lU e 1.3 fiOL such !',,,D :.0.,,?'. i di mpoSe nc+,«i';_?ot _`i tf-" , kind _, iii tt.-COOT 'i`L (NAME AND OLn_°, ,I ,T ir,:t, .r ? Lo S ,DATEISS ii D:-1) h --6}---137-9- CITY OF OAK PARK HEIGHTS 14168 North 57th Street a- . - c Stillwater, Minnesota . _. i Attn: LaYonne Milson r �a �1 �-d a rr, •,'a'`' #t„ ? .' ,,,:',,,.7..,,,,,,-.:„.:;:.; E`ti'.b 4i r --•, y �z; f 1+�.e y� .E;'...�it. 64.vfg, .r^- F SET TAB STOPS AT ARROWS ` • • • • • • • • T ° Certificate of Insurance ocoro , `' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY Fidelity Agency, Inc. COMPANIES AFFORDING COVERAGES 919 24th Avenue N.E. COMPANY /� Minneapolis, Minnesota 55418 LETTER A St.Paul Fire & Marine Ins. Co. COMPANY B LETTER Ohio Casualt Com•an NAME AND ADDRESS OF INSURED COMPANY C ELECTRIC SgRVICE COMPANY, INC. LETTER Mission Insurance Com•an 1609 Chicago Avenue COMPANY D Minneapolis, Minnesota 55404 EEITEP COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. — COMPANY POLICY of Liability in Thousands(000) LETTER TYPE OF INSURANCE POLICY NUMBER V),11 9 EXPIRATION DATE OCCEACH URRENCE AGGREGATE GENERAL LIABILITY i\ ° -Thr-,---10171- '> BODILY INJURY $ $ 141 COMPREHENSIVE FORM ' 4 ; �C . 500, 500, 451 PREMISES-OPERATIONS `c OCT 25 191,9 '�� PROPERTY DAMAGE $ 100, $ 100, A a EXPLOSION AND COLLAPSE 695NA 7490 ( ll- 79 HAZARD t�- _� UNDERGROUND HAZARD `�J CLC( riC t 1-:: . a PRODUCTS/COMPLETED . OPERATIONS HAZARD /. BODILY INJURY AND N KN CONTRACTUAL INSURANCE A d\'4y PROPERTY DAMAGE $ $ a BROAD FORM PROPERTY / 'C\' COMBINED r._,I DAMAGE - 1. j rZ'. r Isla INDEPENDENT CONTRACTORS $ PERSONAL INJURY PERSONAL INJURY $ 500, AUTOMOBILE LIABILITY BODILY INJURY i s 250, �] EACr1 t El-�.._,N3 IAA! COMPREHENSIVE FORM BOLI N�UTZv- ' $ 500, (EACH ACCIDENT) B OWNED AG 79 30 26 1-1-80 -I- fri, HIRED I –I— E1-0,P >iYDAMAGE 15 1) NON-OWNED ODII Y iNJI;RY"AND T PROPERTY DAMAGE COMBINED EXCESS LIABILITY Z I ))II v. TRY AND I C ` UMBRELLAF n M851550 11-1-79 PROPERTY DAMAGE $1,000, 1 $1,000, L °i OTHER rHAr rv1P.;ELI A 1 ? - 1 COMI-„NEL. , FORM WORKERS COMPENSAT'ONE UTOt--., - A �”" 795PA 8155 11-1-79 EMPLOYERS'YERS ��,IFtEIL(TY I $ .._ _._ _100 OTHER I $500/500,000. Bodily Injury A Owners, Contractors Binder 10-18-80 $100/200,000. Property Damage t DESCRIPTION OF OPERATIONS',N..,. .....e E A.In; " a =` a�.. Z '.�' f S/ Installation Floater-All Risk Coverages - Binder 10-18-80 Expiration----Cost: $22,956.00 , City of Oak Park Heights - Civil Defense, Fire, Warning Signal Installation Cancellation: Should any of the above described ,solicit carp. i before the expiration date thereof, the issuing com- pany will endeavor to mail 10 aaays w n riot to the below named certificate holder, but failure to mall such notice shall impose no obligation e iatolity 3r,y kind upon the company. [NAME AND ADDRESS OF CER OFICATE HOLDER. October 22, 1979 DATE ISSUED:_--__. __ . / CITY OF OAK PARK HEIGHTS / / 1" / Oak Park, ♦k ` �/ ..� Minnesota __— __. __— AUTHORIZED REP- ENTATIVL ACORD 25(1-79) V r 1 1 / 1 V V 1 Binder No. INSURANCE BINDER ac dTHIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. NAME AND ADDRESS OF AGENCY COMPANY St.Paul Fire & Marine Ins. Company Fidelity Agency, Inc. Ffective 12:01 a m 10-18 19 79 919 24th Avenue N.E. f;xpires$I 12:01 am 0 Noon 11-18 1979 Minneapolis, Minnesota 55418 LT his binder is issued to extend coverage in the above named company per expiring policy # (except as noted below) NAME AND MAILING ADDRESS OF INSURED Description of Operation/Vehicles/Property CITY OF OAK PARK HEIGHTS Civil Defense, Fire, Warning Signal ' Oak Park, Installation Minnesota (14168 N.57th Street-Oak Park Heights, Mn.) s. Type and Location of Property Overage/Perils/Forms Amt of Insurance Ded. c R All Risk Installation Floater All Risk Coverage 22,956.00 1000 - Cost: $22,956.00 0 P E --As Per Specifications:-- R T 1 Y ;;r,/Forms Limits of Liability Type of Insurance Covet G-----------___ Each Occurrence Aggregate O Scheduled Form SLI Comprehensive Form Bou ly Injury $ 500,000. $ 500,000. ❑ Premises/Operations Owners, Contrac p erty ❑ Products/Completed Operations Protective Damage $ 100,000. $ 200,000. ❑ Contractual Bodily Injury & X2Other (specify below) Property Damage ❑ Med. Pay. $ $ Pe Combined $ �'" °" A c '' Personal In u ❑ Personal Injury A 3 ri 4 1 rY $ A _ Limits of Liability U ❑ Liability U Non-owned ❑ Hired rF3od-ly Injury (Each Person) $ T ❑Comprehensive-Deductible $ Bodily Injury (Each Accident) $ O ❑ Collision-Deductible $ U ❑ Medical Payments $ !Property Damage $ - B ❑ Uninsured Motorist $ 1-- I ❑ No Fault(specify): Bodi!y Injury & Property Damage L ❑ Other (specify): Combined $ E ❑ WORKERS' COMPENSATION - Statutory Limits ( pecify !�att. ` ❑ EMPLOYERS' LIABILITY — Limit $ SPECIAL CONDITIONS/OTHER COVERAGES ELECTRIC SERVICE COMPANY Policy #695NA7490 NAME AND ADDRESS OF ❑ MORTGAGEE ❑ LOSS PAYEE ❑ADD'I INSURED LOAN NUMBER 9141.11Z Ilr i '. / /0---,_4 - 4 Signature of Authorize. 'epresentative Date ACORD 75(11-77) ' 2335 W Te ,h �"d"r� 36' wOtto G.Bonestroo,P.E. Lawrence F.Feldsierr,P.E. n_-_' Robert W.Rosette,P.E. , Glenn R.Cook,P,E., Nei Af seta" 55/13' Joseph C.Anderlik,P.R. : •;Keith A. Gbrdan,'P,E.. PhPhone: _-_ L5� L0� Bradford A.Lemberg, P.E. Thomas E.Noyes,P.R. ne. 6 6 Robert D. Frigaard,P.E. Richard W.Foster, P.E. . Richard E. Turner.P.E. Robert G.Schunicht,P.E.• Jamas C. Olson, P.E. Marvin L,Sorvala,P.E. Donald C. Burgardt,P.E. October 12, 1979 Kenneth R.Meister,P.E. Charles A.Erickson Leo M.Pawelsky lectric Service Co. of Minnespoiie, InHarlan M. niton Ael 1609 Chicago Avenue Kinneapolia, Mn. 55404 ESS Civil Defense Siren, . " City of Oak Park Heights our Filer No. 5552 J Gentle*en: - Transmitted herewith are four (4) -t•,o+iesof the Contract iocuments between you and the City of Oak Park Heights, h'innesota cov®riug the above," subject project. Please have your bonding company complete pages 31. through 34 of the cottclitiona of the Contract. Theinsurance and indemnity requirements,of pages 17 and 18 shall be provided. [1 After your bonding company has completed the documents, fog-ward them to Mr. Lyle Eckberg, Attorney at Law, 126 S. 2nd St., Stillwater, Mn 55082:who will review' them for the City of Oak Park Beighte. After the necessary City officials have signed the contracts you will be seat two csapieta, otle for your file acid one for your bonditic company. One copy will be retained by the City for their file and one will be sent to us for our file. t;po .-e.f.cirt of 'a signed contract sem, s filed Certificate of Insurance, y ' may proceed with the work as outlined in the plans and epecificationa. Please notify this officeapprostitaately one w.':elt. f .-iore starting coat;strr. ctinc: for a jre-cc .struction conference. Yours very truly, BONESTROO, ROSENE, ANDER &"ASSOCIATES, "!NC. r(i-t41//o 3 aCdfat A. £emmberg, P.E. SAL:1i Lnc1. ,.. s:c: City of Oak Pax2.c. tiei �z:.s... ' Mt. Lyle F.cktberg, Atty. POSAL OR CIVIL DEFENSEP- FIRE -F WARNING SIGNAL BID 1]: 11F1 INSTALLATION PROJECT OAK PARK HEIGHTS, MINNESOTA OPENING TIME: 10:00 A.M. , C.D.S.T. OPENING DATE: Thurs., Sept. 20, 1979 Honorable City Council City of Oak Park Heights Oak Park Heights, Minnesota 55082 Gentlemen: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. None and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc. , 2335 W. Highway 36, St. Paul, Minnesota 55113, as follows: Installation of two (2) Civil Defense-Fire-Warning Signal sirens complete with controls in accordance with the specifications, for the LUMP SUM of: Twenty Two Thousand Nine DOLLARS No CENTS-LUMP SUM-$ 22,956.00* Hundred Fifty Six If awarded the project, I/we will totally complete the project on or before 90 days after receipt of contract Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of Thirteen Hundred DOLLARS No CENTS ($ 1,300.00 ) which is at least five percent (5%) of the amount of my/our bid made payable to the City of Oak Park Heights and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein, to increase or decrease quantities as desired and to award the contract to the best interests of the Owner.' In submitting this bid it is understood that payment will be by cash or check. * Bid is per plans and specs, using three phase sirens. P-1 e 1. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) • • u ". . -- .• ..,:I, .�9 r•e : , � t.re's�t Name of Bidder ►•t_-=: =w`=•=x 1.111 Inc. +•s t��:,�:�,:�s`e�3�:'Vsc: By J. es E. Peterson Title prP id nt Tames F n � of Printed Name Signer mpg Chicago Ain'+etia Address Minneapolis, Minnesota 55404 fl7-1465 Telephone No. P-2 Boot , Rte, placteidih 4d4ocid, Asa e.lio, .2335 W. %?suds e419ht 36 Otto G.Bonestroo,P.E. Lawrence F.Feldsien,P.E. StM� 55/13 Robert W.Rosene,P.E. Glenn R. Cook,P.E. Joseph C.Anderilk,P.E. Keith A. Gordon,P.E. Phone: 636-4600Bradford A.Lemberg,P.E. Thomas E.Noyes,P.E. Robert D. Frigaard,P.E. Richard W.Foster,P.E. Richard E. Turner,P.E. Robert G.Schunichb P.E. James C. Olson,P.E. Marvin L. Sorvala,P.E. Donald C.Burgardb P.E. Kenneth R.Meister,P.S. Charles A.Erickson Leo M.Pawelsky October 12, 1979 Harlan M. Olson City of Oak Park Heights 14168 - 57th Street No. Stillwater, Mn. 55082 Re: Civil Defense Siren Our File No. 5552 Gentlemen: Transmitted herewith are the two (2) original bids which were received on the above subject project. Please note that the low bid of Electric Service Co. of Mpls., Inc. has the certified check in the amount of $1,300.00 attached. We have retained a copy of this low bid only for our files. Yours very truly, BONESTROO, ROSENE, ANDERLIKK SSOCIATES, INC. A101(ise,6- OPP,. Bradford A. Lemberg, P.E. li Encl. OAK PARK HEIGHTS Civil Defense, Fire, Warning Signal Installation The additional policies required for this job will cost approximately $300.00 extra-- Owners,Contractors Protective Liability- 441140 $ Installation Floater- , CO r rArn QC fcFC r 25 1979 T ti� 10-22-79 Cab /.5a`ted iaa, Rodeos, 40144./.4 8 4 atic/a ed, Asc. Geo rswl q Lupus .2335 W. %wadi eit lsugu,36 Otto G.Bonestroo,P.E. Lawrence F.Feidsien,P.E. Robert WRoseneP.E. Glenn R. Cook, P.E. Sipawl, Mluu®dola 55/13 Joseph C..Anderltk,.P.E. Keith A. Gordon,P.E. Phone: 6364600 Bradford A.Lemberg,P.E. Thomas E.Noyes, P.E. Robert D.Frigaard, P.E. Richard W.Foster, P.E. Richard E. Turner,P.E. Robert G.Schunlcht,P.E. James C. Olson, P.E. Marvin L.Sorvala, P.S. Donald C.Burgardt,P.E. Kenneth R.Meister,P.E. Charles A. Erickson September 24, 1979 Leo M.Pawelsky Harlan M. Olson City Council City of Oak Park Heights 14168 - 57th St. N. Stillwater, Mn. 55082 Re: Bids on Siren Installation City of Oak Park Heights File No. 5552 Gentlemen: Bids received on Thursday, September 20, 1979 for the installation of sirens in the City of Oak Park Heights have been reviewed as requested. Two (2) bids were received as follows: Bidder Bid Price 1. Electric Service of Mpls. $22,956.00 2. Aladdin Electric 28,840.00 Both bids are as per specifications and appear in order. It is recommended that appropriate Council action be taken to award the project to the low bidder, Electric Service as per their bid amount. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 46 �/ � .radfor7A. Lemberg, P.E. BAL:li OUR FILE NO. 5552 CIVIL DEFENSE FIRE-WARNING SIGNAL SIREN INSTALLATION FOR OAK PARK HEIGHTS, MINNESOTA BID TIME: 10:00 A.M. , C.D.S.T. BID DATE: Thursday, Sept. 20, 1979 • CONTRACTORS TOTAL BID ✓1. Electric Service Co. Cs e.,/30.0 �a SS�� 2. Twin Town Electric Co. v3. Aladdin Electric Co. s 7 d fj 8510 /so# eawa, Rode#te, ichsciellia & riddoc&ed, Asc. eonsiaialp esspiweeett 2335 W. %?arth gktpel 36 Otto G.Bonestroo,P.E. Lawrence F.Feldsien,P.E. Si. A M� 55/13 Robert W.Rosene,P.E. Glenn R. Cook,P.E. Joseph C.Anderlik,P.E. Keith A.Gordon,P.E. Also: 636- 600 Bradford A.Lemberg, P.E. Thomas E.Noyes, P.E. Robert D.Frigaard,P.E. Richard W.Foster,P.E. Richard E. Turner,P.E. Robert G.Schunicht,P.E. James C. Olson, P.E. Marvin L.Sorvala, P.S. Donald C.Burgardt,P.E. Kenneth R.Meister,P.E. Charles A.Erickson Leo M.Pawelsky September 26, 1979 Harlan M. Olson City Council City of Oak Park Heights 14168 - 57th Street No. Stillwater, Mn. 55082 Re: Siren Installation Bids City of Oak Park Heights File No. 5552 Gentlemen: This letter is to clarify the bids received recently for the proposed siren installations and the questions raised concerning the electrical service. The specifications called for the sirens to be served by three (3) phase power since that is the way they are constructed. Since NSP does not have a 3 phase service available in the areas shown the contractors bidding the project included in their bid price "add-a-phase" units that will be installed with the sirens and allow them to be served by single phase electricity. The bids include the telephone line hookups but any additional costs for service by NSP will be billed to the City. It is recommended that the project be awarded to the low bidder, Electric Service Company. Yours very truly, BONESTR00, ROSENE,,ERLIK & ASSOCIATES, INC, /4' ./^ Bradf d A. Lemberg, P.E. BAL:li ,-,_...q October 13, 1979 Aladdin Electric Compa ► 2420 gntvereitr Avenue St. Paul, Mn. 3,114 Attn: Thomas Leonard Deer Mr. Leonardo gnoloeed pleas* find your bid bond for the bid on Civil Defense . F — Warning signs installation in the City of oak Park Heights. We would Like to take this opportunity to thank you for your bid on this project. Very" truly yo rs, L.)," •-- La Yonne Wilson, Clergy u rear City of Oak Pro Heights LX/is .- Big Carl! PROPOSAL FOR WARNING SIGNAL CIVIL DEFENSE - FIRE - INSTALLATION PROJECT OAK PARK HEIGHTS MINNESOTA OPENING TIME: 10:00 A.M• C.D.S.T. OPENING DATE: Thurs. Se t. 20 97 9 Honorable City Council City of Oak Park Heights Oak park Heights, Minnesota 55082 1 having made the I Gentlemen: your local conditions, studied the with having vin Fm and being ned, being familiar deemed necessary, The undersigned, investigations Addenda N°S• work cost inspections and investig work including Addenda nda the field insP for the skills, and specifications other conditions tools, materials, in plans all factors and all labor, the P iliac with to furnish completely construct Clerk and eq hereby prop°ees comp your 36, St. Paul, Bon thereof, and all else necessary to on file with Highway plans and specificat1OInc. , 2335 W. with the Associates, accordance Rosene, Anderlik & Minnesota ota as follows: Warning Signal Minnesota 55113, Defense-Fire-Warning specifications, of two (2) Civil with the , ons Installationof controls in 'A�rC�_ a ��`'`� � CENTS"u complete �� icy" b v w�e i sirens S M of: e(`7 DOLLARS �C�(✓Et �a l � the‘ LD sum- 6 � r e, Ir DUB CU / C►.Se)C 4\14,9the project on or before f �d W 2Y` 'wi complet � bU,S� � I�we will totally Qj�d� 1 the project, . deposit in If awarded D v (o check or cash J� certified ANTS (g_�- —) • a bidder' s bond, a able this bid DOLLARS dour bid made payable Accompanying ° of the amount of my to forfeiture the amount of percent (SX) is subject on the part of the least five p hts and the same failure which o defaultat Park part undersigned or ret on fifteen (15) City of Oak of the bond to the on the contract and event of the prescribed ned to execute to n►e�us' the right to undersigned its submittal Owner retains therein, days afterthe it is understood that irregularities and informalities this bid irreg to award the contract to reject anyi and all bids and to waive In submitting desired and decrease quantities as check. to increase or the Owner. ent will be by cash or best' interests of that payor In submitting this bid it is understood p-1 It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three ' lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. 1 Respectfully submitted, 4L/� DD/A) 6(r'C-r2(C �J _ (A Corporation) 1 (An Indiviud al) N=me of Bidder (A Partnership) B ' Title p S ' - ,gw`lc 5 r. L Printed Name of Signer g Address �L(� - z� Telephone N . 1 i 1 1 1 1 i 1 1 P-2 1 B044414041, & ems, 4aci2444 a 4s Sociales, Age. Geo gdkl ia, €.igtnass .2335 W. `14Nosh d ISph aa/j 36 Otto G. Bonestroo, P.E. Lawrence F.Feldsien,P.P. /� Robert W. Rosen, P.E. Glenn R. Cook, P.E. Pa4 MSNm.doIa 55113 Joseph C. Anderlik, P.E. Keith A. Gordon. P.E. Bradford A. Lemberg, P.E. Thomas E. Noyes, P.E. Plgo'w. 6364600 Robert D. Frigaard, P.E. Richard W. Foster, P.E. Richard E. Turner,P.E. Robert G. Schunkht, P.S. James C. Olson, P.E. Marvin L. Sorvala, P.E. Donald C. Burgardt, P.E. Kenneth R. Meister, P.E. Charles A. Erickson August 28, 1979 Leo M. Pawelsky Harlan M. Olson Stillwater Gazette P.O. Box 58 Stillwater, Mn. 55082 Re: City of Oak Park Heights Our File No. 5552 LEGAL AD FOR BIDS - PUBLISH IN WEDNESDAY'S DAILY PAPER Gentlemen: We are enclosing herewith Advertisement for Bids for Civil Defense-Fire- Warning Signal Siren Installation Proj . in the City of Oak Park Heights, Mn. . Bids will be received on • Thursday, September 20, 1979 at 10:00 A.M. , C.D.S.T. This advertisement is to be published Twice (once each week on Weds.)in DAILY starting with this week's issue, atssksxs1 9/5 & 9/12 . Proof of publication along with the invoice should be sent to the City of Oak Park Heights, 14168 - 57th St. N. Stillwater, Mn. 55082 • Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. By: Lorretta Inott li Encl. cc: City of Oak Park Height Mr. Lyle Eckberg, Atty. Boned , Rc..g., 4,irt4 & 4eaoraaeed, Arc. e•namitimp e.. ...i .2335 W. om'-a--h-_,,_*�-- fi 36 Otto G.Bonestroo.P.1. Lnrnna P.Peld:kn.P..Ed. P' �f Ofd 55f'� Robert W.Rosene,P.E. Gknn R. Cook,P . Joseph C. AnderIlk, T.E. Keith A.Gordon, P.E. Pleats: 636-4600 Robert A.Lemberg, P.F. Thomas E.Noyes, P.E. Robert D. PNgaard, P.E. Richard W. Poster, P.E. Richard E. T ,P.E. Robert G. Sekswkll, P.E. James C. Olson, P.E. Marvin L. Servals. P.E. Donald C. Logan's, P.E. Kenneth R. Meister.P.E. Charles A.Erickson Leo M. PaweWry Harlan M. Olson August 28, 1979 Construction Bulletin Suite 180 8441 Wayzata Blvd. Golden Valley, Mn. 55426 Attn: Ms. Peggy Anderson Re: City of Oak Park Heights File No. 5552 Gentlemen: We are enclosing herewith Advertisement for Bids for Civil Defense-Fire- Warning Signal Siren Installation Proj . in the City of Oak Park Heights, Mn. Bids will be received on • Thursday, September 20, 1979 at 10:00 A.M., C.D.S.T. This advertisement is to be published Twice starting with this week's issue, weeks of 9/3 & 9/10 Proof of publication along with the invoice should be sent to the City of Oak Park Heights, 14168 - 57th St. N. , Stillwater, Mn. 55082 • Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. By: Lorretta Inott li Encl. cc: City of Oak Park Heights Mr. Lyle Eckberg, Atty. ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Oak Park Heights, Minnesota, in the City Office, 14168 N. 57th Street, until 10:00 A.M. , C.D.S.T. , Thursday, September 20, 1979, at which time they will be publicly opened and read aloud for the furnishing of the following: CIVIL DEFENSE - FIRE - WARNING SIGNAL SIREN INSTALLATION PROJECT involving furnishing and installing sirens and all necessary appurtenances for a complete and operating system of warning. Specifications, proposal forms and contract documents may be seen at the office of the City Clerk, Oak Park Heights, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc. , Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, Minnestoa. Each bid shall be accompanied by a bidder's bond naming the City of Oak Park Heights as obligee, certified check payable to the Clerk of Oak Park Heights or a cash deposit equal to at least five percent (5X) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three low- est bidders for a period not to exceed 30 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of thirty (30) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc. , upon payment of a deposit of $15.00, all of which will be refunded to all bona fide bidders, providing said specifications are returned in good con- dition within fifteen (15) days after the date set for the opening of bids. A bona fide bidder is one who actually signs and submits a bid. No money will be refunded to any person who obtains plans and specifications and does not submit a bid to the Owner. The City Council reserves the right to reject any and all bids, to waive ir- regularities and informalities therein and further reserves the right to award the contract to the best interests of the City. LaVonne Wilson, City Clerk Oak Park Heights, Minnesota • , . 1 i 1 !, : 1 1 I I 1- ; i 1 , : • I' I ' •' • ' 1I H 1 ' • 1 • ' ; • ! W •• Z > -.;i. H 1 ; , • , • 0 , ; , I • , • HI • • 1 , -- 1.1,-41- -- - • --I- 4- -' •- 4 • 4 _. .4 CC . ? . cn •' . , — cf) • F- ' i , ; • Z , I 1....... -- •.-•••• ; CO . D ; • '; , ; . ; • < G ; • • i S .- ; • . , . , • ; . , ; ! • 1 , . . • , • - >- — J • i — C.) 0 . • F- D H CC 0 I 1 -4 - , ! ! i,. 1 1 I ° CC „)- • , i 1 I • 1 1 , . I , CO• Cr • z , , . . I 1 , t-i Li.1 CC -J 1 , : • ; •• 1 ; < ; , I-- , ' • , ' ' i • , , I-- ' ; , • , • • , , 4 - --- el f -I- i 1 l • If—f !! I . I I . . -- ..•'. ; . ' • . I i - i 4 . • I .! (J) ti-) cr — < . , ---r I— ' • , , ... 1 . i • la..1 in 0 • Z , , i 1 , 1 1 L . _ I-- III 4 . Z /- , _ --,-- ' • ---4 -,• ;' '• 4, ',- t ---t---- W ° I • . u) I— I • , 0 W ' • . , ;11 ''1 ZZ Z' . . F- Z_ D 1 " , .......1 --- .1 I N•4 1,1 1 D " • t ' kt 1 - '-71 , G2., • 1`,. .1 ' 11\ Z I i.. .7 _j • i 'c\ I ..,. , ...,. 1 I,„. , )_., 0 D -1-- . 4N i . ! , 11 • . ,, 1 4:-‘,1 • '' i • -• ! \•• 1 I t 1 ! -- '..1 - . -- i „I! 11 ! : !•1 '1•.. ! ! .1 ! .-., — • ,',. , < IC.) ; - ' ' id! k.A.• ! ..! t 1 •• -,; ..,' ' ! • : ! 0.! ,A 1 • 1 ,1 \,,i 1 .t• N; ,4,... . L.). • • '' 1 1--- .,,, Z — • "--' • , 1 ; 1 1 , , [ :(:),'-.1 I .,-4, '--,,,11, ,L,11,,, 1...-- _4_ 4 1 --f .;;If--1 k, ' 7-.. ' •:-.1 .- ; If.)- i • ; • I- _,• ..4. r . . , 1 ,, ,,,,, c,,, 1 r 1 Ll • 1 H ; 1 ' , .,I , ,., 1 ,ro, -1 .... "i1 ,1 ,-44 '1. — 1 • Z I , , ; I ; ; ), -•' ' ' , , I • I - . , !- I (1 1 1>•••)1 ;r,i, s..)! ...1 ' - ai • .,...-;,t ,11 ! , .. L . ...t- F-- i l , it tr . , Ti. , . 1.1, 4 '.. . • L.L. !? (!‘! ; icl 1 .!' ( _ ; :-....S.,1 '-1'1 I -- i I ' • ,-,1 ; ; .•,' ; 0 ';--- kl 1 1_1 IiI I- ' 4. I 4 11 U) F- ; ; ' 1 ;c-; 0 , . ',-; ', -r.': ', . ' -' ' Ci --1.- i, I .„,,,.. ' t I ' ,,i I ,,. , ,i • -,1-1 . ,.) H 1 4i _4..1 . 1, /, HI - t- - LA, . i'\11 , I ! '7; 1 t . ; 1 .' CA • , , , i - i , i . ..' 1 •••, 1 0 --- o t !, '', F— ;) I. - . ,• ••. ' , ,.. I ' ...1 r i r : '..,. ..••• - ' ''1 Z I , I ,''\ ' : ... .i 1""." S '.;.; --1 \ (,, , \_,, .., 7; •'i '';1 I''.'•I • ' .11 -., I X W • 1 ' 1 ' <1 .'• ' LL1 tr) , • I,- l' 4 ...,-1 t , , ! . i 0 Il- - ---, • . .54 t • z >-....... , , ,. ; , -1 ..., , r,... , , p , L rj. -, ---` ' ' " • ,- --•, I '1 0. s4- , .. CC) ..1 . •• .)1 ,. ' k-....,4 -.---c-,I ,i 1 -' L.L.i (.2 , '. X •... -r - Z :1 . 1 . _ , , yr i , ; . _ . . • r. , 1 ' '1 . .1 ,-- -- .. ; w , c(f) Y ' 1 I 4, I . -1 ‘..1 . , OZ . . . H; CC , , , ' 1; .1 ' ••:I ; \..i; ... -, -,i Cr I - 1 , • I . ,, I \ -- • 0.1 * I-- Z I -1 c•I'-'• - 1.A I I • ;is•-4 -s . i .... 0 1 __I , „j ,1 i•i ,.1 c)i 1 : . . ... : - ,c) : • .. ' (<1 0 1.-- , i "\I . , ; -•Lt 1 ; (r) F— , -•,, i-- , , 1 cc w • 2 °- L.' I i . , ! .• ,1 ! " 1 ' , I 1 ., 1 v ,. ; .,. ; . -- \i 4 LLI CC k! ! ;I , ! il I (1 !7 ; -;...1' U) (.. • ' ; ' (,._j , (.); • ' LC) I.— Cf) k.I 1 ..J \., 1 ))1 , i 1 \\ , Z ro _ LLI , . _, . c•-,! -•,1 , -, • `4 1 , .; 1 I , 03 c\J I .‘.I, i.,\:, i , ,,,, _.,•)L. ,--- , 1 -. , 1! ''ll ''s :1— Cr ._J 1 ; 1 ! •..) , i ; i •, . _, . ,) ) 1 1 •c-i i t!-J ! I ki 0 i s 1 ' . ' , .1-. --. , 1 ; u) 1 1 's 1 %.', 'H - . . . 1 I ‘I . ' 1 1 ' - ' 1 “j r A.) i '.:1 .--1 Z 0 ,l'''' c'is'll , .,. I - I •.\ I .":;,1 1 : ' ' 1 r: •'I --' 1 1 - I `, )1 i 1 t,,.. -1 r 1 ,• , i i , , ..4 i 1 _., , 1- 1 „, • : '1 1 i ! ru i • ! . .1 1 r .1 ,.!. I 0 .! ,!!!„. - ,, t 4- -1 , ; •.- I- ! ' • ' • I i ' 1-I !1_ . < Ill • ,--1 U) u-. 4-1! ,-,1 so , "_. •i-,t ; . ! ---1 ,,_), , 1 ---, , ,, ! 1 i \-•I • • ! -,,, i A' ' 'I ---I---- - -• 1 1 ' • 0 CL Q_ co ; , . , I , , CL. 0 H 1I ; 1 0 ' Z ; i' 'D , , HH ; I Cr I 1 CL 03 —t -1—• • • . • 1 ; - • i-- , • , i 1 ' • ; i.-. , 1 , Z , 11 i < 1 • 1 , 1 , , , • D i , I1, I I 0 . 1 -, I I I It I , ' • . , II • • 1 : ' 1 , 1 1 I • 1 I ' 1. 1, 1 I . ., . ' ,; I 1 t • ; ; 1 ; . •., C) ;,„„ _J 1 . i ; i 1 ' ! • • i i ' ., ., > ---,... 4I I H '' • el. — I 1. .I 1 , i 1 . -‘• 1.1) , \• 0 U) 0H.. H - w •••,,, - + , . , ! I i -1,- .4 4 (/) =- 0 p--- , , , ., • I I— — ,-,,,, _ , , , , , . , , ,,, ,,„ 1 ,, • co . z D • . t • L.L. . . 1 i I CI r•-, ' . . . 4 4 4 f ± I-- Z . , • , • ,• •1 .U.. I- t- . , . CC p • i- , - I 1 1 , 1 i Cr 0- . -1- • ' -4-- -4 4-- , -I- -t— i -1-- , • >-* LI-1 F-- '• ' _ 1 • D • ' . • cr I- Z , ., , 1 1' 1 I . X 1.4.1 ' . , • , . , • . . . i--- -- t -r-- --r ' - 1 1 . i • - -I- -4 . i i 1 , , 1 , ! --a , 1 , . , I , , , .., • . • . 1 1 , . . , • cr -- .:::t uJ in . . UJ In 1 , , , • II . z 0 I , • , , ..... H 0 < I ., . - z ,...,F- ' 4--4- - • -4-4 4. . iii U)...... • s.j 1 , . ' t- -I- - 7 f- •-. --i 1 I • _.: C.9 U..1 ' H i ' • ' 1 . . .. . . Z Z . , . ' \- 1,_ i) }.7 [ ,Z D . . _ -:. _J .- . 1 .1 , ....,., -• '-Ix D 'a i- U) • _ kr , 4 1..A 10 Z ...1 .(‘'', k .0 , I I . . --1 t .N.! , : C' ,---a ', I , i ,..'', i-.\.,-4--• ,-( .1 -- ,..; -f s. (7) ,..-7,L.t. or:: zr..... . 111' . 1 • I'I!. 1.4.1ili1 ;1' .:-._,:, 7 • i•-- a 4- 1— •(--) z . ,c\.,1„ ,,- J , 4, [ , •,„, I ... .1 I I. , ,,,, , ,.•, , , : , .,, ;.: •:;;,. 1 %--,1 _I 1/1, • M \° , _1 I ....- _, I 1 • / ., ;-t: 1 I 1 . () . , .‘-''1 I y., . 1 , ) i \ . Lt..I ! 1 1 1 1 '‘.. () I . I 1>') ‘.•\I .(I'i. i- b . , 1 14., r - ,, (..) , .'. —I : ..:4 ' 4,4i. ,..1\1 1 ,...,, ; • ' 0 ,-; 1k11 0 0 !!-- " .;:j ;, 1 -.I I, • (f) i ,::,'NI ' ' ) • -- ; 1.,- (J) i - 11 0 ' . I("--1 - 1 '',-11 -:: — " 1 t 1,,•,..J# , , c,,, 1 , H,,..4 Z .- - 4",-,, - I - -' , , . I 'A', . , Lo i _._4 i ci! ,1 I-:' 1 ' 1 ', --• CI5 t. ' ' III -.'•,' H I, , , ' t- 1 ..., ' 1 -'. ‘..--; -4--4._ , : , - ' 1 ,.- : •I -• : —.... , , • ,, — , , 1 • -I, I \:.,1 , . ' , i '• i - : --. c:11, , _ -- ,u z • '-,, 1 , ,.,4 . ' • : ,-,, •;-; : I"—* ,; ' (,' _J ; ‘ , t i 1 . k 1 `'`[ ' " r, , , ), - • 7:1 cr (o 1.1.1 \p, D U.1 re) , ' 1 1 - V- • 0 , i 1 4 .1 / - . , - .• Z >- • , •.,, • • ' .-. < "<1 , , ‘. t, , - -- i • ' I 'CO , i , 1•- , - I , ., I cs,.. < 1. 1 .II - I II j 0 ' '1 !' ' '' t 'I 1 '',I ' ,,..'t ;, •‘1 'I,' 1 r i '--- 1 . 1 1.1) I. 1 , ,, ' 1 , - i. ,;) . .f1 • i ,, ... . , , . • 1 (.0 '11 I '\ 'pl -1 4 .1 'II 1 -:1‘'1 i • . ,, ,., ',....,,, 0 Z • I . • 1 '.• ' i Z ' ' '• • ... . .'-') 1 \ --- 1 , ... ,, :.1 • , - .c j..; 1 1' •-'; ..-; ' 0 0 • ' -:.: : " .. 1 -.1 ' _'•1 'P. C'I I • 1 I\I r . 0 CI) 1— 1 ! , . •L1 I , '1 1 ' ,, cw , • , ,r a' ,, i .,, , -• 4 i --\t ' : I , • • --- \, 't• i-- ',.. -,- .,. Crs) ILI I k . ' ' •- 'C.) '•'`i i 1- ! •',, *. .,, , ; , !1 1 ' 1 1 ' i -1 1 ' '1 ' - : 1 ..,, • k. 1 t..• i I ! 1 1 • 11.''' (f) I ! ‘ I '1 1 . ! tj • - - (!1 'Ll- ! I1 I i ' ti cm c\J 0 I '.-14-1 . ..- . • \ Ct --J . , 1 i . , •, • , , , . -44 : -, , 1 ,...', ..... i , , . , • ' 4y; , ' . 1 ! 1 --1-1- • 1 CD < I •r•, ; , ' N, .i ,( 1_-}r - -! ! -[A, i (I) 1 ,. , •, , • 1 4 ( (. • , • . 1 c.--)i, (.) CD , , •,, • ,., 11 -, 1 ,-• 4 , . .. , -, ,• 4 _, •.• 1 1 , :.1 _.1 Z a_ -- • -, , , , ., , : Ni ,, , I I '..\''. II 1 ()I I-' r-'i '71. . III 1 i - • < Z • I 0 t , ,,_ ' „ 1 1 H i I , I C.)11 ' 1 ' 1 : - Ir I I 11 11 .,••••;:i 4) , „1-,.1 1 ji, !--11j cl ,i' ;- - -' 1.1- u) Id Cr I I 1 1 I ' L t 0 CI) t - . --i- --1---4 • t -.-; 1 1 1 ! CL 0 , • }—• , 0 — Z I I I ! 1 [I I CI Cr ....../. D , • 1 • , , , a- CO • >•-• 1 , 1 i • ! H 1 1 I I . , , • Z • I I D 1i 1 ; r I i 1 i ,i • , I i , . i • , . .. , . _,_ •-,--.... ........1 , J I •• ,„ _J . • , 1 1 . , . • ' i z > --s. H I , < -1 s 0 • u.. •,. I- 1 i• - „I,, . . , - , ._ i_ - • • --r -1- ' ' - 1 cc c.i) • 1 ' I I • - ci) F- i , , , • 1 , I-- — Z D , , 1-_.... u_. --,-0 • ---4. c , • I- a '' . _J , . , I . ' I 0 ' < ' , • . ' I- -- i I (...) 0 . H D I--- 1 , Cr 0 - — 1 t- t- -----f- ,cr ,)_. • • a_ H ...1 COCr • af..... I • 1.1.i 0 D ! 1 . cr 1-- Z • . , • , 1 -1- >< 1.1J • . t-- • • 0 ,I• , ; , • I-' - ' 4--- -I L 4 i -4' ; • 1 , 1 .4, . • . I r • • 1--- • I i- , , z . • D I . 1 III ' . 1 i - , I ; I • -1 < ,• ..... u.i in I- ., 1 _ H 1----, , . I____11 , 4_________t__ 4 — _,_ -, t -,- t • . . 4( 44 • z 1-- I ; , • -•,. uj 0 • , 1 , , • . 1 co H 1 , , , 1 4 c•-1 : z z z ; . 4 . . 4 • • (\_.$ • ! ; -s-. ... d_ ••,i 11 ', D — . _ , -) Ai , • .,..-'r ,,,, \._. ,s1 0 D •-f-li '1 I , ...--,—, (...) < < 1 t. ( r• I cv: —- ,r‘3,41,1,' (-) Z 4,-"_Li i -r- 4 . cli_ _ _• J.•,i ; ___, ,-4.,_ -•-•,.-1, .,_-___144-‘&4_ _I; •_, 1-• k • I -1 ri z — — „, — - , ,, 4 •.,- -•1 cf-•4 (. 01 ,..• .tt. a ,, -• '4 _ t. ,...,,r i--0, -; u) ci) H ,, c -14 -I 4, _ CO 41 ...1 -.I r L i, ,,:- \_11 q - , E --- . i 1 --. j- i , — %) . L , . . 1.......1 , 1,r) , { c 1 '-• 1 i. ,-, (...) .., _.I 1 c. ,._ 0 '3 - • < •--., I 4--•- 1 , 1 1 ..•• •1.-c-" s , , L' I• L, (..0 1` 1 0 1 i 4 14..41 , 1 , L1) • -' --4• '#4 H 1 ,.,,) 4--I - - 1 'rsi 1..1.i 1 -rii, . .. ,4 (-.1i ' 4 I 1,_ i • 1 '.I ', , , 1 . .. , „ • , , „ , .4. 4 - ) %. •'-', •,, , •,- -• 11,4 „V F- , , ,.... 4, *, , , , OMMINIO i Y I , ,. :, ,.. ”_.•,1 . WI - ,0 Z I ,, ••• i 't 1, C s.,I \.)1 1 . I D . II. 1 ' --- -1 , ii..i ro , 1 1 .....1 . Z >. - \- -- 0 - -,. • 1 , . H : . I I , -' ' , •• I , , ' . D , ; i, .. : cz:t •:, 1 1 i 1 ! 1 i CC) _ ,. '- ii, (..9 -i . --. •,- - ' -,-- -i , , , i . ,• s Z1 > ' . H '— `,:\ I '',) . ' , . 'Li Lii - I i• , \ - , .. $ (.0 ': ' 1 L- -1-i i <-1 . . Z ' - . ,, • ..., . ,. ct •; ,_- Z - . . , • I -;f',,,,)• ) 71 -, ' i.-1 - I 0 , 'L i - - -.' :\ , . s•• "1 0 — , H \ , i . .) .,. X L.Li 2 2- , , , . .1, ._, . , Ji 11 , 1• . , • \ - ' 4:: -, c.I •. '0 si . , ' }— Ct 4b,; • ' ' -, 4',.1. _14 U) LI, -1 c.) "! (•-.-1 ) , --- , . _ , . c , i _ 4 - w . ,.., -.1.. .--, 10 im''. (I) ' . ij. ' t 1 ... 1 --- re) — U1 OD 0.1 '11 • . . 4 1 4 -,-; ,, , ,,,, -- t r- CC . , ,) ,4t O < , ••;- 1 ,- kJ, •4;., - , LA - , . , , _ -4 - • 4 - :•,, ;,--,,' - , • ,,r, „..,, 04 ,-,_{ Li_. • • . , (f) , .1 ,1 v.-. % -1 : ,...1 , . - .1, • ,,s I 1 —_ i 'li'-- , C9 • 0 V-! ,ill r,.., , , - , '': t . _ • )4 , , , 0 4 - . . .. - -,, 4, i ' 4 .1. 1. . < •Z ,,.. • LA_ 1 1, ,-, ,4, , , •, •..i• , ,I , -„i 0 - ---4; •-•;_) „ ; (4 - — -,-(1) 1.1.1 I----t- . , a_ 1 • 0 CL . 0_ 0 I— • , , 0 0 z . . , ^ Cr ...._ • L. - --I- 1 I • _ co 1 , • >-.. 1 , • Z a 1 11 I i • , , • D 1 1 ! ; . . 0 . I l• i I 1 i I ' 1 • ' . . 17 i I I I J , Z W e� Q I Q > ~ I w 1 • U 1 H I - j I U) • I } I _ 2m � z I I ac " I Z J •; I ! I li � o Q I I I U_ I- I- j i • I- � O I 1 H � 0 I l l j I I }- W F- ( j 1 j I ! � f-- z � ! I • wv I i j i i ! . ± 1 1X w ! 1 j la-. 1.1.J IX J 1 I Q I 1 , • i I j U)Cr r0 J j • i I Z O I I 1 -!. _ 1--t_-_ 1 w ..4 CO I i • _1 (7 W 1 ,� Z 1 1 ; t\ 0 1.1Ts'l \ p !• I U H ��� H �i 1 i( U.� 31 ti f Z %� �; ---� ��� 1 4y� 1, S....-r- - -`i � +ft�+ i+ H `. 1-- ,_." 1t1 I {moi 1 I + 1 f- Q ��� j n i - L i 0 ���'� 0 �\ • Q 1 I �, )j ,c�' .4 -4-- _y C._- (n• IT; 1 I 1 ! t 1` I . I I _ci ' <I 1) I '' 1 ,-; r; IA., -1.•I '1111 A I 4 I 0', H ' ' „...1 1 id Z I I �\11 ''y rvI U .r ^ cel �I \I ' SLI I n I G 1 } I ! ! 11 ; _ �� � r< Z S .•' -_ o Z 1 .' H Z 1 I (1' 1'A ,I'� I I ,> , o i_ '. I cI I 1 O u. I- 1 i + j • • • 4 I _. i _ z M •�' w �; (',i I `--,110� rig I j 1 '_ • m N ___l �1 , I ,� - �j I ; r -1-. -4+ I I J • _ I • � ' I I ., { . 0 p , , n . • • 1i 0 H _ O i I Z I I I ^t i 1 i L.L. W • 1 -,- • -}- I . I >" 1 I I � 1 I i l I 'I. 1 I .z. I I I I 1 Q I 1 I 1 11. 1 C5 HI i l I j i I i i I 1 .i 11 1 1 i i I 1 , . ! 1 4 I , • H • • • • . 0 --,.......„, • < u1 I- 0 , I c.,- .cn — w , ' ' ------,--IH —. . --I-- , Cr \ ! • , • 5.12 cr) I— , I ! , ' 1 p ....._ , I— EI-3 --, z • I- u_ ----;: , , , m , _ , • -,4 • I- Z . • _J . , • < >- -0 I u_ f- I-- , 1 , - c.) 0 , I— D H , i ! . I • , 1 • [ ' - ' -f - ir- -rt o x • , 1 , 1-- - ..... CO CC • e...... I ' , LU 0 D • Ali 0 . . , . • 3 . 44, 0 ' • • • , 1 x ui 4-4 w Cr _I < , • 0 . , , 1 I 1 i_ • — 1 - i, -It-' .' ' I • 1 I 1 1 I , z 1 •' D 1 I , . t , i • t 3 , , • u) ro J I . , L. 111 to I- t 3 LLI in 0 1 . 3 , . Z . _ 1 z1- --- __ , __ _, - - 4-_ ._ •,.-_ -, -t 41 ° . ' 1 . . 1 (r) . • , (.9 u-I 4 '1 ZZ z , i — z I _I i - - - - -; • cr 1 3 • 1 (i) _ c: (4 , , c- . , • -t ) I li\ z , , N.. , (1sn , , , " I .3 i 0 D .,4-+ 0.„1 ...... , _ (• _ --7 \ • (.) .1 ,,,,,i F- (IN ' ' ,, s 1 - . \.^ Zi 1 i -_,1 -• J : - 47. - _ i . • - - 0 \ CS1 I -I 1 \-1:-1 *1 ' ' i ' • ' . • H f* ti- }— 0, I (1, ' ''\''i ‘'l 1;104 (").....„ Z ,.. ,Lii!iir _.), , •1 ''',:), —Lrki- i+- --"-- 1— I . .1 .% _i_ i 1, ,i I 5 c I .,-1 Y', I U 1 4 s. . cc) tli F._ '1 ,.. -I • -' ,-) I , ......, '-'! ,, ' %.1 - _1 1 _ - 3 ,. 3 --, _ h. co CO \CI zi , a j - z . !Al D /1 '-- - , , . , , I - ../ . ,I, 1 - • i-- t) _...1' Li. ' C < „ (,, , 41 i cal (s•- " 1 ' C.) 3 k ) —1 sst", C•i s.:\' 1 0 t 0 0 0 — •tt "›, 5 . 4 l • , , 71 , _1_, .,..! _x,_, ,L f r,- (I) -, ill 0 .4_ . 1 ,,_ .-1 c\-,1 1 N., 1 ,v • ) al \ 1 -.1, -7 I. - < . ¼) H • • . ,,,,,}1 1 4- - : l'-i. i.ul - G Z : ' • 015 ‘--' f, -1 , ' •,,,,, i 1 1 - -, i ‘-'' -..,. , ‘.•,• ,„_,, 1 0 > - ',11 ,\,f 1.- . • 41 - , -•-, , , „, ) 1 .,,.. ,-,1 _ii v,, .„1 • -1 tii . , tki , 0 , , • \U D\O ' , ,-,,t, ,i n•1 rl --- vr,, 01 . ,)1 , i ai H • 1 --•;-••i 4 < ( ,, n I Ca I•••1 • - C.‘V d *' ' .-'-' .AI • , . i ..., -.-----U 1 1 1 0.1 \e\ U-I 2 . . Ti , . 11 -4.cli _, i --I ' ... w 1 (1) wt t . - \-- Al. 4,N, 0 z . , • t t,.., Cr Cl ' \ ' ' • .t, _,I ci, CC . -- al Jr I- Z ,2,1 --i-: t,A •- tkii • 'I "I ' 3 -- ' 't - .. , '. ' , •', 0 F_ - -NI „-•‘t 4, A_ NJ ,-,i i _ _I ,,,,„‘ er "Ai .1 Cl_.• 1_1 1' 4.) .), .1 k., r' \./ I.L.1 .-> ,- -:1 'JI 0 .) i ,„) t ! , _ _---,1 ) ,-i ... c ._? _ - 0 . ----, --- r• -1- -1: u-4, to . , F- Cf)--- -' t -4 I Oi _I, 1 i Ea ) . _ Ii c) ',I _, !... Lrti . 4,_ s, , , . i 1 re) , CO cv ca • 3-' - t `i , -T•0 ril J '.-4.., +t X _J - 1 0 •,- - i ---- -4-- ) '‘, , -- ,,) k) .,,1 -, 0 < , J (_,, :)i ,oL 7:-. D 1• , 1 '') - u... cn .. _ o . - c: _ -,I. ,, ‘ I s:. ) 4 ,1 -.,.. .,), 1/4.4 (D o c,; (., Z CL v-1 ‘. \P., _.) , ....,, , ,.. - , ....,-.1 . 1 - -4 t-'-• • 0 -.1 c,\ . -• 3 , ) .t. -ii • , Q Z • I----1 G 'el t - 4.\ I 0 Q. a_ (f) a_ 0 1- . i 0 o Z H , D i 1_ cr — a. co • r I- i • I. - • . . , Z ' < , , 3 . , ,,,,, ............mmoramRalemmoomomommomm • • r_r��. E, vI 1' Z y zk • I 2 jii. i, d' ..} [-. W Immommiiiiiiiiiiiiimilimimmilimuni r: M = y z I w: '^ t y�.Pg ILIO! ` i I 4v. \ : goal �i)- i B °"e - a) ,•• 3 ems_ • L //^^ / ni-rc tn I ,,, j c ti '1 N/)0 n�z� ► Cw .tea A ,gam= F r roa 0 0't'2,3,•,. ..' ems, i - I I it) .� - OOwn . 2 zRr,Z 44 _uta • I T � `4 O Z 11 .,r>.., _-4--- e. Q UV - 1. �.iuv App . O f 1I W y 1,. 1 = z h 1if' tl 4 J '',,' ,,,,,. ( 1 I-' 79. .;c .J ,k-iiN,iROZ S kyr I-4 . ; , ..., a „,,,, , 1 ,e, la it's- ' y ` . IIBs 1 O riz , q -- —e._Tv'r =.irr —1-- i t .,-,‘'-,...i,t +. Via. vk d ..., tr+...de •- s'' ,.t.+l,,,,,, a kzk:.w„ 6.•,-a ,,r+d'R m _ _ - 3 t ` i �/ / V% ' gyp i-+' .,,„„,,,,,e,,,.i., ....... ..,".0.c...,...,„„ a: f . , / ,s /` TR•. A...- '� ,y�,,, 6 t_t ' ' 4 / I 'C i 'i °lel 0141101!%'.4311M'Fa *i:Ir. k -426,, :� iii' 14 a �-1� 1 1 pop— •' . . = ��' ,-t� 's*, t ....... w'L•to . ..::: �} { .r ."100‘e ar ..,011-, ,ia..i.1 ..ewe. , 1111,IN s. y i-� S it ' ! i t hel!{4 tail cot , ia;- "I(Y t ! ! # • }. J:, 4 + �"':i t a t .e �Caaafat.1,.ri at2Cv-,t tttt�a ``i ' q "v' t Ir-,.' '915. = t , . . . . • e' a ; t a a a� a 1 r = a`;- + a z a t . A. t t 'r a x <t I ,• j a ; a a a ., a a arc' % ; - 11_1 .. . ..,.., , 4 3" ' I ._q nv1 Fav • : • . y ni •i } �� , . „.fit .. �J.= _ : . i , ztZ 2111 + R_. • (•..w ew. .tlw. Ila : I` . r`� ��sIs I ; i a ; Zr ' I .'1*%I "I+i.1',"4�.-I.I, 4' . a i �4t „it •r 5' w +:ti.i. `tejtl,(..itatalt ,. s� it ( � r� k - p 3 %x , b •;1.4 - 1 t= t t vy N rel`.:a. • . . y l' ;�_ 1 I • H1a0N 3nN AV a13I O 1... N .,I. h b 1, e a 4. A µ � s aI �4a / uI I 1 3 I ——_. rix . `I 7 YY� .! '. zY 4 i,w �u: o i ,'_ TA Olotw -0141i M oIz�zl , d ®, ' ,4•-'4,,,',...'1,_.,:.!,,...4-',.,,,,,,,14.... • , ..., -1j F. . , yFy.. ,,,, 4., ,',„..,,,,'.."''...,, ___...., ,.,..,,,,t t ;. m dv. } Z W vi G) �> a IROi a ., :: t. , NJ .` ,..., O gle 1 1y7 v 2111 * c r 3 = ZCPRI PI 7O r o PI CA • O • O air XI Aj, X — 4 * r .41/:,._. or ,.....% _ o 0 t'i't X Z r" ° t z,• D -�— Z . fvi t. > rvit —I Z a. 0 (n G") * C m xi,1 rrn X CI C) • r= 2 , . 1'1'1 • (r) 0 X • 'p O . cp � r` Z rn . • z • rn n z -n r- . • nn m cn rn , ••,n. v T, o o �o _. c c c rn Z Z Z Z D ` rn oawall 0 c Q �? cn z • n r r r' r c --4 -< Z Z m r r 0 :, N r .'k,,,...1.i,..,, ci,, . r . .z. . . ;-7F4',.; ° ;� • 1 r ;j n Rv `? I 0 O - / / ". .°YP?? '' T ':' r]x#^..... a, .,• •"#^'YT• y me: 4 I'll (I) M , 0 „ ....r., M > , .•.;••-7,,...''' " ,.., ' rn , At, tri. .. ,....... .. . . _.............. ... .. ... ,.... , ,,.. ......... ......... ............_ , .... ,. ... ._...,._ . ,...._ ......_______.........._„.... „,... ..,_,. . . ,, .gr..,,... ' K ...,0 - , .. Fa ,'''..'..'.'''''..i'''.. „,..,.. ........„ ... ,..,. z xz • . ..4 0 . m x, . . ,, , ....... , . '3 Z i „,, , '. . w (.0 z ., , . M .,,, C re , „.......,...I: - * 0 rril . * .m.mi F.,',;:i; I ' ' '',':l (I) ,, . < lie!maili . . I W''' ''. *O..' . -' ... ' ' '. ' ' ' . (.19H'''' ' '' .. . ' .''''''0. ' '' '‘.1'!""' '''. < . . -''' ' 110.11110.0 - - 77- ' iiiiiiiii F6Vb ' ' ' ' ' '- '' ' I 'aid' ' ' ' . . . '' ' tia; ' . div.ij . ' ' I '. ' ' ''..tilli 7 ' * '*'* . ' < . . ' . Ell. ' ' U7). ''. '' :"•"'' ' ' ''' ' . . '. ' ' ' . ' . le ''''Iji'll ' '' ....''''' ' ' • . Ce. ': ' . ''' ' ' '''' ' ' ' ' ' ' ' . . .:'' n'''1''''' ** •'-':'*.-'' <H.' ' ' ' * 0) 2 ' ,''- . Z • . : '''.'' . :. - 'X'' ' ..'' ' . . ' a.. z , ,,' , . . . ,,..,,,,.....:,..,• -•, ::-,.,,,•, -.• - :,,,,, , . , . . - • -,. - - - .. . ,.. 1- .. ,, , ,, ... ..• , , . . .,, .,.,..•,. . .,.., oWw- - - . - '•.- .- - -.i,:e, - ' - . • , ........, . , , , , v. . •• . „ ,,, , . . . , . . , . ,. . , .. . _ .. . 0 • ,,L P ... ., . . .. ,... ., . .. ,. . .. .. . _ . .. .. ”. , S , , ..,. .. , - ' - s, - , ,,...,'.... ........._y4.. . . . '. ,, . .,,,,.. T r / 6P , . .., H . . . . , . . ,,,,,,. -- . -.., . •- • , ! ,, - - - _..,.... ,....,, .. . • . .. , • ., . . ,..„•••..,,,.. ,-..... -. .. .„, . , ..- •• , -‘,. , „ . .,,,. " ..,„ •*,:•'•,.-- .. • '••••: • , , .. '., . . •z. , . , • .-' -. r _,.. . . 3�P= l4,4 i 1. SJ 4t 5` ' t. r._ I , ,.. j l'\••• ' ..i,•' : , - ' -' f':' ' ' , ' '' . . ; , ,..',.;,..,;,:-..i'.4,',.' . _ ' ' . , . t.. , . .. .. , 0 , , ... . , .. is :'' Cts. z " Z Z - C6 . ' fa" D 44 4+ Cr N 2 w z , . 5,' ,...,n 0 -* - • ‘. 0... , - . Lt./ . . . 2. ,;,,,. *.• . cr..-- 9 (,) .. . .. u . .I._ , 0 , ,,, ,, , . . , . - . .- - ctr a ' • - • • - . ' z. „ . • , . . ,tu . ,- ... w • ,,, ,...,..,. . . . . ,. . . < . .., . z . . • . . - . ' ' - ' - a . - - . ', • ' , . igi , -.7 , , • . : : _ ... iiiii .. ,2 > '' . (.0t!} �^^ . ,..,.1 , , . i . . ,....1 . I - .(:.) ....i. - . - . • . — . - , 0 0 _ ��// Li..1 ,,,„ . 'CJS, Q . . „c:c ! �:. I ...J. ',Z * -j . '' : -'0 . 0 ,. Q ,,...i, , ,T, . . ,.,.. ,' , „ . c J >-." PC • - , .-- '. gig. 1(. 1 , . : . ' sat a M u, .,,,-,41,4t7:'*':''';',.. � 4 M .,,,,,,*,,.,;.,,,i4 (.d :'*':µ sxf" - y {,' , ,:,'Itia.,-, . . . i .,.., . „. . . 401 ,,,,`:/,' ,'''''-':' ' >s6 ,', ‘ .>'' - , . i* ' ' 7 r/\ y c, "ir.,,,, _ . , / 1 ,,-- /,,( , /_` - a / ♦ i t'Sa •.� .tee-1,' . ,.i• '`�,;` 1 eta. «, • ,4wvw {Y • - ire aiii J - 1 ,..., 1.1 ,.. . - .. .. .10,, ,,- - x= . ,p,,,,441-00.....,r, ." . 111 ( Q F fi - tY 4 � *' ,-, ,.... _ ..-...-(>, .-.-.,„,----- zw "� r a fit` ?Y, i J . :1 '.� e . > II i -(1 ;bw # N• a ; :7 I T .is -7, z • 1 - f•a 1 a R®y, *.i..•1.,„ K A1111 o Ar ��yy� f� . :,A., � # ei[` -:a tea. i : t e •'• it ', f ... ' I l ' . .° iiiiikiktio ,ifp et.''-A t p..,, , •.- i .,-.ri, , r -- 11 i -1, ' t . ,, F 'rGf * t *' , 0 a- c E wi ash Lti:11 illa „,,,,, ,,, ..„,,,,,.,.j, , , _ , .. ... 1 i 14„.e. g I I i. Y¢ e 1 } a a .1 4: 2 ° 2 1 I Y$ xr fittt It -LJ!P*IJ = - .' i J �r ii• Ar G t J� e� e I a .Y �• I J I e � • °r;R. +iP�R,SK nRY.dlts” "" a4A�. ,,, ,,,„ :: 1 - - ••r 4 +,1***-. ;4v.'41''' s,r � In ti � z Cwt- ! p x _� .' z. �, 1(! „,t ar` ,,___________ , _,,,,,, ,1 ;, y - ,Hf _ - 700 I 4 ,_..,..,,,„.., O;2' aNP ,„;.,.. , -7i Vii; w, v'v v:. k �6. - �t .� P'• � � .' ori � 9t., L° h N'� a ,., , R .n . v C I 403 i= - e FUNS WW I. �.otl-I .. �:..- —, . ;. .._..._._. .._ �` _ s9wr.': .Y o��� W I�W .' =OQr 1 1 )9 A 0, Y1; r 1.1 t :Y .). y -. a ,, ,,,.. c„ int, ,. .., !,,.‘,., . • '1 aT ti ; d. ti. r 2I y1 , Nir .1 1 • Y • 1 ,