Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Untitled (3)
Bonestroo,Rosene,Anderlik arid Associates,Inc.is an rice Action/Equal Opportunity Employer ill Bonestroo 0Otto G.Bonestroo,PE. Howard A.Sanford,P.E. el C.Lynch,PE. Brian K.Gage,P.E. Rosene Robert W Rosene,PE" Keith A.Gordon,PE Joseph James R.Maland,PE. Keith R.Yapp,P.E. C Anderlik,PE Robert R.Pfefferle,PE, Jerry D.Pertzsch,PE. Douglas J.Benoit,P.E. MI Marvin L.Sorvala,PE. Richard W.Foster,PE. Scott J.Arganek,PE. Shawn D.Gustafson,PE. vi Anderlik & Richard E.Turner,PE. David O.Loskota,PE. Kenneth P Anderson,PE. Cecilio Olivier,P.E. Glenn R.Cook,PE. Robert C.Russek,A.I.A. Mark R.Rolls,PE. Paul G.Heuer,PE. Associates Thomas E.Noyes.P.E. Jerry A.Bourdon,PE. Mark A.Seip,PE. John P Gorder,PE. Robert G.Schunicht,PE. Mark A.Hanson,P.E. Gary W.Morien,PE. Dan D.Boyum,PE. Susan M.Eberlin,CPA. Michael T Rautmann,PE. Paul J.Gannon,A.I.A. Jeffrey J.Ehleringer,PE. Engineers &Architects •Senior Consultant Ted K.Field,PE. Daniel J.Edgerton,PE. Joseph R.Rhein,PE. Thomas R.Anderson,A.I.A. A.Rick Schmidt,PE. Lee M.Mann,PE. Donald C.Burgardt,PE. Philip J.Caswell,PE. Charles A.Erickson Thomas A.Syfko,PE. Mark D.Wallis,P.E. Leo M.Pawelsky Frederic J.Stenborg,PE. Miles B.Jensen,RE. Harlan M.Olson Ismael Martinez,PE. L.Phillip Gravel,PE. Agnes M.Ring Michael P Rau,PE. Karen L.Wiemeri,PE. James F Engelhardt Thomas W.Peterson,P.E. Gary D.Kristofitz,PE. April 13, 1995 City of Oak Park Heights r I+7 r 14168 57th Street N. _. Oak Park Heights, MN 55082i APR I 7 1995 Re: Valley View Estates -Phase II iU�l i...i File 55120 Gentlemen: Enclosed are all of the original bids received on the above referenced project. We have retained a copy of only the low bid for our files. Yours very truly, BONESTROO, ROSENE, ANDERLIK&ASSOCIATES, INC. (;),0119-4. 0 (..."41 Joseph C. Anderlik JCA:lk Enclosures 2335 West Highway 36 • St. Paul, MN 55113 • 612-636-4600 • Bonestroo,Rosene,Anderlik and Associates,Inc is an Affirmative Action/Equal Opportunity Employer Bonestroo Otto G.Bonestroo,PE. Howard A Sanford,PE. el C.Lynch,PE. Brian K.Gage,PE. Rosene Robert W.Rosene,PE.* Keith A.Gordon.,PE mes R.Maland,PE. Keith R.Yapp,PE. Joseph C.Anderlik,PE. Robert R.Pfefferle.,PE. Jerry D.Pertzsch,PE. Douglas J.Benoit,PE. Marvin L.Sorvala,PE. Richard W.Foster,PE. Scott J.Arganek,PE. Shawn D.Gustafson,PE. Anderlik & Richard E Turner,PE David 0Loskota,PE Kenneth B Anderson,PE. Cecilio Olivier,PE. Paul G.Heuer,PE. Glenn R.Cook,PE. Robert C.Russek,AA.I.A. Mark R Rolfs,PE. homas E Jerry A.Bourdon,PE. Joh AssociatesRobert G Schunicht,PE. Mark A .Hanson,PE. Gary W.Morien,PE nd Dan D.Boyum,PE. Susan M.Eberlin,C.P.A. Michael T Rautmann,PE. Paul J.Gannon,A.I.A. Jeffrey J.Ehleringer,PE. Engineers &Architects Senior Consultant Ted K.Field,PE. Daniel J.Edgerton,PE. Joseph R.Rhein,PE. Thomas R.Anderson,A.I.A. A.Rick Schmidt,PE. Lee M.Mann,P.E. Donald C.Burgardt,PE. Philip J.Caswell,PE. Charles A.Erickson Thomas A.Syfko,PE. Mark D.Wallis,PE. Leo M.Pawelsky Frederic J.Stenborg,PE. Miles B.Jensen,PE. Harlan M.Olson April 13, 1995 Ismael Martinez,PE. L.Phillip Gravel,PE. Agnes M.Ring Michael P Rau,PE. Karen L.Wiemeri,PE. James F Engelhardt a Thomas W.Peterson,PE. Gary D.Kristofitz,P.E. Tower Asphalt,Inc. 15001 Hudson Boulevard Lakeland,MN 55043 Re: Contract Documents Valley View Estates-Phase II Oak Park Heights,File 55120 Gentlemen: Enclosed are four(4)copies of the contract documents between you and the City of Oak Park Heights covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15,& 16 shall be provided. After the bonding company has completed the documents,forward them to the attorney listed below who will review them for the City of Oak Park Heights. Mark Vierling,Attorney-at-Law 1835 Northwestern Avenue Stillwater,MN 55082 After the necessary City officials have signed the contracts,please distribute as follows: 2 copies-Contractor(one for their file and one for their bonding company) 1 copy-City 1 copy-Bonestroo&Associates Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre- construction conference will be scheduled with you and the City to review the project. After the pre-construction conference,you will be issued a notice to proceed with the work as outlined in the plans and specifications. Yours very truly, BONESTROO,ROSENE,ANDERLIK&ASSOCIATES,INC. 4C---;21124-- a 0.14-66441 Joseph C.Anderlik JCA:lk Enclosures: 4 t.. «act e na u.� cc: r Mark Vierling,Attorney 2335 West Highway 36 • St. Paul, MN 55113 • 612-636-4600 rTh 1111 Bonestroo I ', r Rosene Bidder /04,u py4'-7 'Total Base Bid Z59, /9q , y Z- JEN Anderlik C. Address �,'"' n,., Associates �� �x /SUCH �� Telephone No. 4/.36-8(14/Y Mileers&Archwauitkeeects City, State,Zip (,N�E(_!>Nl� /'I k' S5O y3 Fax No. 4/. " 6 SY S� St.Paul• PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,NIINNESOTA 1995 Opening Time: 11:00 A.M., C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP,Cl. 52, 10'- 12'deep in p1. LF 20 $ /7 6� $ 352- 2 SZ2 8"PVC, Schedule 26, 10'- 12'deep in place with specified bedding LF 15 $ // $ /65-- 3 53 8"PVC, Schedule SDR 26, 12'- 14'deep in place with specified bedding LF 35 $ / � $ .383- 4 8"PVC, Schedule SDR 26, 14'- 16'deep io in place with specified bedding LF 130 $ /Z $ / S" 73--- 55120.wb P-1 • • 5 8"PVC, Schedule SDR 26, 16'- 18'deep in place with specified bedding LF 75 $ / , Zo $ gqo _ 6 8"PVC, Schedule SDR 35,0'-8'deep in place with specified bedding LF 20 $ / / $ ZZUr 7 8"PVC, Schedule SDR 35, 8'- 10'deep in place with specified bedding LF 100 $ / / 8 8"PVC, Schedule SDR 35, 10'- 12'deep in place with specified bedding LF 165 $ / / 9 8"PVC, Schedule SDR 35, 12'-14'deep — in place with specified bedding LF 65 $ // $ 7/S 10 Construct std. 4'dia.MH,8'deep,over ex. 8" VCP sewer,w/R1642B cstg. in p1. EA 1 $ 02 7SO $ Z-75a 11 Std.4'dia.MH, 8'deep,w/R1642B cstg. in pl. EA 5 12 4'dia.MH depth greater than 8'deep LF 25 $ (5 $ ZZco— 13 8"x4"PVC, Schedule SDR 26,wye branch in place with bedding EA 1 $ -27 So 14 8"x4"PVC, Schedule SDR 35,wye branch in place with bedding EA 7 $ 7 SO 0:2 15 Reconstruct ex. structures per specifications LF 16 Adjust ex. structures per specifications EA 6 $ 330- $ /980— 17 Improved pipe fdn. mtl.,6"thick in p1. LF 600 0511- 18 1-1/4"clear rock for mud break in pl. TN 140 19 Traffic control,all phases of work incl. all signs,barricades,flagpersons,flashers&all else necessary LS 1 $ Z 000 $ Zoe _ Total Part 1 -Sanitary Sewer $ S/ -- Part Part 2-Water Main 20 6"D1P, Cl. 52,7-1/2'min. cover in pl. LF 820 $ /3 Zo 21 6"gate valve and box in place EA 1 $ 3F3S $ 385-— 22 5"valve hydrant in place EA 4 $ /Z/0 — $ yo>Slo 23 Valve box extension in place LF 2 $ /6 s?� $ 3S __-_ 55120.wb P-2 ,, • • 24 Reconstruct ex.valve box per specifications LF 8 $ 27 So $ zza- 25 Adjust ex.valve box per specifications EA 4 $ S - 26 WB-67 hydrant barrel extension in place LF 2 $ O 01 $ 27 C.I. fittings in place LB 1,100 $ 28 Cut into ex. 8"DIP&place 8"x6"tee complete in p1, including tee EA 1 $ 5S-40 - $ sa) 29 Cut into ex. 6"DIP&place 6"x6"tee complete in pl, including tee EA 2 $ S---g0 — — 30 Cut-in to ex. 6"CIP EA 1 $ ZZo— 31 Remove ex. 6" CIP incl. disposal LF 270 $ S 32 Plug existing 6" CIP EA 1 $ / /0 - _ 33 Improved pipe fnd. matl,6"thick in p1. LF 700oi 34 Seeding,incl. seed, mulch,fertilizer&disk anchoring AC 0.2 $ 8s"zj Total Part 2-Water Main $ z IQ// oz Part 3-Services 35 2"corporation stop tapped into ex.6"DIP, incl. tapping saddle,complete in place per specifications EA 3 $ /GS- $ y45 36 2"curb stop and box inlace p EA 3 $ Z2.0 $ 660— 37 2"Type"K"copper water service in same trench with sanitary sewer service LF 220 $ // $ Z 41Zo — 38 1"corporation stop in place EA 26 $ y4/ — $ //4Y 39 1"curb stop and box in place EA 26 $ 40 1"Type"K"copper water service in same trench with sewer service LF 1,500 $ 5 . 41 Core drill ex. 8"VCP and place 8"x 4"PVC saddle as per specifications EA 21 $ SS- $ //SS _ 42 4"PVC, Schedule 40,sewer service in same trench with water service,incl. specified bedding LF 1,600 $ a $ /OSLO 55120.wb P-3 • • 43 Improved pipe fdn. mtl.,6"thick in pl. LF 1,400 $ D - $ / C.( 44 4"PVC in-line cleanout, Schedule 40,complete in-place,including marker EA 3 $ 33 — $ 45 Insulate 1"copper,4"thick,complete in pl. SF 100 $ Zzo $ zZO Total Part 3 -Services $ Za 7.? Part 4-Storm Sewer 46 27"RCP,Cl. 4, 8'-10'deep in place LF 50 $ -27 50 $ /37S- 47 27"RCP, Cl.4, 10'-12'deep in place LF 30 $ Z7 $ azs 48 27"RCP, Cl. 4, 12'-14'deep in place LP 75 $ .27 = $ ZC-1 a54 49 18"RCP, Cl. 5, 8'-10'deep in place LF 20 $ Z y Za $ 4/8Y SO 15"RCP, Cl. 5,0'-8'deep in place LF 385 $ /9 $ -76,Z3 51 15"RCP,Cl. 5, 8'-10'deep in place LF 10 $ / l 8" $ /90 -- 52 12"RCP, Cl. 5,0'-8'deep in place LF 605 $ /7 6 $ /06y8 _ 53 12"RCP, Cl. 5,8'-10'deep in place LF 35 $ /7 60 $ G/6 — 54 Remove&salvage ex. 18"RCP LF 160 $ / 1U $ 176 — 55 Remove&dispose of ex. 18"L.R.bends EA 4 $ /Le $ y YB 56 Install salvaged 18"RCP LF 100 $ 86 $ 57 Std. 8'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ .3S2O^ $ 3S0) 58 Std. 6'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ ZO q0 $ ZO'j0 59 Std.6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 $ /760 $ /760 60 Std. 5'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B casting in pl. EA 1 $ /S4/0— $ /S4/O 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. 18"RCP,with R1642B cstg. in place EA 1 $ /S-/O $ /,Sj 62 Std.4'dia.MH(Plate 1-10)w/R1642B cstg. in place EA 2 $ &&) $ /760 63 Std. 4'dia. CBMH(Plate 1-16),constructed over ex. 18"RCP w/R3067V cstg.in pl. EA 1 $ /100 $ 1/CD 55120.wb P-4 Pd • • 64 Std. 4'dia. CBMH(Plate 1-16)w/R3067V casting in place EA 4 $ /0 yS (-//50 65 Std. 4'dia. CBMH(Plate 1-16)w/R3290A casting in place EA 1 $ /0 4/S $ /0 YS_ 66 Precast high capacity CB(Plate 1-32)w/R1737 casting in place EA 1 $ / 2/0 67 Precast high capacity CB(Plate 1-32A) w/R1737 casting in place EA 1 $ /Z/O $ 12-0 68 2'x3'precast CB(Plate 1-19)with R3067V casting in place EA 7 $ —7/S- $ 500S- 69 Manhole depth,8'dia.greater than 8' LF 70 Manhole depth,6'dia. greater than 8' LF 8 $ Z20— $ 1766 71 Manhole depth, 5'dia. greater than 8' LF o! 9 $ 72 Manhole depth,4'dia. greater than 8' _ LF 2 $ //p $ 2-20 73 Patch hole in ex. 36"RCP from removed 18" RCP,complete per specs. LS 1 $ /10 — $ I/O 74 Remove ex. surmountable conc. curb&replace w/B618 conc. curb&gutter at SS-14A LF 30 $ 12-— — $ 660 75 Reconstruct ex. structure per specificatons LF 13 $ 76 Adjust ex. structure per specifications EA 2 $ Z7S- $ S � - 77 Remove&salvage beehive cstg.from ex. structure SS-9 EA 1 $ Z7 .i $ Z7 sc" 78 Furnish&install new R1642B cstgs.for ex. structures SS-8&SS-9 EA 2 $ /7C — $ 3S2 79 Improved pipe fnd. mtl.,6"thick in pl. LF 1,200 $ Q o tf 80 Remove&replace ex. silt fence LF 200 $ Z $ 4/00-- 81 Erosion control system in place per Standard Plate SP-64 LF 250 $ 3 — $ -7SC> 82 Erosion control system in place per Standard Plate SP-89 LF 200 $ — Z $ 4/00 83 Erosion control system for CB protection per Standard Plate SP-104 in pl. EA 13 $ ZS — 55120.wb P-5 • III 84 Erosion control system for high capacity CB protection per specifications in place EA 2 $ (40— $ 80 85 Seeding,incl. seed,mulch,fertilizer,&disk anchoring AC 0.15 $ /z-7 $ 850 86 Emergency overflow swale grading&sod restoration as per specifications SY 550 $ 3 $ /6,Sd Total Part 4-Storm Sewer $ 6/830 9-2- Part pPart 5-Street Improvements 87 Remove bituminous surfacing SY 2,675 $ / $ 0475— — 88 Saw cut ex.bituminous surface LF 140 $ Z 89 Remove ex. conc. curb&gutter LF 730 $ / So $ /0 rfs 90 Remove ex. set of double barricatl*s EA 1 $ /00 $ /DO — 91 Relocate existing street light EA 1 $ /00O $ /000 92 Subgrade preparation-new streets SY 1,400 $ 0 "Zs $ /Oso 93 Subgrade prep.-reconst.area,incl. salv. & respreading ex. Cl. 5&grading,per spec. SY 2,350 $ Z � ' $ 5875- 94 Core excavation 36'wide LF 1,850 $ 09-1-- /8512 95 Aggregate backfill in place TN 5,600 $ 4/ — $ z24/00— 96 Class 5 gravel base in place TN 3,800 $ $ ZZBoo_ 97 4"PPVC, SDR 26 drain line in pl. LF 200 $ 8 - $ /4,00 98 Cut-in 4"PPVC to structure EA 4 $ /lX? — $ 4/00— 99 Bit.base course mix.,Type 31,in pl., 1995 TN 780 $ Z 100 Bit. wear course,Type 41,in pl., 1996 TN 750 $ Z S 101 Bit.material for tack coat in pl. GL 430 $ / $ 41,30 102 Surmountable conc. curb&gutter in p1. LF 3,830 $ Y $ ' /7Z.3S- 103 B618 conc.curb&gutter in pl. LF 250 $ $ /6zS - 104 Bituminous curbing,machine laid LF 130 105 Remove&replace conc. curb&gutter, 1996 LF 120 $ /S — $ /f3c. ,_ 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 $ zo — $ /zs — 107 Blvd. grading per Spec.Prov. No. 16 HR 25 55120.wb P-6 • 11111 108 Sodding with 4"topsoil SY 400 $ Z $ /2c2d 109 Seeding of blvds. incl. mulch&disk anch. AC 110 Preparation of bit.base as specified LS 1 $ 3740 $ 374)6 111 Bobcat with operator HR 15 112 Pickup broom with operator BR 15 $ /0 -- $ /SU Total Part 5-Street Improvements Total Part 1 -Sanitary Sewer $ Z.3961 Z. Total Part 2-Water Main $ Z/U// Total Part 3 -Services $ 73 _ Total Part 4-Storm Sewer 4./350 Total Part 5-Street Improvements $ /ZS-6116 s� Total Base Bid $ Zai/�y vz 55120.wb P-7 • I • The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid ia bidder's bon certified check or cash d- • .sit in the amount of $ , w ch is at least five percen 4 5° , .f the amount of my/our bid made payable to the Owner, 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 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. It is understood that bids may not be withdrawn for a period of 45 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 45 days after the date set for the opening of bids. Respectfully submitted, A Corporation II /Oc.ac7 AsPh'o(.7 --"N/c. (An Indivi•ual) Name SA' Partnership) - Ar jg Signer --Fn De-V Title (C e �2 Printed Name of Si fir 55120.wb P-8 AStibul 1ST. PAUL FIRE AND MARINE INSURANCE COMPANY St. Paul, Minnesota A Capital Stock Company BID BOND Approved by The American Institute of Architects, A.I.A.Document A 310 Feb. 1970 Edition KNOW ALL MEN BY THESE PRESENTS, that we TOWER ASPHALT, INC. a Minnesota Corporation of Lakeland, Minnesota as Principal,hereinafter called the Principal, and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Minnesota as Surety,hereinafter called the Surety,are held and firmly bound unto CITY OF OAK PARK HEIGHTS, MN. as Obligee,hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) OF AMOUNT OF ATTACHED BID Dollars ($ 5% - - - - ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Valley View Estates - Phase II Water, Sewer and Street Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th day of AprilA. D. 19—95 s INC. (Seal) � —. �� r ' -"IPV 1.5L 1111111111ftb- fitness) 7.01111111f..,.../1111(Fr Ron d . Hoc n, (Title) President St. Paul Fire and Marine Insurance Company (Seal) Su X'A (Witness) }BY J . Tauer, (Attorney-in-fact) 13250 Rev.5-79 Printed in U.S.A. ii• '• .i •'t, v'•. • Y.' .. • • ACKNOWLEDGEMENT OF CORPORATION State of Minnesota County of Hennepin )ss. On this 7th day of April 19 95 to me personally known, who) b beingoRonaldrezwappeared by me duly sworn, did say that he is President the of TOWER ASPHALT, INC. that the seal affixed to the foregoing instrument is the corporate seal corporation,of said corporation, (I£ no seal, so state, and strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Ronald L. Hockin acknowledged said instrument to be the free act and deed of said corporation. R B. E. IVERSON Notary Public County, 5,40,17,7,-,.:,:,.,s NOTARY PUBLIC-MINNESOTA My commission expires ; - HENNEPIN COUNTY ' Aly Commission Expires Jan.31,2000 w x ACKNOWLEDGEMENT OF CORPORATE SURETY State of Minnesota ) County of Hennepin )ss. On this 7th day of April 19 95 b E. Tauer to me personally known, who, beinge by me duly swornared n did say that he is the Attorne—in-Fact of St. Paul Fire and MarineInsurance Company that the seal affixed to the foregoing instrument is the corporate seal of saidcorporationcorporatiion and that said instrument was executed in behalf of said corporation by- authority of its Board of Directors; and that said John E. Tauer acknowledged said instrument to be the free act and deed of said corporation. Notary Pub 'c County, ty My commission expires E , �:;;::. �;NOTAyv�°4ALCN-MlfVIVE50TA. . ' HE'NN Pi'. COUNTY ,��"` �Com+alaa�onExpireeJan.31.2000 • TheS1RiVl_ ST.PAUL FIRE AND MARINE INSURANCE COMPANY - • CERTIFICATE OF Surety 38�shington Street,St.Paul,Minnesota 5510 AUTHORITY NO. CERTIFIED For verification of the authen f this Power of Attorney,you may telephone toll free 1- 21-3880 and ask for COPY NO. the Power of Attorney Clerk.Please refer to the Certificate of Authority No.and the named individual(s). 17 974 O GENERAL POWER OF ATTORNEY- CERTIFIED COPY F-11771 (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,a corporation organized and existing under the laws of the State of Minnesota,having its principal office in the City of St.Paul,Minnesota,does hereby constitute and appoint: •1 Bruce N. Telander, R. W. Frank, John P. Martinsen, Gary S. Soderhrg, R. Scott Egginton, Donald R. Cason, Dennis J. Linder, John E. Tauer, Mary L. Charles, individually, Minneapolis, Minnesota its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety,any and all bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute,rule,regulation,contract or otherwise, NOT PO ECEED EXCEEDIN PENALTY THE SUM OF FIFTY MILLION D©T TZRS($50,000,000)EACH and the execution of all such instruments)in pursuance of these presents,shall be as binding upon said St.Paul Fire and Marine Insurance Company,as,fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed,and may be certified to and may be revoked,pursuant to and by authority of Article V,-Section 6(C),of the By-Laws adopted by the Shareholders of ST.PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of April,1978,of which the following is a true transcript of said Section 6(C): "The President or any Vice President,Assistant Vice President,Secretary or Service Center General Manager shall have power and authority (1) To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and (2) To appoint special Attorneys-in-fact,who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this section and/or any of the By-Laws of the Company,and (3) To remove,at any time,any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him." Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of May,1959,of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." a maw IN TESTIMONY WHEREOF,St.Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate I'l 4 6 b seal to be affixed by its authorized officer,this 30th day of November,A.D.1990. ST.PAUL FIRE AND MARINE INSURANCE COMPANY :s F''. -'',,p' STATE OF NEW JERSEY ss. 0,932 \ n"gtnp,�,„X� County of Sommerset MICHAEL B.I{EEGAN,Secretary On this 1st day of February 19 94 ,before me came the individual who executed the preceding instrument,to me personally known,and,being by me duly sworn,said that he/she is the therein described and authorized officer of St.Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company;that the said Corporate Seal and his/her signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal,at the township of Bedminster,New Jersey,the 0A All day and year first above written.. LINDA S I o-• ,Notary Public,Middlesex,NJ My Commission Expires December 16,1996 CERTIFICATION I,the undersigned officer of St.Paul Fire and Marine Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. 1/4 c E 6 art IN TESTIMONY WHEREOF,I have hereunto set my hand'this41‘rt44,4_,..,_____ t o• 7th Aril 95Nct,c day of p ,19 MICHAEL W. t SON,Asst.Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No.printed in red on the upper right corner is binding.Photocopies,carbon copies or other reproductions of this document are invalid and not binding upon the Company. ANY INSTRUMENT ISSUED IN'EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev,6-94 Printed in U.S.A. • nestroo Rosene Bidder ll'i I cn .52 ci, /Air_ Total Base Bid 26.6) (355' ION Anderlik& Address (2 Telephone No. 332-=5411 Associates Engineers&Architects City, State,Zip Aloaru89ifrow44AL 65C$ ,Fax No. 330.--`-;4 I( St.Paul Milwaukee PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,MINNESOTA 1995 Opening Time: 11:00 A.M.,C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP,Cl. 52, 10'- 12'deep in pl. LF 20 $ 25P'' $ 50CD,°6 2 8"PVC, Schedule 26, 10'- 12'deep in place with specified bedding LF 15 $ 124 50 $ /B7 50 3 8"PVC, Schedule SDR 26, 12'- 14'deep 50 in place with specified bedding LF 35 $ F3,5° $ 4, 7Z. 4 8"PVC, Schedule SDR 26, 14'- 16'deep in place with specified bedding LF 130 $ �oo $ (i 950," 55120.wb P-1 • 0 5 8"PVC, Schedule SDR 26, 16'- 18'deep in place with specified bedding LF 75 $ 17, cc) $ 1,275°° 6 8"PVC, Schedule SDR 35,0'-8'deep in place with specified bedding LF 20 $ 427 7 8"PVC, Schedule SDR 35, 8'- 10'deep in place with specified bedding LF 100 $ 1 1 / 5c) $ 1 1 l 50°c' 8 8"PVC, Schedule SDR 35, 10'- 12'deep in place with specified bedding LF 165 $ I Z1 6 0 9 8"PVC, Schedule SDR 35, 12'-14'deep in place with specified bedding LF 65 $ 13, a' $ 845615 10 Construct std. 4'dia.MH, 8'deep,over ex. 8" VCP sewer,w/R1642B cstg. in pl. EA 1 $ 2000,05 $ 2i con,e° 11 Std. 4'dia.MH,8'deep,w/R1642B cstg. in pl. EA 5 $ l , ZSD,e° $ to 255 s 12 4'dia.MH depth greater than 8'deep LF 25 $ Is,`'° $ 1, 8 z5,a' 13 8"x4"PVC, Schedule SDR 26,wye branch in place with bedding EA 1 $ 45°O $ 14 8"x4"PVC, Schedule SDR 35,wye branch in tp place with bedding EA 7 $ cb $ 2r � 15 Reconstruct ex. structures per specifications LF I 16 Adjust ex. structures per specifications EA 6 $ 175°6 $ 11©50°O 17 Improved pipe fdn. mtl.,6"thick in pl. LF 600 $ L(} C'l 18 1-1/4"clear rock for mud break in pl. TN 140 $ I( i° $ l 1 SQA,"° 19 Traffic control,all phases of work incl.all signs,barricades,flagpersons,flashers&all else necessary LS 1 $ l 5C O,pd $ 15Cno Total Part 1 -Sanitary Sewer $ 2319Z,G,C, Part 2-Water Main 20 6"DIP,Cl. 52, 7-1/2'min. cover in pl. LF 820 $ 12,OCA $ ')1 e4O�° 21 6"gate valve and box in place EA 1 $ 4C�a' $ et-co,°=5 22 5"valve hydrant in place EA 23 Valve box extension in place LF 2 $ oo M $ lOd, 55120.wb P-2 • • 24 Reconstruct ex.valve box per specifications LF 8 $ -75, $ (0 , ' 25 Adjust ex.valve box per specifications EA 4 $ 1-2.5,°e' $ 5 26 WB-67 hydrant barrel extension in place LF 2 $ 22.5.`6 $ 4So ea 27 C.I.fittings in place LB 1,100 $ 1+°p $ l I Cr)ec) 28 Cut into ex. 8"DIP&place 8"x6"tee complete in pl, including tee EA 1 $ SOD," $ 50rVirD 29 Cut into ex. 6"DIP&place 6"x6"tee complete in pl, including tee EA 2 $ 46:;6 u6 $ 930+°6 30 Cut-in to ex. 6"CIP EA 1 $ 25°° $ 2.5 0°6 31 Remove ex. 6"CIP incl.disposal LF 270 $ E3.°D $ 2,l(oo.Q° 32 Plug existing 6" CIP EA 1 $ —75,c° $ 11°6 33 Improved pipe fnd. matl,6"thick in pl. LF 700 $ 0.c71 $ --7;00 34 Seeding,incl. seed,mulch,fertilizer&disk •.. anchoring AC 0.2 $ t Cepse° $ 300• Total Part 2-Water Main $22.1242.,"* Part 3-Services 35 2"corporation stop tapped into ex.6"DIP, incl.tapping saddle,complete in place per specifications EA 3 $ L ,0° $ 3()6,0° 36 2"curb stop and box in place EA 3 $ $ 000.436 37 2"Type"K"copper water service in same trench with sanitary sewer service LF 220 $ I 0,56 $ Z3 l O+c° -7Q� 38 1"corporation stop in place EA 26 $ 3© c° eO�+ $ 39 1"curb stop and box in place EA 26 $ e6,m $ `1 21073 40 1"Type"K"copper water service in same trench with sewer service LF 1,500 $ 5,C° $ 5C atIll 41 Core drill ex. 8" VCP and place 8"x 4"PVC saddle as per specifications EA 21 $ 12.5.c $ 2(pZ5, 1 42 4"PVC, Schedule 40,sewer service in same trench with water service,incl. specified oG bedding LF 1,600 $ 5,(x) $ es ` 55120.wb P-3 • • 43 Improved pipe fdn. mtl.,6"thick in pl. LF 1,400 $ Q,©( $ t4loo 44 4"PVC in-line cleanout, Schedule 40,complete in-place, including marker EA 3 $ 503 $ Z2S',pp 45 Insulate 1"copper,4"thick,complete in pl. SF 100 $ 5,co $ co Total Part 3 -Services $ 2�j P54 Part 4-Storm Sewer 46 27"RCP, Cl. 4, 8'-10'deep in place LF 50 $ ,CO $ I 1-ic0,Q0 47 27"RCP,Cl. 4, 10'-12'deep in place LF 30 $ 35,CO $ I ,QFjO,pp 48 27"RCP,Cl. 4, 12'-14'deep in place LF 75 $ 3to,CO $ Z,700,CO 49 18"RCP,Cl. 5,8'-10'deep in place LF 20 $ 1C), $ 3e0, 50 15"RCP, Cl. 5,0'-8'deep in place LF 385 $ ( ' CX'� $ 6154546 51 15"RCP,Cl. 5, 8'-10'deep in place LF 10 $ L 8,00 $ l bo,Co 52 12"RCP,Cl. 5,0'-8'deep in place LF 605 $ I.to tee.) $ 9 G eO c 53 12"RCP, Cl. 5,8'-10'deep in place LF 35 $ 171C0 $ 595Ap 54 Remove&salvage ex. 18"RCP LF 160 $ 50OD $ eco,m 55 Remove&dispose of ex. 18"L.R.bends EA 4 $ l MCC.)C) $ 4,C0 56 Install salvaged 18"RCP LF 100 $ 7450 $ 75400 57 Std.8'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ 4 $ 45c o 58 Std.6'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in p1. EA 1 $ ZfO,Cito $ 2500.03 59 Std. 6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 $ ZZoc) $ Z7-©p,©© 60 Std. 5'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B casting in pl. EA 1 $ 2l 00,OO $ Z ICC),06 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. 18"RCP,with R1642B cstg. in place EA 1 $ 2-CCZ,CO $ Z rCe' 62 Std. 4'dia.MH(Plate 1-10)w/R1642B cstg. in place EA 2 $ 935,CD $ I 270,C 63 Std. 4'dia. CBMH(Plate 1-16),constructed over ex. 18"RCP w/R3067V cstg. in pl. EA 1 $ t 20040 $ E Zco,[� 55120.wb p-4 • • 64 Std. 4'dia.CBMH(Plate 1-16)w/R3067V casting in place EA 4 $ ,CO $ )9 40,Oct 65 Std. 4'dia. CBMH(Plate 1-16)w/R3290A casting in place EA 1 $ $ ( 250,60 66 Precast high capacity CB(Plate 1-32)w/R1737 casting in place EA 1 $ c:= ,C13 $ tzl)CC5,06 67 Precast high capacity CB(Plate 1-32A) w/R1737 casting in place EA 1 $ 10)0540 $ 1930,C0 68 2'x3'precast CB(Plate 1-19)with R3067V casting in place EA 7 $ 750iC0 $ 5 $Q,Cn 69 Manhole depth,8'dia.greater than 8' LF 2 $ 35o, $ 7on,C 70 Manhole depth,6'dia. greater than 8' LF 8 $ 175,co $ 11Q 15° 71 Manhole depth, 5'dia. greater than 8' LF =I I 9 $ 51 $ { 1 125,E 72 Manhole depth,4'dia. greater than 8' LF 2 $ 75,E $ (5i 73 Patch hole in ex. 36"RCP from removed 18" RCP,complete per specs. LS 1 $ 455/c° $ 45(5,63 74 Remove ex. surmountable conc.curb&replace w/B618 conc.curb&gutter at SS-14A LF 30 $ 17r ca.) $ rJ[a(Z) 75 Reconstruct ex. structure per specificatons LF 13 $ ( 5 ), $ l A50,C6 76 Adjust ex. structure per specifications EA 2 $ 15O' $ 77 Remove&salvage beehive cstg.from ex. structure SS-9 EA 1 $ 5D/CC) $ SID,492> 78 Furnish&install new R1642B cstgs.for ex. structures SS-8&SS-9 EA 2 $ 2001c° $ 4Q5,5 79 Improved pipe fnd. mtl.,6"thick in pl. LF 1,200 $ ©A° $ ; 80 Remove&replace ex. silt fence LF 200 $ 125 $ 25a CC) 81 Erosion control system in place per Standard Plate SP-64 LF 250 $ 3, $ 750,1.6 82 Erosion control system in place per Standard Plate SP-89 LF 200 $ 21 25 $ ,rte 83 Erosion control system for CB protection per Standard Plate SP-104 in pl. EA 13 $ 40rc° $ 52 D,°C' 55120.wb p-5 • • 84 Erosion control system for high capacity CB protection per specifications in place EA 2 $ 250/(73 $ Cr)a© 85 Seeding, incl. seed, mulch,fertilizer,&disk anchoring AC 0.15 $ i,Qp,°'' $ 22 5,oc) 86 Emergency overflow swale grading&sod restoration as per specifications SY 550 $ �{rs0 $ 2,4775,c6 Total Part 4-Storm Sewer $ (D 3,075,0° Part 5-Street Improvements 87 Remove bituminous surfacing SY 2,675 $ tr c2b $ Z 75 88 Saw cut ex.bituminous surface LF 140 $ 2--,C $ 2. ,°° 89 Remove ex. conc. curb&gutter LF 730 $ 1,50 $ 1 1 CPj5,m 90 Remove ex. set of double barric1dW EA 1 $ I i°c) $ ICO ice) 91 Relocate existing street light EA 1 $ I occa,c6 $ t icon,'" 92 Subgrade preparation-new streets SY 1,400 $ pi 75ca $ 1105�, 93 Subgrade prep.-reconst.area,incl. salv. & respreading ex. Cl. 5&grading,per spec. SY 2,350 $ Z,50 $ 5 675;c6 94 Core excavation 36'wide LF 1,850 $ (0t 01 $ (&50 95 Aggregate backfill in place 1'N 5,600 $ 4,pO $ Z24 > 96 Class 5 gravel base in place TN 3,800 $ r $ 221 Eke 97 4"PPVC, SDR 26 drain line in pl. LF 200 $ S.° $ 1)( C13 98 Cut-in 4"PPVC to structure EA 4 $ I ex,�6 ) $ 4C(5,C6 99 Bit.base course mix.,Type 31,in pl., 1995 TN 780 $ 'Z l,° $ U0j380,` co 100 Bit. wear course,Type 41,in pl., 1996 TN 750 $ 23sr $ t112S'0,e6 101 Bit. material for tack coat in pl. GL 430 $ (r $ 43o 102 Surmountable conc. curb&gutter in pl. LF 3,830 $ 4156 $ 1.-7 235 eb 103 B618 conc.curb&gutter in pl. LF 250 $ Cvcg' $ —t 1 625.c6 104 Bituminous curbing,machine laid LF 130 $ .'5,cc' $ 3O°° 105 Remove&replace conc. curb&gutter, 1996 LF 120 $ 15,00 $ t l Qy °c) 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 $ Zafb $ 12S,°° 107 Blvd. grading per Spec.Prov. No. 16 HR 25 $ /PO 5� rQD $ l 55120.wb P-6 • • 108 Sodding with 4"topsoil SY 400 $ j,5(p $ 110 , 109 Seeding of blvds. incl. mulch&disk anch. AC 1.5 $ 1 C I°c' $ l SOO(a) 110 Preparation of bit.base as specified LS 1 $ 'Z.i7 te6 $ 111 Bobcat with operator HR 15 $ 1 C)` ) $ LSD'° 112 Pickup broom with operator HR 15 $ f Qoe $ /50e° Total Part 5-Street Improvements $ t a!j i?S Sa Total Part 1 -Sanitary Sewer $ Z3,CZ( O° Total Part 2-Water Main $ 22)21.2.73 Total Part 3 -Services $ Z51 I54°6 Total Part 4-Storm Sewer $ (08 075x' Total Part 5 -Street Improvements $ 121) 50E356 Total Base Bid $2l 9655O 55120.wb P-7 • • The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a l icider'sbnnd, certified check or cash deposit in the amount of $ 81N , which is at least five percent(5%) of the amount of my/our bid made payable to the Owner, 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 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. It is understood that bids may not be withdrawn for a period of 45 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 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) ifV ©cr, Name ( Signer P st i Title � Mc Printed Name of Signer 55120.wb p.g 1' I . * n Ohio Farmers Insurance Company BID BOND APPROVED BY THE AMERICAN AI3S0I INSTITUTE EB OF F700 CHITECTS A.I.A. DOC KNOW ALL MEN BY THESE PRESENTS, THAT WE Hydrocon, Inc . Box 129 North Branch, MN 55056 a corporation duly as Principal, hereinafter called the Principal, and the Ohio Farmers Insurance Company,Circle, P.O. Box organized under the laws of the State oOhio, mcalled inistrthe Suretygare he dat One Pa d firmly bound unto 5001, Westfield Center, OH 44251, as Surety, hereinafter City of Oak Park Heights, Minnesota Oblf ee, hereinafter called the Obligee, in the sum of Five Per Cent (5%) of Amount of Bid - as 9 bind urety for the payment of which sum well and successotls to be , the said and assignsn pa jointly andl and tseverahe ilryd sfir Y� by ourselves, our heirs, executors, administrators, these presents. WHEREAS,the Principal has submitted a bid for le View Estates Phase II Utility and Street Improvements in the City Val y of Oak Park Heights, Minnesota cipal l NOW, THEREFORE, if the Obligee shall accept the terms of suchbid, give suchl and the n bondsoribo dsrinto a as may be Contract with the Obligee In accordance with for the faithful performance specified in the bidding or Contract Documents and at od and r al furnished in the prosecution thereof, or icient surety of such Contract and for the prompt payment of labor in the event of the failure of the Principal to enter such Contract and give such of dor bonds, f the r Principal shall pay to the Obligee the difference not to exceed the penalty faith specified in said bid and such larger amount then for ich thishe oblOigatgee ion shallin be nuldl and voidraotherwiseto party to perform the Work covered by said bid, remain in full force and effect. Signed and sealed this April 7, 1995 H drocon (S�� (Principal) 111 / 0 ! 411'6;6° l' President (Witness) Thomas M. Hals, Ohio Farmers Insurance Company (Seal) Jack Cedarleaf II o ney-In-Fact) (Witness) OHIO FARMERS tNt ' One Park Ci P.O.Box 51: Westfield Center.OH 44251-5000 PC/ 13509 • I ACKNOWLEDGMENT OF PRINCIPAL (Individual) STATE or COUNT Y OF J 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 COUNTY OF ss.. On this day of , in the year 19 ,before me personally come(s) a member of the co-partners'iip 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 ,G ,� t / ss.: . On this 7th day of April , in the year 19 95 before me personally come(s) Thomas M. Hals • to me known,who,being by me duly sworn,deposes and says that he resides in the City of North Branch, MN that he is the President of the HYDROCON, 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 c . . , . - . •. name thereto by like order. � CltrApDODUNT/ /NOTARY PL:LIC 001111111111/11211110,1111JAK NAM •CKNOWLEDGMENT OF SURETY STATE OF Minnesota COUNTY OF Ramsey ss.: On this 7th day of April in the year 19 95 ,before me personally coMe(s) Jack Cedarleaf II Attorney(s)-in-Fact of OHIO FARMERS INSURANCE COMPANY with whom I am personally acquainted, and who, being by me duly sworn,says that he reside(s) in Mahtomedi, Minnesota that he is (are) the Attorney(s)-in-Fact of OHIO FARMERS 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 tha •►,. . ,,,u.•a y(s)-in-Fact o he said ornpany by II order. PAMELA T. CURRAN NOTARYPUBLIC-MINNESOTA RAMS EY COUNTY NOTARY PUBLIC MY COMMISSION EXPIRES JAN. 31,2000 r.n711-- arnh ♦ C • • • POWER NO. 2264062 00 General Power of Attorney Farmers Insurance CoOhio CERTIFIED COPY Westfield Center, Ohio Know d Al Men OHIO FARMERS oraon nd une the laws of the State ofl Oho, and having Its principaltof office In W stf a diCe terr,, Medina County,Ohio,pdoes byt heserprresentsamake,sconstituter onstit terand appoint R.J.LARSEN, D.R.DOUGHERTY,JACK CEDARLEAF II,E.LANCE,CHRISTINE M.HANSEN, KURT C.LUNDBLAD,CA. HOUSH,JOINTLY OR SEVERALLY of l ST.PAUL and State of andIts deliverand any andlawful all bonds, rec gnizancwith es,full undertakings ower and aorhotherhInstrumentsconferred or contracts of place and stead, to execute, acknowledge - suretyship - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE.USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and the Cdttaathe tldn e . of the Company anduly attesedby Its Secretary, hereby ratifying and confirming all that the sidAt orney(s)ln-Fact m with Ithcore pretmises Said appointment Is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers insurance Company: Be It Resolved,that the President,any Vice President, any Secretary or any Assistant Secretary shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-In-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and In the name of and and other on behalf of the Compor anY, to obligatory undertakings and anyandallanoti es and docuand all ments canceling sorcterminatinggreements of the Company's liability thereunder, and any such g Y Instruments so executed by any such Attorney-In-Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary." (Adopted at a meeting held on the 3rd day of July,1957.) a resolution of "Be ItResolved, July,19that 57,Istheeby also granted to any Assist Apoint ssistant Vice-President.granted to(Adopted at certain officers meeting held yon the 13th daytof July,ul1976.)the 3rd day Y. This power of attorney and certificate is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Ohio Farmers Insurance Company at a meeting duly called and held on the 9th day of June, any wer of "Be ltResolved, eanl vicertificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile hereafter ignatures oar facsim�a seal sttorney orY shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. In Witness Whereof,OHIO FARMERS INSURANCE COMPANY has caused these presents to be signed by its Vice President,and its corporate seal to be hereto affixed this 16th day of OCTOBER A.D.,1992 . OHIO FARMERS INSURANCE COMPANY Corporate • W91$ Seal 4,,W91$47.,.T"'�i,/'L+''3 Affixed i�' i>JtTER '�f'' t kV..1848.*-f By ? 141114(1 State of Ohio J n J. Adorne Vice President County of Medina ss: S.,...5, y sworn, On this 16th day of OCTOBER A.D., ery992 ,beforeO ;e that he Is personally Vice President of OHIO FARMERS INSURANCE COMPANY, he I company did depose and say,that executed resides above instrument: Ohio; seal of said Company; the seal described seal; which was so afthe xed by order of the Board of Directorsat he of said Company;and thatthetsigned his affixed name thereto by like order. such corporate Notarial ��" ` Seal PA\A l IN..R�—s �. ( L'LL k Affixed 2ff \�`I��// .r• James M.Walker Notary Public State of Ohio N "FPI My Commission Does Not Expire T � S Sec. 147.03 Ohio Revised Code County a Medina ss.: M11). a F �..`r ............ CERTIFICATE o hereby I,is a aDavid correctSmith, Jof,a PowerAssistant of Attorney,executed by said Company,which INSURANCE Is stillllnP full force and effect;and furthermoify that the re,theand resolutions teBand copy of the Board of Directors,set out in the Power of Attorney are In full force and effect da of In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Westfield Center, Ohio, this Y / 1 qn/,i,MD A.D.. qJ -, ,0 ,._sRj11lSUI..-. ''. 1 6NTEIlEa a a' = Assistant Secretary ...1848. _ David S. Smith, Jr. oh.41 BPOA02 BIDCtIPY • J Bonestrooa,v5iVad/6-70/t/L7. Total Base Bid 7 1 ��Y Bidder SGLf/,�[0 VIAnderlik& Address /3/vo� �-Y <5 'E Telephone No. �//" u� Associates Engineers&Architects /),a,a, Vj1 c� /9/,1/ 5/24 f Fax No. �//3/(0 St.Paul•Milwaukee City, State,Zip PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,MINNESOTA 1995 Opening Time: 11:00 A.M.,C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer �7 1 8"DIP, Cl. 52, 10'- 12'deep in pl. LF 20 $ ie $ 614 2 8"PVC, Schedule 26, 10'- 12'deep 21, in place with specified bedding LF 15 $ /� $ 213 3 8"PVC, Schedule SDR 26, 12'- 14'deep in place with specified bedding LF 35 $ 4 (‘' $ y em/r) 4 8"PVC, Schedule SDR 26, 14'- 16'deep 30 place with specified bedding LF 130 $ 1 2'P $ � $53 55120.wb P-1 • • 5 8"PVC, Schedule SDR 26, 16'- 18'deep / j in place with specified bedding LF 75 $ / 4/2 $ ld('q 6 8"PVC, Schedule SDR 35,0'-8'deep /7 (fa in place with specified bedding LF 20 $ �2 $ 213 7 8"PVC, Schedule SDR 35,8'- 10'deep ,nom 11 /2/7 U� in place with specified bedding LF 100 $ �2 $ 8 8"PVC, Schedule SDR 35, 10'- 12'deep 05- in place with specified bedding LF 165 $ �2` $ 20°5 9 8"PVC, Schedule SDR 35, 12'-14'deep 1 1 in place with specified bedding LF 65 $ �Z $ ��� OS 10 Construct std. 4'dia.MH, 8'deep,over ex. 8" 56' g VCP sewer,w/R1642B cstg. in pl. EA 1 $ 1( 13 $ 1(1/3 11 Std. 4'dia.MH,8'deep,w/R1642B cstg. in pl. EA 5 $ /12i$11 $ 5/7 g.155- 12 512 4'dia.MH depth greater than 8'deep LF 25 $ `J VSS $ /3(/L74 92 13 8"x4"PVC, Schedule SDR 26,wye branch in place with bedding EA 1 $ &Z54/ $ 14 8"x4"PVC, Schedule SDR 35,wye branch in 33place with bedding EA 7 $ 23(g $ / Oa 15 Reconstruct ex. structures per specifications LF 4 $ /41'9 11 $ 511 S 2 16 Adjust ex. structures per specifications EA 6 $ i 627 2"0 $ 6'932-'2 17 Improved pipe fdn. mtl.,6"thick in p1. LF 600 $ ,(9 / $ 40 18 1-1/4"clear rock for mud break in pl. TN 140 $ X29? $ //(5 a° 19 Traffic control,all phases of work incl.all signs,barricades,flagpersons,flashers&all else necessary LS 1 $ 5.4-ISg( / $ y—ysg Total Part 1 -Sanitary Sewer $ 26/U3 q/ Part 2-Water Main (®0 0r" 20 6"DIP,Cl. 52,7-1/2'min.cover in pl. LF 820 $ �3 $ Hi/s2 21 6"gate valve and box in place EA 1 $ 3'3 S Z $ M5 L 22 5"valve hydrant in place EA 4 $ //19'V $ 57/i&V 23 Valve box extension in place LF 2 $ 7z Icv $ 7'1 O 55120.wb P-2 I • • /Z- 24 L24 Reconstruct ex.valve box per specifications LF 8 $ $ 797 25 Adjust ex.valve box per specifications EA 4 $ Zlzp5 $ `Oy 26 WB-67 hydrant barrel extension in place LF 2 $ i$ 142 $ 5&(1ZO 27 C.I.fittings in place LB 1,100 $ / $ , -E ' ,/,1.. -`=-.a) 28 Cut into ex. 8"DIP&place 8"x6"tee (9 complete in pl, including tee EA 1 $ S/Z $ 572-(9 29 Cut into ex. 6"DIP&place 6"x6"tee 293�y 7g7 complete in p1, including tee EA 2 $ $ 30 Cut-in to ex. 6"CIP EA 1 $ 129 tiS $ 77.9'1x' 31 Remove ex. 6"CIP incl. disposal LF 270 $ 5260 $ t YZ(9 20 32 Plug existing 6" CIP EA 1 $ 29V° $ ZRo(0 33 Improved pipe fnd. matl,6"thick in pl. LF 700 $ 0 el $ i0° 34 Seeding,incl. seed,mulch,fertilizer&disk �. ell anchoring AC 0.2 $ /1925 $ 2(S61 Total Part 2-Water Main $ 023,3 531 c42 Part 3-Services 35 2"corporation stop tapped into ex. 6"DIP, incl.tapping saddle,complete in place per specifications EA 3 $ /55°7 $ LfS:�r 36 2"curb stop and box in place EA 3 $ /839 $ "ii'q CO 37 2"Type"K"copper water service in same (p0 trench with sanitary sewer service LF 220 $ /0 33 $ Z z7Z 38 1"corporation stop in place EA 26 $ 37`" $ 973 4 39 1"curb stop and box in place EA 26 $ 7110 $ I ggp 20 40 1"Type"K"copper water service in same trench with sewer service LF 1,500 $ 7 11 $ /0,15- 41 Core drill ex. 8"VCP and place 8"x 4"PVC SS' saddle as per specifications EA 21 $ ✓,J 2- $ 1,//(1 42 4"PVC, Schedule 40,sewer service in same trench with water service,incl, specified 3 n bedding LF 1,600 $ 7 $ 111 79 D 55120.wb P-3 • • 01 43 Improved pipe fdn. mtl.,6"thick in pl. LF 1,400 $ $ 14/W 44 4"PVC in-line cleanout, Schedule 40,complete 7t31)4 in-place,including marker EA 3 $ �5 $ �(O 7 45 Insulate 1"copper,4"thick,complete in pl. SF 100 $ f 7 ' $ /7V dir m/ Total Part 3 -Services $ 07/o ZZ Part 4-Storm Sewer 2/ �(03 46 27"RCP,Cl. 4, 8'-10'deep in place LF 50 $ SCO $ I,13/ 5b 47 27"RCP, Cl.4, 10'-12'deep in place LF 30 $ .7J7 0 $ 1,aq pd 48 27"RCP,Cl. 4, 12'-14'deep in place LF 75 $ '15C(‘' $ 2,Q,55/ 5.12 49 18"RCP, Cl. 5, 8'-10'deep in place LF 20 $ u$5 $ i .32.7 6( 50 15"RCP, Cl. 5,0'-8'deep in place LF 385 $ /"9/ $ 7/645-35- 51 15"RCP,Cl. 5, 8'-10'deep in place LF 10 $ /9$3 $ (g$ 30 52 12"RCP, Cl. 5,0'-8'deep in place LF 605 $ ($(' $ `!t 30/V° 53 12"RCP, Cl. 5, 8'-10'deep in place LF 35 $ [5 61 $ (0,Ci 54 Remove&salvage ex. 18"RCP LF 160 $ 1/ 27 $ /gd 3 ZO 55 Remove&dispose of ex. 18"L.R.bends EA 4 $ 10&IC $ 2‘0761r 56 Install salvaged 18"RCP LF 100 $ T$g $ 956112 57 Std.8'dia.MH(Plate 1-10)constructed over0Z �� ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ 3W60 . $ ?J4/7(rp 7 58 Std.6'dia.MH(Plate 1-10)constructed over 51 0 ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ 7i 7 eS $ ?i‘4g 59 Std.6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 $ 2`039'7 $ 0,io3f/(• 60 Std. 5'dia.MH(Plate 1-10)constructed over 7 23? ex. 36"RCP,w/R1642B casting in p1. EA 1 $ �, 2.) $ /,g0iJ 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. 3 7 18"RCP,with R1642B cstg. in place EA 1 $ 7. g ,i 57 O ( -( 62 Std. 4'dia.MH(Plate 1-10)w/R1642B cstg. ?� in place EA 2 $ //. 927 $ 2� 63 Std. 4'dia. CBMH(Plate 1-16),constructed over r 7i 7/ ex. 18"RCP w/R3067 V cstg. in pl. EA 1 $ /Ad $ I/W 55120.wb P-4 • • i 64 Std.4'dia. CBMH(Plate 1-16)w/R3067V 9� V74casting in place EA 4 $ (6)2(9 $ q1/07 65 Std. 4'dia. CBMH(Plate 1-16)w/R3290A /-(7 / casting in place EA 1 $ (� 0 /W $ 1 0 2(' 66 Precast high capacity CB(Plate 1-32)w/R1737 .1Z .1'� casting in place EA 1 $ / $ 1/ 312 67 Precast high capacity CB(Plate 1-32A) ' az- w/R1737 casting in place EA 1 $ �� �j7?i $ 372 68 2'x3'precast CB(Plate 1-19)with R3067V &69 casting in place EA 7 $ -703 $ f q7,s / 69 Manhole depth,8'dia. greater than 8' LF 2 $ 335 $ $ (p70 �° 70 Manhole depth,6'dia. greater than 8' LF 8 $ I�� $� $ ///0 yo 71 Manhole depth, 5'dia. greater than 8' LF .+' 9 $ ill 23 $ /855-°17 72 Manhole depth,4'dia. greater than 8' LF 2 $ /0?-2/1/7 $ 1 zcf 9' 73 Patch hole in ex. 36"RCP from removed 18" 1 RCP,complete per specs. LS 1 $ 6'/0 $ /(p 73 74 Remove ex. surmountable conc.curb&replace w/B618 conc. curb&gutter at SS-14A LF 30 $ ( $ Z 75 Reconstruct ex. structure per specificatons LF 13 $ 2—/c,2—/c, $ 2'/�& " 76 Adjust ex. structure per specifications EA 2 $ 79 3V $ /51% 77 Remove&salvage beehive cstg.from ex. 4/7 structure SS-9 EA 1 $ 97 1 $ 9 78 Furnish&install new R1642B cstgs.for ex. <7 3`74 structures SS-8&SS-9 EA 2 $ /S 7 $ 31 0/ 79 Improved pipe fnd. mtl.,6"thick in pl. LF 1,200 $ CI $ 1z® 80 Remove&replace ex. silt fence LF 200 $ `✓5-Y- $ 30/611 81 Erosion control system in place per Standard O Plate SP-64 LF 250 $ C/ $ `/0 acaP 82 Erosion control system in place per Standard Plate SP-89 LF 200 $ i 3 $ y7?/017 83 Erosion control system for CB protection per Z5-- Standard 5Standard Plate SP-104 in pl. EA 13 $ 57 $ (trod 55120.wb P-5 • • 84 Erosion control system for high capacity CB protection per specifications in place EA 2 $ 719 $ 1,_3V 85 Seeding,incl. seed,mulch,fertilizer,&disk anchoring AC 0.15 $ /0 $ / -.3 7 86 Emergency overflow swale grading&sod 2s'' �1 restoration as per specifications SY 550 $ $ /T 0 g ilr Total Part 4-Storm Sewer $ G 7(7%010 Part 5 Street Improvements 87 Remove bituminous surfacing SY 2,675 $ /911 $ 2 -,7g11 88 Saw cut ex.bituminous surface LF 140 $ /4.o3 $ acs,./7,0 89 Remove ex. conc.curb&gutter LF 730 $ /.52.,4,. $ I//Of 1 90 Remove ex. set of double barricddos EA 1 $ I t / Y' $ /0/Lii5 91 Relocate existing street light EA 1 $ /121(11 $ /0/y 15- 92 592 Subgrade preparation-new streets SY 1,400 $ $ /U L liar 93 Subgrade prep.-reconst.area,incl. salv.& SS�yS 92 respreading ex. Cl. 5&grading,per spec. SY 2,350 $ v $ /,-) or 94 Core excavation 36'wide LF 1,850 $ v $ /g 95 Aggregate backfill in place TN 5,600 $ V 6'4° $ Z2/730 0r 96 Class 5 gravel base in place TN 3,800 1___1922___4 $ 2/1'taY 97 4"PPVC, SDR 26 drain line in pl. LF 200 $ v 12- ZitAq, 98 Cut-in 4"PPVC to structure EA 4 $ `0/,./q $ S 99 Bit.base course mix.,Type 31,in pl., 1995 TN 780 $ 2/ 3/ $ fel/G 2/ V 100 Bit.wear course,Type 41,in pl., 1996 TN 750 $ ✓72t( $ 4152)5-- ev 1 ` 101 Bit. material for tack coat in pl. GL 430 $ / or /7$ 3 X30 102 Surmountable conc.curb&gutter in pl. LF 3,830 $ 41 51P $ /7 174&41 103 B618 conc. curb&gutter in pl. LF 250 $ & $ /111V76 104 Bituminous curbing,machine laid LF 130 $ 3011 $ ��rJ 20 105 Remove&replace conc. curb&gutter, 1996 LF 120 $ GS 2'2 $ ( g 26v q0 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 $ 13 O $ 1 107 Blvd. grading per Spec.Prov.No. 16 HR 25 $ t '0$Z $ 1, 705.22 55120.wb P-6 . • • III • J elf 108 Sodding with 4"topsoil SY 400 $ 2 $ /19I 75- 109 Seeding of blvds. incl. mulch&disk anch. AC 1.5 $ /01171 $ (,5ZZ i3 110 Preparation of bit.base as specified LS 1 $ 2$ov7( $ 2,gav-7r 111 Bobcat with operator HR 15 $ /(914 $ 9-1 ZS 112 Pickup broom with operator FIR 15 $ /014- 41 `~ titg Total Part 5 -Street Improvements 1 T-1--z-,mr. # 2.7 vrz ,y6 ,4 1 ...2., Total Part 1 -Sanitary Sewer $ 1 U3 q/ Total Part 2-Water Main 'go Total Part 3 -Services $ ZT/ (OZ7i Total Part 4-Storm Sewer $ 6 /%9 Total Part 5-Street Improvements Total Base Bid ' <u" 55120.wb P-7 . . . • The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ 57' , which is at least five percent (5%) of the amount of my/our bid made payable to the Owner, 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 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. It is understood that bids may not be withdrawn for a period of 45 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 45 days after the date set for the opening of bids. Respectfully submitted, ),thejor (A Corporation) � tf3 (An Individual) Name (A Partnership) giaMAOW144, Signer Title 761195 � f6 Printed Name of Signer 55120.wb P-S 40- UNITED UNITED FIRE & CASUALTY COMPANY CEDAR RAPIDS,IOWA BID BOND Approved by The American Institute of Architects, A.I.A.Document No.A 310 February 1970 Edition KNOW ALL BY THESE PRESENTS,that we SCHIELD CONSTRUCTION COMPANY APPLE VALLEY, MINNESOTA as Principal, hereinafter called the Principal,and the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as Surety, hereinafter called the Surety,are held and firmly bound unto CITY OF OAK PARK HEIGHTS, MINNESOTA as Obligee,hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) OF THE AMOUNT OF THE BID Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for VALLEY VIEW ESTATES PHASE II Now, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall..enter into a contiact with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with'good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof+ or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7TH day of APRIL A.D.19 95 SCHIELD CONSTRUCTION COMPANY (Seal) 41/�` (FxnvcPAL) /CL (WITNESS) BY: 441tAr:/raLte-- (TITLE) UNITED FIRE&CASUALTY COMPANY (Seal) (SURETY) (wiTNFss) By ATTORNEY--IN-FACT ROBERT J. RATH UIID-3082b(1-91) T = (INIODUAL OR PARTNERSHIP ACKNO•DGMENT) STATE OF ss COUNTY OF On the day of ,19 ,before me, a Notary Public within and for said county,personally appeared, to me known to be the person(s) described in and who executed the foregoing instrument, as Principal(s), and acknowledged to me that he executed the same as h free act and deed. Notary Public, County, (Notarial Seal) My commission expires CORPORATE ACKNOWLEDGMENT STATE OF kiu= -o-- ss COUNTY OF 64.4427,1 On the 7TH day of APRIL ,19 95 ,before me personally appeared o a.o 'f 4.-4.4:14( to me known,who being by me duly sworn,did depose and say:that he resides in (l/4 t/2444, / YA-44-41-64d-& that he is the President of the SCHIELD CONSTRUCTION COMPANY the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the board of directors of said corporation; and thaVg sjgned his name thereto by like order. ` 0 Q 1 ' Nota y MINNESOTA i 1 Notary Public, )14,014 --`n ? i 4 ,*') MY Commission Expires County, O Lo JANUARY 31,2000 0 6.1"....41777=="1"1"1"6 My commission expiresQ4-, 3/,. -0,16 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF RAMSEY ss On this 7TH day of APRIL ,19 95 ,before me appeared ROBERT J. RATH to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or attorney in fact of the UNITED FIRE & CASUALTY COMPANY a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors;and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. U7 v MELISSA M. NORDIN NOTAKY PUBLIC-MINNESOTA Notary Public, by , & - MY COMMISSION EXPIRES JANUARY 31, 2000 County, (Notan '' My commission expires lelUtD FIRE & CASUALTY COMPAWO HQME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITIED FIRE & CASUALTY COMPANY, a coPoration duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint E. D. RICHARDS , OR M. GLENNON , OR DAVID SELL , OR TERRY STARKS , OR CRAIG REMICK, OR MARY E. NELSON , OR ROBERT J . RATH, OR MELISSA M. NORDIN , ALL INDIVIDUALLY of PO BOX 64215 ST PAUL MN 55164 its true and lawful AttorneY(s)-in-Fact with power and authority hereby conferred to sign, seal and execteBin its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: AND ALL and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. MAY 10th 1996 unless sooner revoked. The Authority hereby granted shall expire This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings." Section 2,Appointment of Attorney-in-Fact."The President or any Vice President,or any other officer of the Company,may,from time to time,appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any powerof attorney or special power of attorney or certification of either authorized hereby;such signature and seal,when so used,being 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.Such attorneys-in-fact,subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto.The President or any Vice President,the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this "'",r, 10th day of MAY ,A.D. 1994 COIf01ATE UNITED FIRE & CASUALTY COMPANY av,as,,,,r By Y Vice Presiden State of Iowa, County of Linn, ss: On this 10th day of MAY 1994, before me personally came Maynard L. Hansen to me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said orpo tion. LOIS M.SCHUCHMANN Notary Public MY COMMISSION EXPIRES MY commission expires Nov. 10 ,19 95 Novemovemberr 10 10,,1995 CERTIFICATION I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. m ,� In testimony whereof I have hereunto subcribed my name and affixed the corporate seal of the said omotfit► try' , Company this 7TH day of APRIL 19 95 iCORPORATE%) � IIs1L '1;�tJkcO.�. Secretary 43/4844 ore snow UND3219b (Rev. 5-94) 111 Bit COPY Dpp u + CONST. INC. • Bonestroo BdRSCHViELE CONST. NC Rosene Bidder 11440-8th STREET NL E. Total Base Bid � Anderlik& J /�f o Associates Address HANOVER, MN 55341 Telephone No. 97_ ! S( sit.Paul•Mc:aukee s City, State,Zip PHONE: 497-4242 OR 4240 Fax No. /y 9_ 47,76;& PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,MINNESOTA 1995 Opening Time: 11:00 A.M.,C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP, Cl. 52, 10'- 12'deep in p1. LF 20 $ v'5:00 $ Soo. do 2 8"PVC, Schedule 26, 10'- 12'deep in place with specified bedding LF 15 $ /5 oO $ /9s. oo 3 8"PVC, Schedule SDR 26, 12'- 14'deep in place with specified bedding LF 35 $ /s'oo $ 5;75"00 4 8"PVC, Schedule SDR 26, 14'- 16'deep in place with specified bedding LF 130 $ /7 oo $ Aa/0.o0 55120.wb P-1 11111 • 5 8"PVC, Schedule SDR 26, 16'- 18'deep in place with specified bedding LF 75 $ o,?p, 00 $ ,�p0,0O 6 8"PVC, Schedule SDR 35,0'-8'deep in place with specified bedding LF 20 $ /O. 0O $ doo ov 7 8"PVC, Schedule SDR 35, 8'- 10'deep in place with specified bedding LF 100 $ /0, oo $ / coo, 00 8 8"PVC, Schedule SDR 35, 10'- 12'deep in place with specified bedding LF 165 $ //co $ g/5:00 9 8"PVC, Schedule SDR 35, 12'-14'deep in place with specified bedding LF 65 $ /a2.00 $ ?gyp,00 10 Construct std. 4'dia.MH, 8'deep,over ex. 8" VCP sewer,w/R1642B cstg. in pl. EA 1 $ ca3 poo, oo $ a! coo,00 11 Std.4'dia.MH, 8'deep,w/R1642B cstg. in pl. EA 5 $ 900,00 $ y 1�,o0 12 4'dia.MH depth greater than 8'deep LF 25 $ S.00 $ f 6,..25":09 13 8"x4"PVC, Schedule SDR 26,wye branch in place with bedding EA 1 $ .S,'oo $ vo 14 8"x4"PVC, Schedule SDR 35,wye branch in place with bedding EA 7 $ d;oo $ /7 oo 15 Reconstruct ex. structures per specifications LF 4 $ /5-0, 00 $ • 00 16 Adjust ex. structures per specifications EA 6 $ d oo• ov $ /477z0. 00 17 Improved pipe fdn. mtl.,6"thick in pl. LF 600 $ /, co $ 6:. co 18 1-1/4"clear rock for mud break in pl. TN 140 $ 9,00 $ /ate, 00 19 Traffic control,all phases of work incl. all signs,barricades,flagpersons,flashers&all else necessary LS 1 $ Sco•oo $ 4 Soa.00 Total Part 1 -Sanitary Sewer $ dc/ ,co Part 2-Water Main 20 6"DIP,Cl. 52, 7-1/2'min. cover in pl. LF 820 $ J3,0O $ /0, o' vt oo 21 6"gate valve and box in place EA 1 $ co $ 3 , 0O 22 5"valve hydrant in place EA 4 $ / O 90,c0 $ c 3a0.co 23 Valve box extension in place LF 2 $ d 5 at, $ .So. c.ti 55120.wb P-2 0 • 24 Reconstruct ex.valve box per specifications LF 8 $ /(V,00 $ o',oo 25 Adjust ex.valve box per specifications EA 4 $ /oo, oo $ 90o. oo 26 WB-67 hydrant barrel extension in place LF 2 $ '/o. oo $ (1,,?d. oo 27 C.I.fittings in place LB 1,100 $ o $ O.00 28 Cut into ex. 8"DIP&place 8"x6"tee complete in pl, including tee EA 1 $ / o oo.Uo $ / oov. co 29 Cut into ex. 6"DIP&place 6"x6"tee complete in pl, including tee EA 2 $ / coo, oo $ o?/ poo. op 30 Cut-in to ex. 6"CIP EA 1 $ /00o. co $ / oa 3. OO 31 Remove ex. 6"CIP incl.disposal LF 270 $ , on $ 07/ R(oo•, oo 32 Plug existing 6" CIP EA 1 $ a,So ,vo $ 075-0. oo 33 Improved pipe fnd. matl,6"thick in pl. LF 700 $ , p/ $ 7, o0 34 Seeding,incl. seed,mulch,fertilizer&disk ... anchoring AC 0.2 $ j'b.00 $ /70.co Total Part 2-Water Main $ .:,74/50 7.UD Part 3-Services 35 2"corporation stop tapped into ex. 6"DIP, incl.tapping saddle,complete in place per specifications EA 3 $ x),00 $ 'CO.o0 36 2"curb stop and box in place EA 3 $ /7.S oo $ Sas Co 37 2"Type"K"copper water service in same trench with sanitary sewer service LF 220 $ /o. 75" $ d� 3o 00 38 1"corporation stop in place EA 26 $ OD. oo $ rJgo.00 39 1"curb stop and box in place EA 26 $ ('S,00 $ / 1090.do 40 1"Type"K"copper water service in same trench with sewer service LF 1,500 $ 7 So $ /, c.25-0,vo 41 Core drill ex. 8"VCP and place 8"x 4"PVC saddle as per specifications EA 21 $ /oo. 00 $ a1 Icn.00 42 4"PVC, Schedule 40,sewer service in same trench with water service,incl. specified bedding LF 1,600 $ '7,vo $ //o?oo.ao 55120.wb P-3 • • 43 Improved pipe fdn. mtl.,6"thick in pl. LF 1,400 $ 44 4"PVC in-line cleanout, Schedule 40,complete in-place,including marker EA 3 60.00 $ /F0•00 45 Insulate 1"copper,4"thick,complete in pl. SF 100 $ Total Part 3 -Services $ a// IO y,00 Part 4-Storm Sewer 46 27"RCP, Cl. 4, W-10'deep in place LF S0 47 27"RCP, Cl. 4, 10'-12'deep in place LF 30 ;34.00 $ / l?o. o0 ) 48 27"RCP, Cl. 4, 12'-14'deep in place LF 75 $ 4{/, oo $ 3 O?S o 0 , 49 18"RCP, Cl. 5, 8'-10'deep in place LFF �` 20 $ o?e�. c5o $ TtO,oO SO 15"RCP,Cl. 5,0'-8'deep in place L> 385 $ /7.So $ lnr ?.3?. So 51 15"RCP, Cl. 5, 8'-10'deep in place LF 10 $ !?. 50 $ !75.00 52 12"RCP, Cl. 5,0'-8'deep in place LF 605 $ /!o• 00 $ 9to iso• o 0 / 53 12"RCP, Cl. 5,8'-10'deep in place LF 35 54 Remove&salvage ex. 18"RCP LF 160 $ /o.oo $ / logo , 00 55 Remove&dispose of ex. 18"L.R.bends EA 4 $ 7.5."00 $ .3cv,00 56 Install salvaged 18"RCP LF 100 $ /O.co $ / Gam,00 57 Std. 8'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ y '2512.oo $ y7So.ao 58 Std. 6'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ � caro, 00 $ 3 coo. 00 59 Std. 6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 $ 500. 00 $ o,3 s(,,0 oo 60 Std. 5'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B casting in pl. EA 1 $ GOa) . 00 $ .3000. co 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. 18"RCP,with R1642B cstg. in place EA 1 $ a Ooo, az' $ � 000. Oli 62 Std. 4'dia.MH(Plate 1-10)w/R164213 cstg. in place EA 2 $ 900.oa $ / goo, cry 63 Std. 4'dia. CBMH(Plate 1-16),constructed over 7 ex. 18"RCP w/R3067V cstg. in pl. EA 1 $ �aoo,oo $ l� ao o. a' 55120.wb P4 64 Std. 4'dia. CBMH(Plate 1-16)w/R3067V casting in place EA 4 $ 'Udv.vo $ �ooU• 00 65 Std. 4'dia. CBMH(Plate 1-16)w/R3290A casting in place EA 1 $ / UO 66 Precast high capacity CB(Plate 1-32)w/R1737 casting in place EA 1 $ /0O.co $ /00.00 67 Precast high capacity CB(Plate 1-32A) w/R1737 casting in place EA 1 1_422_0./Gly.oe $ /00, opo 68 2'x3'precast CB(Plate 1-19)with R3067V casting in place EA 7 $ 700.oo j_49_0_0,00 69 Manhole depth,8'dia. greater than 8' LF 2 $ .3e/0, a0 $ (a gyp,c0 70 Manhole depth,6'dia. greater than 8' LF 8 $ /?O. oo $ / a(ap, 71 as Manhole depth,5 dia. greater than 8' LF ,f' 9 $ /). oo $ • _ I, o So. 0O 72 Manhole depth,4'dia.greater than 8' LF 2 $ (0500 $ 1,3v.00 73 Patch hole in ex. 36"RCP from removed 18" RCP,complete per specs. LS 1 $ dcx). co $ moo 0O 74 Remove ex. surmountable conc. curb&replace w/B618 conc. curb&gutter at SS-14A LF 30 $ /4/ ao $ 41.20.oo 75 Reconstruct ex. structure per specificatons LF 13 /co.ao $ � 3oo, o0 76 Adjust ex. structure per specifications EA 2 $ /Sa,oo $ 3cx� o0 77 Remove&salvage beehive cstg.from ex. structure SS-9 EA 1 $ aS vo $ as,0o 78 Furnish&install new R1642B cstgs.for ex. structures SS-8&SS-9 EA 2 $ /7S. 00 $ X350. o® 79 Improved pipe fnd.mtl.,6"thick in pl. LF 1,200 $ /co $ /020o. 00 80 Remove&replace ex. silt fence LF �/�� 200 $ �'7- oo $ '7Gn. c)O 81 Erosion control system in place per Standard Plate SP-64 LF 250 $ n `3 up $ /�o op 82 Erosion control system in place per Standard Plate SP-89 LE 200 $ aexp $ 4166,or) 83 Erosion control system for CB protection per Standard Plate SP-104 in p1. EA 13 $ as 00 $ _1asc)o 55120.wb P-5 • • 84 Erosion control system for high capacity CB protection per specifications in place EA 2 $ 476,0o $ ao,00 85 Seeding,incl. seed,mulch,fertilizer,&disk anchoring AC 0.15 $ X52 .vo $ 4,?.2, $b 86 Emergency overflow swale grading&sod restoration as per specifications SY 550 $ ,3,oo $ /I (0 50. 0 0 Total Part 4-Storm Sewer $ (p(s, 7/5'W Part 5-Street Improvements 87 Remove bituminous surfacing SY 2,675 $ /, /o $ a, 9'42.SO 88 Saw cut ex.bituminous surface LF 140 $ , /o $ c294c 89 Remove ex. conc. curb&gutter LF 730 $ I.5-6 $ 1� o9.5-:cx) 90 Remove ex. set of double barricddw EA 1 $ X75:00 $ op o0 91 Relocate existing street light EA 1 $ J/coo, oo $ i coo, oo 92 Subgrade preparation-new streets SY 1,400 $ , $$ $ /1 190 .oU . 93 Subgrade prep.-reconst. area, incl. salv. & respreading ex. Cl. 5&grading,per spec. SY 2,350 $ ,Coo $ (o/ 1 10. On 94 Core excavation 36'wide LF 1,850 $ ,O/ $ N.So 95 Aggregate backfill in place TN 5,600 $ 1-1•D S $ , .al to tso, 00 96 Class 5 gravel base in place TN 3,800 $ /0 • o .' $ tea, 99.n, 00 97 4"PPVC, SDR 26 drain line in pl. LF 200 $ F, 00 $ J/ , U0 98 Cut-in 4"PPVC to structure EA 4 $ 7S U0 $ .SO.:-.). c)0 99 Bit.base course mix.,Type 31,in pl., 1995 TN 780 $ /,5'0 $ /61 7 '77 .O0 100 Bit.wear course,Type 41, in pl., 1996 TN 750 $ ,V3. 5p $ /7/ 6.23, COO 101 Bit. material for tack coat in pl. GL 430 $ 1 /p $ 4/23, 0° 102 Surmountable conc.curb&gutter in pl. LF 3,830 $ S oo $ /5i /S`o,vU 103 B618 conc. curb&gutter in pl. LF 250 $ 6 ..2.5. $ /, 5-6,2.6-c3 104 Bituminous curbing,machine laid LF 130 $ .c 5 $ 4/0142,So 105 Remove&replace conc.curb&gutter, 1996 LF 120 $ /5.-c..10 $ % 00.00 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 $ aO,vc.. $ /2g o o 107 Blvd.grading per Spec.Prov. No. 16 HR 25 $ '75.0U $ / ?7,5", co 55120.wb P.6 • 108 Sodding with 4"topsoil SY 400 $ 109 Seeding of blvds. incl. mulch&disk anch. AC 1.5 $ cx) $ % a 110 Preparation of bit.base as specified LS 111 Bobcat with operator HR 15 $ cvC $ 3c-o. av 112 Pickup broom with operator HR 15 $ r.5?O. co $ 3c0, pU Total Part 5-Street Improvements Total Part 1 -Sanitary Sewer Total Part 2-Water Main Total Part 3 -Services $ 3 l) 104. 00 Total Part 4-Storm Sewer $ 1°6> 715, cx) Total Part 5-Street Improvements $ ARSB 973.00 Total Base Bid $ d T ai 519,00 55120.wb P-7 • • The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder sh be determined by adding the sums resulting from multiplying the quantities stated ball unit prices bid therefor. y the Accompanying this bid is a bidder's bond, certified check or cash deposit in the amoun of $ �— which is at least five percent (5%) of thet my/our bid made payable to the Owner, and the same is subject to forfeiture in the amount of 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 all bids and to waive irregularities and informalities therein and to awardrdthe contract tt to the best interests of the Owner. ao In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right retain the certified check or bond of the three lowest bidders as determined byth to for a period not to exceed 45 days after the date set for the opening of bids. e Owner Respectfully submitted, BURSCHVILLE CONST, INC, (A Corporation)V Name (An Individual) (A Partnership) igner Title a�am cs E Ssei,colA Printed Name of Signer 55120.wb P-8 • ,.• • BID COPY ta, Bonestroo 1011 Rosen Bidder Valley Paving, Inc. Total Base Bid 225-51; 62• Anderlik 4105 85th Avenue North 1 AssociAd ates dress (612)- 4 2 -2 9 8 8 Tele'hone No. aui•MlAwaukeeu City, State,Zip Brooklyn Park, MN 55443 Fax No. (612) 425-1356 PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,MINNESOTA 1995 Opening Time: 11:00 A.M., C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP, Cl. 52, 10'- 12'deep in pl. LF 20 $ /6:5° $ 3.3•0 2 8"PVC, Schedule 26, 10'- 12'deep Jv in place with specified bedding LF 15 $ /D.' $ /57 SD 3 8"PVC, Schedule SDR 26, 12'- 14'deep in place with specified bedding LF 35 $ • $ g67-3-° 4 8"PVC, Schedule SDR 26, 14'- 16'deep in place with specified bedding LF 130 $ l/. $ /7 si5D 7 55120.wb P-1 • • 5 8"PVC, Schedule SDR 26, 16'- 18'deep r, in place with specified bedding LF 75 $ / 2, C $ q- o,�. 6 8"PVC, Schedule SDR 35, 0'-8'deep in place with specified bedding LF 20 $ l0 ...Co $ a l 0-CO 7 8"PVC, Schedule SDR 35, 8'- 10'deep in place with specified bedding LF 100 $ t O • 8 8"PVC, Schedule SDR 35, 10'- 12'deep in place with specified bedding LF 165 $ ( b ,g3 $ x,-5.3 9 8"PVC, Schedule SDR 35, 12'-14'deep in place with specified bedding LF 65 $ '0 .--CL7 $ (ce_sa ) 10 Construct std.4'dia.MH,8'deep,over ex. 8" VCP sewer,w/R1642B cstg. in pl. EA 1 $ 2 7. 1) • $ cD, 11 Std. 4'dia.MH,8'deep,w/R1642B cstg. in pl. EA 5 $ /032D *Q') $ n&SC)•CO 12 4'dia.MH depth greater than 8'deep LF 25 $ 83• (IsO $ (--5-75.03 . c 13 8"x4"PVC, Schedule SDR 26,wye branch in place with bedding EA 1 $ 2(o_®O $ a(c)-CO 14 8"x4"PVC, Schedule SDR 35,wye branch in place with bedding EA 7 $ 2(0-(56 D- $ ,ea`oo 15 Reconstruct ex. structures per specifications LF 16 Adjust ex. structures per specifications EA 6 $ 3(6 .Oo $ `P CrC)' 17 Improved pipe fdn. mtl.,6"thick in pl. LF 600 $ ---5-0 $ ( ��• 18 1-1/4"clear rock for mud break in pl. 1'N 140 $ 19 Traffic control,all phases of work incl. all signs,barricades,flagpersons,flashers&all else necessary LS 1 $ 065D `O $ 2 Total Part 1 -Sanitary Sewer $ ay5/S e Part 2-Water Main 20 6"DIP,Cl. 52,7-1/2'min. cover in p1. LF 820 $ 21 6"gate valve and box in place EA 1 $ 3�•a") $ 22 5"valve hydrant in place EA 4 $ .//61).00 $ y( •CC) 23 Valve box extension in place LF 2 $ /7. OC..) $ .a.-1-CO 55120.wb P-2 • i:.•��, • 24 Reconstruct ex.valve boxer specifications pecifications LF 8 25 Adjust ex, valve box per specifications EA 4 _ 66 26 WB-67 hydrant barrel extension in place LF "S–�=� 2 $ ` $ ► .CEJ 27 C.I.fittings in place LB 1,100 $ /v 28 Cut into ex. 8"DIP&place 8"x6"tee $ l a d C complete in pl, including tee EA 1 $ 29 Cut into ex. 6"DIP&place 6"x6"tee $ 'C0 complete in pl, including tee EA 2 $ 5�� � 30 Cut-in to ex. 6"Cl? — $ \ ���•CY� EA 11_25702.n 31 Remove ex. 6"CIP incl. disposal $ `�'�� LF 270 $ � • 3 32 Plug existing 6"CIP $ • `� EA h $ ,dO 33 Improved pipe fid, mats, 6"thick in p1. LF $ ► 700 $ G O 34 Seeding, incl. seed, mulch,fertilizer&disk $ aq:> anchoring AC 0.2 1.2.012___s° $ 300 . °D Total Part 2-Water Main Part 3-Services 35 2"corporation stop tapped into ex. 6"DIP, incl. tapping saddle,complete in place per specifications EA 3 $ /SS'- OD 36 2"curb stop and box in place $y��• EA 3 $ Zf0 37 2"Type "K"copper water service in same trench with sanitary,sewer service LF 220 $ �� .SO 38 $ rel t 1.QQ 1"corporation stop in place EA 26 $ • 0,42_ � ___� 39 1"curb stop and box in place EA 26 OO •� 40 1"Type"K"copper water service in same $ l nl_ _ trench with sewer service LF 1,500 $� $ ae-'IaL 41 Core drill ex. 8" VCP and place 8"x 4"PVC saddle as per specifications EA 21 $ — 41.5221 42 4"PVC, Schedule 40,sewer service in same $1` trench with water service,incl. specified bedding LF 1,600 55120.wb P-3 I • 43 Improved pipe fdn. mtl.,6"thick in pl. LF 1,400 $ • SO $ - D•C C) 44 4"PVC in-line cleanout, Schedule 40,complete in-place,including marker EA 3 $ 3( .d 0 $ ek3.CEM 45 Insulate 1"copper,4"thick,complete in pl. SF 100 $ 2. $ a6o•crC_ Total Part 3 -Services $ e (r)aPes.00 Part 4-Storm Sewer 46 27"RCP,Cl. 4,8'-10'deep in place LF 50 $ 2(0.60 $ k-'1c).Cf) 47 27"RCP,Cl.4, 10'-12'deep in place LF 30 $ 2‘z..00 $ ,pots 48 27"RCP,Cl. 4, 12'-14'deep in place LF 75 $ 2('=•C $ \Q1).c;17) 49 18"RCP, Cl. 5,8'-10'deep in place LF 20 $ 2,3 . $ '(r.0 C T 50 15"RCP,Cl. 5,0'-8'deep in place LF 385 $ /R . $ 15"RCP, Cl. 5,8'-10'deep in place LF 10 $ /A .60 $ \'Po.QO 52 12"RCP,Cl. 5,0'-8'deep in place LF 605 $ /b. $ t 0,10 i 53 12"RCP, Cl. 5, 8'40'deep in place LF 35 $ /(p- 70 $ 5 -t.`JO 54 Remove&salvage ex. 18"RCP LF 160 $ f• 5-0 $ c3L-1000 55 Remove&dispose of ex. 18"L.R.bends EA 4 $ / . $ (p 56 Install salvaged 18"RCP LF 100 $ „sr.) $ Cab 57 Std. 8'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ 3 30/3•°C' $ 3) 58 Std. 6'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ 2037-11 �a $ •co 59 Std.6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 $ / 6-75. .00 $ ��.`j•C.� 60 Std. 5'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B casting in pl. EA 1 $ ( 4 $ L yam. .CYC 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. 66 18"RCP,with R1642B cstg. in place EA 1 $ qq-5' $ 0'}Lk5S3C 62 Std.4'dia.MH(Plate 1-10)w/R1642B cstg. in place EA 2 $ e3C4 k(' $ 63 Std.4'dia. CBMH(Plate 1-16),constructed over ex. 18"RCP w/R3067V cstg. in pl. EA 1 $ log) C)° $ 55120.wb P-4 64 Std. 4'dia. CBMH(Plate 1-16)w/R3067V casting in place 0� EA 4 $ 9eo 65 Std. 4'dia. CBMH(Plate 1-16)w/R3290A casting in place EA 1 ALJ -C D 66 Precast high capacity CB(Plate 1-32)w/R1737 casting in place EA 1 $ /40 Q� 67 Precast high capacity CB(Plate 1-32A) � w/R1737 casting in place EA 68 2'x3'precast CB(Plate 1-19)with R3067V casting in place EA 7 $ .Od $ 69 Manhole depth, 8'dia. greater than 8' LF 2 1......s3.2„( $ 70 Manhole depth,6'dia. greater than 8' C� LF 8 $ 2(6 .6(1 71 Manhole depth, 5'dia. greater than 8' , $ 1 LF , 9 72 Manhole depth,4'dia. Pgreater than 8' LF 2 73 Patch hole in ex. 36"RCP from removed 18" RCP,complete per specs. 1 =.—_.!- O ,dd $ LS AO•C'X.) 74 Remove ex. surmountable conc. curb&replace w/B618 conc. curb&gutter at SS-14A LF 30 .4.___212_2_°_2 75 Reconstruct ex. structure per $ � •� specificatons LF 13 $ /OS • cid 76 Adjust ex. structure per specifications EA 2 $ /2( 91 77 Remove&salvage beehive cstg.from ex. structure SS-9 EA 1 $ c) 78 Furnish&install new R1642B cstgs.for ex. J(JCCI $ ,O� structures SS-8&SS-9 EA 2 1.....1.62C-22 $ 79 Improved pipe fnd. mtl.,6"thick in p1. LF 1,200 $ .Sp $ 80 Remove&replace ex. silt fence C3�'1-[''`C1 LF 200 81 Erosion control system in place per Standard Plate SP-64 LF 250 $ , �O $ 82 Erosion control system inplace � ,'C-� per Standard Plate SP-89 LF 200 $ Z-`S22 83 Erosion control system for CB protection per Standard Plate SP-104 in pl. EA 13 pa $ 55120.wb P-5 • • IP 84 Erosion control system for high capacity CB protection per specifications in place EA 2 $ OD Od $ 01 -° 85 Seeding, incl. seed,mulch,fertilizer,&disk anchoring AC 0.15 $ J_).Oa $ —7Zs,oa 86 Emergency overflow swale grading&sod restoration as per specifications Z Os SY 550 $ ,��, $ 2goO .CY) Total Part 4-Storm Sewer $/ 2 0 6. de / Part 5-Street Improvements 87 Remove bituminous surfacing SY 2,675 $ 3 a 88 Saw cut ex.bituminous surface LF 140 $ O.STD $ tc 89 Remove ex. conc. curb&gutter LF 730 $ Z._3n $ 1 c0-1G•C. 90 Remove ex. set of double barricddw EA 1 $ 2.5"0 .0a $ �C�•C;t7 91 Relocate existing street light EA 1 $ Zr CO, $atom-cc 92 Subgrade preparation-new streets SY 1,400 $ . 75- $ l .CCD 93 Subgrade prep.-reconst. area, incl. salv. & respreading ex. Cl. 5&grading,per spec. SY 2,350 $ 3 $ 9.29'7 SO 94 Core excavation 36'wide LF 1,850 $ 3, 76 $ /O 092,c � � 95 Aggregate backfill in place TN 5,600 $ y. 70 $ 96 Class 5 gravel base in place TN 3,800 3,800 $ y. 70 $ 1't.�cf3CC 97 4"PPVC, SDR 26 drain line in p1. LF 200 $ /Z.00 98 Cut-in 4"PPVC to structure EA 4 $ Zoo,c5 99 Bit. base course mix.,Type 31,in pl., 1995 TN 780 $ '-� 2 /• I° $ 1 c01c0g -cSJ 100 Bit.wear course,Type 41, in pl., 1996 TN 750 $ 2y,C $ 101 Bit.material for tack coat in pl. GL 430 $ / ' .Sb $ (1C3---n•c2C- 102 Surmountable conc. curb&gutter in pl. LF 3,830 $ 9,.s__3 $ ‘"1 103 B618 conc.curb&gutter in pl. LF 250 $ 104 Bituminous curbing,machine laid LF 130 $ . Oa 105 Remove&replace conc. curb&gutter, 1996 LF 120 $ 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 $ 2S 00 $ `--1' 5 C C) 107 Blvd. grading per Spec.Prov. No. 16 HR 25 $ ?s.oa $ /O,s-, M 55120.wb O P-6 1 108 Sodding with 4"topsoil SY 400 $ 9 00 $ /6 oo .06 109 Seeding of blvds. incl. mulch&disk anch. AC 1.5 $ /30'Q , $60 225 .� 110 Preparation of bit.base as specified LS 1 $ /757) ,0O $ 0,50 ) .O) 111 Bobcat with operator HR 15 $ 0 0 $ I/zS- ,00 112 Pickup broom with operator HR 15 $ -7`t',O0 $ ii 2S,Op Total Part 5 -Street Improvements $/01/3-65:VO Total Part 1 -Sanitary Sewer $ zi/(3-rki ./ �` � Total Part 2-Water Main � $ 1113 � Total Part 3 -Services Total Part 4-Storm Sewer $ 62' OO(o , Total Part 5-Street Improvements $/rv�hS`(/.() Total Base Bid $ /69g6 55120.wb P-7 .. ., . . ,.. II • The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ /3 7 , which is at least five percent (5%) of the amount of my/our bid/made payable to the Owner, 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 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. It is understood that bids may not be withdrawn for a period of 45 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 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Valley Paving, Inc. (An Individual) , ' e (A Partnership) x`11„�Ii_ //// Si: er Division anager Title Douglas G. Vetter Printed Name of Signer 55120.wb P-8 • . jCQY Bonestroo Bidder R A� C4 Rosen N �,9�vt� N Total Base Bid S { C 1 Antierlik& -� ) � �J Associates Address 5700 13 p,��- - Telephone No. P9y—,??-00 Engineers&Architects Cl State,Zip ./ St.Paul•Milwaukee ty6)1"- q /t MN) Sc 7y Fax No. 994f— 3 zo7 PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,MINNESOTA 1995 Opening Time: 11:00 A.M., C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP, Cl. 52, 10'- 12'deep in pl. LF 20 $ p�3, p Q $ ii6o , 0-0 2 8"PVC, Schedule 26, 10'- 12'deep in place with specified bedding LF 15 $ $ c 5a . 00 3 8"PVC, Schedule SDR 26, 12'- 14'deep ,l in place with specified bedding LF 35 $ l6, g v $ 5R� C)v 4 8"PVC, Schedule SDR 26, 14'- 16'deep in place with specified bedding LF 130 $ /4, - ( $z/81/ (�v 55120.wb P_1 . , • III 5 8"PVC, Schedule SDR 26, 16'- 18'deep //,, in place with specified bedding LF 75 $ /IP, V $ ! 4'0 ,6 0 6 8"PVC, Schedule SDR 35,0'-8'deep in place with specified bedding LF 20 $ ) 3 -50 $ <71--70. 7 8"PVC, Schedule SDR 35, 8'- 10'deep in place with specified bedding LF 100 $ 15 , GO $1 S5O. CO 8 8"PVC, Schedule SDR 35, 10'- 12'deep in place with specified bedding LF 165 $ 13, S0 $ 7 -z--7. SO 9 8"PVC, Schedule SDR 35, 12'-14'deep in place with specified bedding LF 65 $ /3 , 50 $ g 7 7. SO 10 Construct std. 4'dia.MH,8'deep,over ex. 8" VCP sewer,w/R1642B cstg. in pl. EA 1 $ 1290 o 0 $ 129o - 0 6 11 Std. 4'dia.MH, 8'deep,w/R1642B cstg. in pl. EA 5 $ g 7 D, 0 0 $ 00- 0 0 12 4'dia.MH depth greater than 8'deep LF 25 $ "d - 0 ° $ /75).- D 0 13 8"x4"PVC, Schedule SDR 26,wye branch in place with bedding EA 1 $ *dip $ � 0D 14 8"x4"PVC, Schedule SDR 35,wye branch in place with bedding EA 7 $ 2)a, 0 C) $ ,1R0. 0 O 15 Reconstruct ex. structures per specifications LF 4 $ 115- 0 O $ /t70 , D C0 16 Adjust ex. structures per specifications EA 6 $ /3O. 0 0 $10 Re. o o 17 Improved pipe fdn. mtl.,6"thick in pl. LF 600 $ /, 50 $ o'0. DO 18 1-1/4"clear rock for mud break in pl. TN 140 $ /0. 0 0 $ / 0 0. 6 0 19 Traffic control,all phases of work incl. all signs,barricades,flagpersons,flashers&all else necessary LS 1 $ /0 OO. co $ /000 - 00 Total Part 1 -Sanitary Sewer $ c2 3/ R,7� I00 Part 2-Water Main 20 6"DIP, Cl. 52,7-1/2'min. cover in pl. LF 820 $ /3. 50 $ //, 070-0 6 21 6"gate valve and box in place EA 1 $ 3115 DO $ 31/g, CO 22 5"valve hydrant in place EA 4 $ 1150 00 $ 1600. 0 0 23 Valve box extension in place LF 2 $ `sz) , CO $ /00- O 0 55120.wb P-2 • 24 Reconstruct ex.valve box per specifications LF 8 $ 4 S< $ x(00- ao 25 Adjust ex.valve box per specifications EA 4 $ i q6 - (-1) $ 560 . 00 26 WB-67 hydrant barrel extension in place LF 2 $ �3©. 1) V $ O U O 27 C.I.fittings in place LB 1,100 $ (7 . go $ x'80 . o d 28 Cut into ex. 8"DIP&place 8"x6"tee complete in pl, including tee EA 1 $ 3(o r 0 ° $ "365. D O 29 Cut into ex. 6"DIP&place 6"x6"tee complete in pl, including tee EA 2 $ 510- 01) $ ho , o O 30 Cut-in to ex. 6" CIP EA 1 $ .j 0-0 $ �a�- 0 V 31 Remove ex. 6"CIP incl. disposal LF 270 $ ,. (9 Q $ /5/01 . 0 0 32 Plug existing 6" CIP EA 1 $ 33 Improved pipe fnd. matl,6"thick in pl. LF 700 $ O. 0 ( $ 1,0 O 34 Seeding,incl. seed,mulch,fertilizer&disk anchoring AC - 0.2 $ 600 • at $ 3000 • v Total Part 2-Water Main $<=1-1) 603q.00 Part 3-Services 35 2"corporation stop tapped into ex. 6"DIP, incl. tapping saddle,complete in place per specifications EA 3 $ 1-1 f , 00 $ 51.3 • 00 36 2"curb stop and box in place EA 3 $ 7 b • 0 0 $ 1 pro - 00 37 2"Type"K"copper water service in same trench with sanitary sewer service LF 220 $ (b• 60 $ 09 38 1"corporation stop in place EA 26 $ 145, 00 $ O il-1b • D 39 1"curb stop and box in place EA 26 $ 0. 00 $ 2_026 , 00 40 1"Type"K"copper water service in same trench with sewer service LF 1,500 $ 7' £ © $ (I) /00. 0 C) 41 Core drill ex. 8" VCP and place 8"x 4"PVC saddle as per specifications EA 21 $ ,60. 0 O $ 53 6,0. 00 42 4"PVC, Schedule 40, sewer service in same trench with water service, incl. specified bedding LF 1,600 $ 7. v 0 $ ll ,a 00. C 0 55120.wb P-3 • . 43 Improved pipe fdn. mtl.,6"thick in pl. LF 1,400 $ V . 0( $ v 44 4"PVC in-line cleanout, Schedule 40,complete in-place,including marker EA 3 $ G-6 , 01) 45 Insulate 1"copper,4"thick,complete in pl. SF 100 $ Total Part 3 -Services $ 3� (tea 9- Q0 Part 4-Storm Sewer 46 27"RCP, Cl. 4,8'-10'deep in place LF S0 $ ` (5 ) 47 27"RCP, Cl. 4, 10'-12'deep in place LF 30 $ qq, 0 $ /3zo. 0-0 48 27"RCP, Cl. 4, 12'-14'deep in place LF 75 $ (o $350, 49 18"RCP,Cl. 5, 8'-10'deep in place LF 20 $ - 0 U 50 15"RCP, Cl. 5,0'-8'deep in place LF 385 ad‘ o $ 9024o .00 51 15"RCP, Cl. 5,8'-10'deep in place LE 10 $ alb, 0 0 $ ,P60•- 00 52 12"RCP, Cl. 5,0'-8'deep in place LF 605 53 12"RCP, Cl. 5,8'-10'deep in place LF 35 $ o13, U U $ gos• 0 0 54 Remove&salvage ex. 18"RCP LF 160 $ ,r , (o C1 $ g94 • vd 55 Remove&dispose of ex. 18"L.R. bends EA 4 $ f U 0 56 Install salvaged 18"RCP LF 100 $ 13 ° $ !30 0 - 0 57 Std.8'dia. MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ 33'750-Cl) $ .5-7�0•(TU 58 Std. 6'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B cstg. in pl. EA 1 $ $ ZZ RS: 6-0 59 Std.6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 $ 2-(SO- (S) $ 2(8d - (fes 60 Std. 5'dia.MH(Plate 1-10)constructed over ex. 36"RCP,w/R1642B casting in pl. EA 1 $ b $ 1770 _ o0 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. 18"RCP,with R1642B cstg. in place EA 1 $ h70 . $ / 77b _ Qa 62 Std. 4'dia.MH(Plate 1-10)w/R1642B cstg, in place EA 2 $ /41/0* 00 63 Std. 4'dia. CBMH(Plate 1-16),constructed over ex. 18"RCP w/R3067V cstg. in pl. EA 1 $ /1 0c, (j) $ 60 i( 8s • 55120. P-4 °a ° • 64 Std. 4'dia. CBMH(Plate 1-16)w/R3067V casting in place EA 4 $ i f gc , G U $ 4/71/b- (J 6 65 Std. 4'dia, CBMH(Plate 1-16)w/R3290A casting in place EA 1 $ I V c,CI0 $ (f<s-. 0-0 66 Precast high capacity CB(Plate 1-32)w/R1737 casting in place EA 1 $ Il?0 • (JZ) $ //7 0'0-0 67 Precast high capacity CB(Plate 1-32A) w/R1737 casting in place EA 1 $ 1/70, Q-6 $ 7(76 • (lV 68 2'x3'precast CB(Plate 1-19)with R3067V casting in place EA 7 $ 'i17', $ 69 Manhole depth,8'dia.greater than 8' LF 2 $ 340- (Jr' $ COg$ - 0 O 70 Manhole depth,6'dia. greater than 8' LF 8 $ (405. 0 6 $ )3, D• Cr° 71 Manhole depth,5'dia. greater than 8' LF r+! 9 $ J l S, 0 v $ 10 3S, Q () 72 Manhole depth,4'dia. greater than 8' LF 2 $ 50 $ /1/3- 3. OCA 73 Patch hole in ex. 36"RCP from removed 18" RCP,complete per specs. LS 1 $ ZIO- CTO $ ZCT,D , 74 Remove ex. surmountable conc.curb&replace wB618 conc.curb&gutter at SS-14A LF 30 $ 2-0- CJ 0 $ (p00 - U 0 75 Reconstruct ex. structure per specificatons LF 13 $ 90. 0 l) $ 7/70- 0 6 76 Adjust ex. structure per specifications EA 2 $ /11-0 - 0 U $ 02g0.00 77 Remove&salvage beehive cstg.from ex. structure SS-9 EA 1 $ 96. 0 0 $ 9o. 0 C 78 Furnish&install new R1642B cstgs.for ex. structures SS-8&SS-9 EA 2 $ 1$D-0 d $3(170- 00 79 Improved pipe fnd. mtl.,6"thick in p1. LF 1,200 $ b. 01 $ /a 0 0 80 Remove&replace ex. silt fence LF 200 $ , 0 6 $ p 0 • O D 81 Erosion control system in place per Standard Plate SP-64 LF 250 $ a , v2 U $ S0 - 0 O 82 Erosion control system in place per Standard y Plate SP-89 LF 200 $ /, (7 5 $ 3 30 - 0 0 83 Erosion control system for CB protection per ,` Standard Plate SP-104 in pl. EA 13 $ y 0 4 0 $ 6-020 - 0 d 55120.wb P-5 • • 84 Erosion control system for high capacity CB � protection per specifications in place EA 2 $ "�i1 ' a?) $ t)- 0--c' 85 Seeding,incl. seed,mulch,fertilizer,&disk U U anchoring AC 0.15 $ (5j 00 . LD $ ZOr 86 Emergency overflow swale grading&sod restoration as per specifications SY 550 $ ' 8 b $ 1160 - 06 Total Part 4-Storm Sewer $-76356/ 0) 76336, 0) Part 5-Street Improvements 87 Remove bituminous surfacing SY 2,675 $ I' $ o/,7 5 0 88 Saw cut ex.bituminous surface LF 140 $ ,3j• 01) $ 70�O- (rO 89 Remove ex.conc. curb&gutter LF 730 $ i" $ /D 95- 0 0 90 Remove ex. set of double barricddlW EA 1 $ -2-4O. 6d $ 204 - OD 91 Relocate existing street light EA 1 $ ,n00— in) $ .43v0, 01) 92 Subgrade preparation-new streets SY 1,400 $ D' 35 $ *Po, OZ) 93 Subgrade prep.-reconst. area,incl. salv. & respreading ex. Cl. 5&grading,per spec. SY 2,350 $ ()• 0 $ g9'(9 . 5 () 94 Core excavation 36'wide LF 1,850 $ ✓r CD $ 5550, 0 0 95 Aggregate backfill in place TN 5,600 $ • 0 0 $ as L//p0- O 0 96 Class 5 gravel base in place TN 3,800 $ .5 . SD $ 4o, %DO. eo 97 4"PPVC, SDR 26 drain line in pl. LF 200 $ /O. O O $ ,� 000 .. oO 98 Cut-in 4"PPVC to structure EA 4 $ /00. 0O $ • 0 O 99 Bit.base course mix.,Type 31,in pl., 1995 TN 780 $ cl-- `00 $ /9, SD 0 0 100 Bit.wear course,Type 41,in pl., 1996 TN 750 $ a5. .3 0 $/$ i 975, DO 101 Bit. material for tack coat in pl. GL 430 $ /, A0 $ 57 6,, 0 O 102 Surmountable conc.curb&gutter in pl. LF 3,830 $ 9, 1-O $ Jto,i 084 ' O 0 103 B618 conc. curb&gutter in pl. LF 250 $ 2 - 5 O $ ,2_/,,ac. D d 104 Bituminous curbing,machine laid LF 130 $ 7, 5 O $ S-RS' 0 0 105 Remove&replace conc. curb&gutter, 1996 LF 120 $ /5 0 0 $ 1500' 00 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 $ a 5. 6 0 $ !9. 25' 107 Blvd. grading per Spec.Prov.No. 16 HR 25 $ ---5--0 0 $ 1375. b C 55120.wb P-6 • • 108 Sodding with 4"topsoil SY 400 $ , 6._v $ -CTO I . .• 109 Seeding of blvds. incl. mulch&disk anch. AC 1.5 $ • - _ '4 $ (,�—7 S i0 (� 110 Preparation of bit.base as specified LS 1 $ .A0°41- $ tt O 111 Bobcat with operator HR 15 $ 5v - (5-0 $ 75 . vb 112 Pickup broom with operator HR 15 $ S 0 - c5 0 $ Total Part 5-Street Improvements $ ab Total Part 1 -Sanitary Sewer $ 3, VII, 00 Total Part 2-Water Main $ .94) /03q,DO Total Part 3 -Services $ 3 ) Total Part 4-Storm Sewer $ 7/I 0D Total Part 5 -Street Improvements $ /426/VS• 7.5 Total Base Bid $ 7g 4 3/7 5 55120.wb P_7 • • The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash • - •osit in the amount of $ , which is at least five perce (5% of the amount of my/our bid made payable to the Owner, and the same is subjec o 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 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. It is understood that bids may not be withdrawn for a period of 45 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 45 days after the date set for the opening of bids. Respectfully submitted, A Corporat.. ) ALI .jj-fie4 (An In.ividual) Na e (A Partnership) r-d.sic",2, Signrd 111 I 4-pc.> -- Title Printed Name of Signer 55120.wb P_8 w44% ' rt. Bonest Rosene Bidder , V-�hc�C� r C / f_Total Base Bid 3k_t 1 Z`t ION Andel:" & Address L44 V41 1 6) . Telephone No. !�e'�— (�// Associates ) �� �� P ��,, 11[ Engineers&Architects City, State,Zip CV5" ) Jj „� 4. Fax No. L — 7 St.Paul•Milwaukee PROPOSAL VALLEY VIEW ESTATES-PHASE II UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS,MINNESOTA 1995 Opening Time: 11:00 A.M.,C.D.S.T. Opening Date: Friday,April 7, 1995 Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, Minnesota 55082 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studies the plans and specifications for the work including Addenda Nos. 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 you and Bonestroo, Rosene, Anderlik& Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP, Cl. 52, 10'- 12'deep in p1. LF 20 $ /01-23 $ (p( — 2 8"PVC, Schedule 26, 10'- 12'deep in place with specified bedding LF 15 $ y. i0 $ '�/ .5U 3 8"PVC, Schedule SDR 26, 12'- 14'deep in place with specified bedding LF 35 $ i IO $ /19 50_ 4 8"PVC, Schedule SDR 26, 14'- 16'deep in place with specified bedding LF 130 $ $ 17l0 55120.wb P-1 , • • 5 8"PVC, Schedule SDR 26, 16'- 18'deep jU a�� in place with specified bedding LF 75 $ 6 8"PVC, Schedule SDR 35,0'-8'deep $ D in place with specified bedding LF 20 ___6_______e_. 7 8"PVC, Schedule SDR 35,8'- 10'deep $ OU in place with specified bedding LF 100 $ 8 8"PVC,Schedule SDR 35, 10'- 12'deep S g $ _27 in place with specified bedding LF 165 $ . 9 8"PVC,Schedule SDR 35, 12'-14'deep $ in place with specified bedding LF 65 1_21____L--1 . 10 Construct std. 4'dia.MH,8'deep,over ex.8" EA 1 $ U vG $ OD VCP sewer,w/R1642B cstg. in pl. 5 1_2/12/2122-- // ,��U-- $ 11 Std. 4'dia.Mi,8'deep,w/R1642B cstg.in p1. EA 25 $ �� /� — 12 4'dia.MH depthgreater than 8'deep LF 13 8"x4"PVC,Schedule SDR 26,wye branch in $ CSU 'O- _J place with bedding EA 1 $ 8"x4"PVC, Schedule SDR 35,wye branch in v° f� 14 7 $ $ J EA DO e ���fl� QD place with bedding 4 $ -64"----- ---Z-1,‘, �' _��== Reconstruct ex.structures per specifications LF �i $jj 15 6 $ / p $ EA 16 Adjust ex.structures per specificationsLF 600 1__L--=-____-- $ 18 1-1/4" clear rock for mud break in pl. TN 140 6"thick in p1. UU 17 Improved pipe fdn.mtl., �,� $ $ 19 Traffic control,all phases of work incl.all s barricades,flagpersons,flashers&all ,ll DU sign , 1 $l J vO- $ -.— LS 1_-- 1.1.-0--9-0-5---a else necessary Total Part 1 -Sanitary Sewer Part 2-Water Main 820 $ `L,O6 $ `J LF �� OD A022-__ 20 6"DIP,Cl. 52,7-1/2'min•cover in p1. $ EA 1 $ ? d UU 21 6" gate valve and box in place 4 $ i ��Od ___41‘20-1-1- 23 CJ place EA v� 1_2_6_6 Od 22 5"valve hydrant in 2 $ 23 Valve box extension in place LF P-2 55120.wb , , - III • specifications LF 8 24 Reconstruct ex.valve box per 4 �vQ U (�h $ 25 Adjust ex.valve box per specifications EA $ �i _U U $ �� � 2 $ 2�5 26 WB-67 hydrant barrel extension in place LF' � �O 27 C.I.fittings in place 4.2--g—LB 1,100 $ iri Cut into ex. 8"DIP&place 8"x6"tee DD $ �L' U 28 1 $ /_ �� L/ 1 including tee EA complete in p, 29 Cut into ex. 6"DIP&place 6"x6"tee 2 lila—) ®U $ Uv D 1 including tee EAU �() complete in p , /1 — $ ��Q EA 1 $ 30 Cut-in to ex. 6" CIP p- /22 Do 31 Remove ex. 6" LF 270 $ CIP incl. disposal -- 32 Plug existing 6" EA 1 $ �—U $ r1 CIP 0 l $ ?60 33 Improved pipe fnd. mat!,6"thick in p1. LF 700 $ 34 Seeding,incl. seed,mulch,fertilizer&disk --- £ . 0.2 $tel�d - $ 12Q� p ACQ anchoring _$.24722,22-1 Total Part,2-Water Main Part 3-Services 35 2" corporation stop tapped into ex.6"DIP, incl.tapping saddle,complete in place $ l D�D QD EA 3 1_3_4_62_6'.-6 0 per specifications ()U $ 7_52 EA 3 $ • 36 2"curb stop and box in place 37 2"Type"K" copper water service in same 220 ° S ��� DD trench with sanitary sewer service LF $ Q $ 38 111 EA 26 1.___,21____D__corporation stop in place EA 26 $ �� 9►_c�il� 39 1" curb stop and box in place 40 1"Type"K"copper water service in same v $ c22460_12—°°— DO trench with sewer service LF 1,500 $ 41 Core drill ex.8"VCP and place 8"x 4"PVC saddle as perpce EA 21 $ 112-97-2--- $�g D specifications ifications 42 4"PVC,Schedule 40,sewer service in same trench with water service,incl. specified �[/� DD LF 1,600 $ 7� IL,-. �! bedding P-3 55120.wb • • 43 Improved pipe fdn.mtl.,6"thick in pl. LF 1,400 $ i l( 44 4"PVC in-line cleanout, Schedule 40,complete / D® D6 in-place,including marker EA 3 $ of(6 $ 100 $ > � $ ��d 45 Insulate 1" copper,4"thick,complete in p1. SF � Total Part 3 -Services / Part 4-Storm Sewer50 1_49:7— ---- �f $ � ,/��5� 46 27"RCP,Cl. 4,8'-10'deep in place LF ��. $ ��9a LF 30 $ 47 27"RCP,Cl. 4, 10'-12'deep in place 4_____192—L—__ $ ��/ �5' LF 75 $ Qd 48 27"RCP,Cl. 4, 12'-14'deep in placeO!� $ &:3,0 / LF 20 $ QQ 49 18"RCP,Cl. 5,8'-10'deep in place D 141 -6-- �, 15" Cl. 5 0'-8'deep in place LF 385 $ r� 50 RCP,C 1___ __I-:.)_-___62 QQ $ ��Q 00 LF 10 g l 15"RCP,Cl. 5,8'-10'deep in place $/3 4_____291:-51-2�g�`� LF 605 $ �� S7� 52 12"RCP,Cl. 5,0'-8'deep in place 1_2&2_-____-P-- ��� _ LF 35 1_;.2121L--___—() 53 12"RCP,Cl. 5,8'-10'deep in place QU � 1_14?0 54 Remove&salvage ex. 18" LF 160 $RCP ( $ �OQ Q Q O 55 Remove&dispose of ex. 18" EA 4 $L.R.bends / �G $ /hDO 56 Install salvaged 18"RCP LF 100 $ /.. 1)-g--- J 57 Std.8'dia.MH(Plate 1-10)constructed over ex. 36Q } RCP w/R1642B cstg.in pl. EA 1 $ 2 t L�°-2- D / — , 58 Std. 6'dia.MH(Plate 1-10)constructed over 1 12_6:______ __. / �U $ lv ex. 36"RCP,w/R1642B cstg.in pl. EAOD 59 Std.6'dia.MH(Plate 1-10) with R1642B cstg. oflo,J`.- $ / in place EA I $ to 60 Std. 5'dia.MH(Plate 1-10)constructed over 1 $ 1.95 ---e— $ Z '0�aD ex. 36"RCP,w/R1642B casting in pl. EA 61 Std. 5'dia.MH(Plate 1-10)constructed over ex. $ ���v0 18"RCP,with R1642B cstg.in place EA 1 $ /�,3s�O 62 Std.4'dia.MR(Plate 1-10)w/R1642B cstg. $ A 190 in place EA 2 1114Q2____--°— 63 Std. 4'dia. CBMH(Plate 1-16),constructed over OD Dd ex. 18"RCP w/R3067V cstg. in pl. EA 1 1.1, 6--_' $ P4 55120.wb , . . II • , , 64 Std. 4'dia.CBMH(Plate 1-16)w/R3067V casting in place �C7 EA 65 Std.4'dia. CMH(Plate 1-16)w/R3290A $ casting in place EA 1 l ia� 66 Precast high capacity CB(Plate 1-32)w/R1737 casting in place EA 1 $ /lo`/ $ j O 67 Precast high capacity CB(Plate 1-32A) $ w/R1737 casting in place EA 1 12 68 2'x3'precast CB(Plate 1-19)with R3067V 5Ov $ 3350 EA 7 $ casting in place LF 2 2. OD -$1------------72- �Q ly LF 8 $ 69 Manhole depth,8'dia. greater than 8' dU $ _ 70 Manhole depth,6'dia. greater than 8'greaterthan 8'dia.' DU $ 0 t 71 Manhole depth,5LF ,1e 9 $ 1_12 U 72 Manhole depth,4'dia. greater than 8' LF 2 $ 73 Patch hole in ex.36"RCP from removed 18" $ �� DD RCP,complete per specs. LS 1 $ .C70 74 Remove ex.surmountable conc.curb&replace 30 $ $ gutter at SS-14A LF _//// C� wB618 conc.curb& 13 $��O`�vU 1121/1P—L-2 75 Reconstruct ex.structure per specif►catons LF 2D specifications Adjust ex. structure per EA 77 Remove&salvage beehive cstg.from ex. dD 1---1(2-9-- ----1)�D �U EA 1 $ structure SS-9 78 Furnish&install new R1642B cstgs.for ex. $ � �� EA 2 $ '�'4-- _ D structures SS-8&SS-9 $ _ 1,200 $ � 79 Improved pipe fnd.Intl.,6"thick in pl. LF 80 Remove&replace ex. $ silt fence LF 200 $ 81 Erosion control system in place per Standardj� $ 41C -)5131LF 250 — D Plate SP-64 82 Erosion control system in place per Standardl� $ 00 LE 200 $ Plate SP-89 83 Erosion control system for CB protection per �D S-��U Standard Plate SP-104 in pl. EA 13 1_____ _2----C'-)- P-5 55120.wb , , II III for highcap 84 Erosion control systemacity CB 2 $ .6.V 66 11101242 protection per specifications in place EA mulch,fertilizer,8r. disk � ®d $ � � 85 Seeding,incl. seed, e .6---- (� b _ AC 0.15 anchoring 4--L 86 Emergency overflow swale grading&sod SY 550 $ i i____ ______2-5- �5 — restoration as per specifications $ Total Part 4-Storm Sewer Part 5-Street Improvements LF 140 $ SY 2,675 ^ �� — 87 Remove bituminous surfacing Z,t� $ 88 Saw cut ex.bituminous surface 730 $ -••• ' '.(0.2- ���' 1�Z. LF 89 Remove ex. conc.curb&gutter 1 � _ ,a' Z9 - -- lOuer- EA [c� 0 .©� 90 Remove ex. set of double barric�dw 1 $ t��� .� $ EA 91 Relocate existing street light 92 Subgrade preparation-new streets SY 1,400 $ $ t 3 ade re reconst.area,incl.salv.& 7 O $ (� 3 ,�b 93 Subgr p p" SY 2,350 $ 18 ,�0 respreading ex. Cl. 5&grading,per spec. , ® � $ LF 1,850 $ 94 Core excavation 36'wide 2 $ Zy, 2 ©� TN 5,600 $ `+.3 $ Z(v WZ.©b 95 Aggregate backfill in place TN 3,800 $ � Class 5 gravel base in place $ ---Z°.(f.)96 200 $ � 4 LF �g2.Co 97 4"PPVC,SDR 26 drain line in p1. 4 $ lbs EA $ `�O #._ 99 98 Cut-in 4"PPVC to structure 780 $ ._____Z:14.-_-21—ii,99 Bit.base course mix.,Type 31,in p1., 1995 'TN Q� TN 750 $ Type41,in p1., 1996 'O $ (p 100 Bit.wear course, 430 $ / GL 4��3.�P 101 Bit.material for tack coat in pl. $ i gutter in pl. LF 3,830 $ n�' $ ` S� 102 Surmountable conc.curb& 250 $ . J________-_----$ 2" in p1. LF 103 B618 conc.curb&gutter � $ 4 2 '�- 104 Bituminous curbing,machine laid LF 130 $ 191-_____, -)3 tter, 1996 LF 120 $ :,_ 105 Remove&replace conc.curb&Su 106 Furnish&install sign panels,Type C, Z2_1C___) ® $ '' , SF 6.25 $ ( 06 high intensity grade 25 _ - - --- $ 107 Blvd. grading per Spec.Prov.No. 16 HR Ly.SO `�r� CC P4 55120.wb . 410 1110 2 20 10P,C) ,CC, Sy 400 " 0(, 1 y �' AC 1.5 $ 108 Sodding with 4" topsoil ,wA — COC,.‘ $ ��� 109 Seeding of blvds. incl.mulch&disk anch. �� $ � � �( LS 1 110 Preparation of bit.base as specified 15 $���G��`;� $ � Y JAM HR � 111 Bobcat with operator :'-____ ___--L. — ��� � 15 HR 112 Pickup broom with operator $ `?� �, ��j Total Part 5 -Street Improvements -- Total Part 1 -Sanitary Sewer $p� Total Part 2-Water Main $ - Total Part 3 -Services $ ,j l � � Total Part 4-Storm Sewer $13�►� ' Total Part 5 -Street Improvements Ill c� 112-4___. 'f--"CS- P-7 Z9 , Ci S Total Base Bid P-7 55120.wb 410 n the The final amount of the contract shall be determined by multipelyying the final measured rices quantities of the various itemsin the specifications.ally Hoeverythe low bidder shall unit therefor, in the manner prescribed be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check oramount of e amount of $ which is at least fivepercent(5%) of the my/our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on1 the part da s of ft hre unds submgned to execute the prescribed contract and bond within fifteen(15) Y 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 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. date It is understood that bids may not be withdrawn for a period of 45 dreserves after thght to and time set for the opening of bids. Ithree lowest bidderst is unerstood that the Oas determined by the Owner ri retain the certified check.or bond of the for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (2411rLndirfteitta4 Name 11. rr (A-Partnership) Signer {• l Title Printed Name of Signer 1)-855120.wb