Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Preconstruction meeting minutes, bid results and contract documents
2335 Highway 36 W St.Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com Bonestroo 2009 Mill and Overlay Oak Park Heights Preconstruction Meeting Minutes 1. Introduction 2. Project Description — This project consists of mill and overlay and reclamation of various streets within the City of Oak Park Heights. 3. Contracts Status a. Bid Date — May 20, 2009 b. Award Date - May 26, 2009 4. Addendums —Addendum No. 1: Change Note 1 to the following: RECLAIM EXISTING BITUMINOUS PAVEMENT (TYPICAL DESIGN SECTION = 2.0" WEAR COURSE, 8" RECLAIMED AGGREGATE). a. Alternates—The City Council elected to award Alternate 1. i. Alternate 1 — Norell Avenue North (Mill and Overlay) 5. Project Manual Contracts a. Plans b. Specifications 6. Contract Administration a. Public Bid Project— City Design b. Project Inspector Role — Chris Long will be the project inspector and will coordinate surveying needs, and produce the contractor requests for payment. 7. Completion Date(s) a. Substantial Completion: July 17, 2009 b. Final Payment: July, 31, 2009 8. Permits a. Minnesota Department of Transportation (MnDOT) Permit for Installation of Utilities or Miscellaneous Work on Trunk Highway Right of Way b. Minnesota Department of Transportation (MnDOT) Permit for Drainage Permit c. Washington County Right of Way Permit 9. Easements 10. Surveying a. Bonestroo will supply the necessary surveying and staking. 11. Private Utilities a. Xcel — Electric b. Xcel — Gas c. Qwest d. Comcast/AT&T e. Other 12. City/Owner Infrastructure — All City-owned infrastructures will be properly located by the City during construction. 13. Contact People & Phone Numbers a. Contractor Contact Person and Phone Number b. Contractor Emergency Contact and Phone Number c. Foreman d. Safety 14. Contractors Schedule: a. Start Date b. Number of Crews c. Start Location d. Hours/Days of Work— 7 am to 7 pm, Monday through Friday. e. Schedule Submittal 15. Subcontractors List 16. Suppliers/Submittals 17. Erosion Control a. Temporary b. Permanent 18.Traffic Control a. Project Specific b. Advance Notice — The City shall be notified at least 2 days prior to the use of traffic control or lane closures. c. Detour— Should not be needed. d. Temporary Stop Signs, etc. — Use as required to complete construction. 19. Specification/Project Specific Issues 20. Payments a. Processing (inspector or contractor furnished quantities) b. Monthly/Cut-off Date — Quantities shall be furnished to the inspector at the latest 1 week prior to the council meetings, which are the 2nd and 4th Tuesday of the month. The requests for payment will be supplied, at the latest, to the City on the Thursday prior to the council meeting. c. Change Orders d. Claims for Extra Work— Provide per Conditions of Contract. 21. Project Completion a. Initial Inspection b. Project Walk Through c. Punch List (Final Inspection) d. Substantial Completion Document 22. Notice to Proceed Preconstruction Meeting.-----------------'-----'—'-----'------------------------------` 2335 Name: Oak ' 1 � Project ' Heights `^~="""r s�pav'mm55oy ' ` Client Name: City of Oak park ' Tel 651-636-4600 - mmVs1-636-13z : Bonestroo nFilallo' 55-09157-0 � vm*~.hmvyunm.00m __-__—'--_-____�—_—_—__�_- Date of Meeting: Thursday, June 4, 2009 : T�meofMeeting: 10:00 AM : . Location of Meeting: Oak Park Hehgh�;Cd U City � � . mleuer@towerasphalt.com • Eric Johnson - City of Oak Park Heights eajohnson@cityofoakparkheights.com . . City of Oak Park Heights . Scott . . ruppert@cable.comcast.com �_—'--__-_______--- '-_-'_-_--_-'--__�----_-'---'_---_'---'__----- _' Hans Wenthe Xcel Energy hans.j.wenthe@xcelenergy.com — ` ���Dennis er --------'-------'—'-----'---'---------� ------------------------�-------- • Postler • Bonestroo • dennh;.pm�]mr�>bonestn��.comm � Chris Lono'------'---------�---'--'---'---------- ----�---'------�----�------�----- ' Cnr� u��� ' Bonestroo ' chris. . . Please feel free to call with any questions. My direct dial phone number is 651-604-4808. Sincerely, Chris Long Bonestroo 2335 Highway 36 W St.Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com May 27, 2009 _ f 149i 20 Bonestroo Mr. Richard A. Anderberg 2� u9 Tower Asphalt, Inc. 15001 Hudson Road Lakeland, MN 55043 Re: City of Oak Park Heights, Minnesota 2009 Mill and Overlay Project Project No. 000055-09157-0 Contract Documents Enclosed are four Contract Documents between you and the City of Oak Park Heights covering the above- referenced Project. Please complete Specification Document 00520 Agreement Form, Document 00610 Performance Bond, and Document 00615 Payment Bond. The insurance and indemnity requirements shall be provided. After the bonding company has completed the Contract Documents, forward all four copies to the attorney listed below who will review them for the City of Oak Park Heights: Mark Vierling Eckberg Lammers Briggs Wolff& Vierling PLLP 1809 Northwestern Avenue#110 Stillwater, MN 55082-7521 After the necessary officials have signed the Contracts, they will be distributed as follows: 2 copies Tower Asphalt, Inc. (1 - your file, 1 - your bond company) 1 copy City of Oak Park Heights, Attention: Jennifer Thoen-Pinski 1 copy Bonestroo, Attention: Dennis Postler Upon receipt of a signed Contract and a filed Certificate of Insurance, approved by the City of Oak Park Heights's attorney, a pre-construction conference will be scheduled with you and the City of Oak Park Heights to review the Project. Sincerely, BONE TROO Dennis M. Poster, P.E. Enclosures: Four Contract Documents St.Paul cc: Jennifer Thoen-Pinski, City of Oak Park Heights St.Cloud Rochester Mark Vierling, City Attorney Milwaukee Chicago Engineering Planning Innovation 2335 Highway 36 W V 7, St.Paul,MN 55113 47O9 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com Bonestroo May 27, 2009 Ms. Jennifer Thoen-Pinski City of Oak Park Heights 14168 Oak Park Boulevard P.O. Box 2007 Oak Park Heights, MN 55082-3007 Re: 2009 Mill and Overlay Project Project No. 000055-09157-0 Return of Original Bids Dear Ms. Thoen-Pinski: Enclosed are all of the original Bids and Bid Securities that were received on the above-referenced Project. We have retained a copy of only the low Bid for our files. Sincerely, BONESTROO fir-- f, Dennis M. Postler, P.E. Enclosures St.Paul St.Cloud Rochester Milwaukee Chicago BIDDER: uJ.� I ®/J//I10 ��� Bonestroo DOCUMENT 00410 BID FORM 2009 MILL AND OVERLAY PROJECT NO. 000055-09157-0 OAK PARK HEIGHTS, MINNESOTA 2009 THIS BID IS SUBMITTED TO: City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082-3007 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at,or contiguous to, the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. 000055-09157-0 ®2009 Bonestroo 00410-1 BID FORM E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations, investigations,explorations,tests,studies,and data concerning conditions(surface,subsurface,and Underground Facilities)at,or contiguous to,the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder, including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations, investigations, explorations, tests,studies,and data with the Bidding Documents. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. 1. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature, against Owner, Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000055-09157-0 ®2009 Bonestroo 00410-2 BID FORM 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price PART 1- NORELL AVENUE NORTH (MILL AND OVERLAY): M �CC� 1 MOBILIZATION LS 1 $ 3 9 d3/X) d$ !® V" 2 TRAFFIC CONTROL LS 1 $ 1000/ 00 $ /000/00 3 SAWING BITUMINOUS PAVEMENT LF 175 $ 1/ 00 $ /7 J'C0 4 MILL BITUMINOUS PAVEMENT(2" DEEP) SY 1900 $ /00 $ 3200,CO 5 ADJUST MANHOLE CASTING,INCLUDING EA 3 $ 1/00I CO $ )A00/CI C NEW HDPE ADJUSTING RINGS 6 REMOVE AND REPLACE CONCRETE CURB LF 35 $ 3C9 CO $ Joceloo AND GUTTER --] 7 CRACK REPAIR, 1'WIDE MILL(1.5" LF 175 $ 11/4 /00 0 $ 700'00 DEPTH) 8 BITUMINOUS MATERIAL FOR TACK COAT GAL 95 $ 106 $ MO/60 9 TYPE MV 3 WEARING COURSE MIXTURE TN 240 $ 5S1 co $ )J 1 O,Oo (E) 10 4"SOLID LINE,WHITE EPDXY LF 250 $ 0,50 $ 1 A/`®d 11 4" BROKEN LINE,WHITE EPDXY LF 150 $ C`SO $ 75:6240 12 4"DOUBLE SOLID LINE,YELLOW EPDXY LF 215 $ //4`' $ g I f/3O 13 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 2 $ I d'5/O0 $ 501 14 SEEDING, MIX 270 SY 30 $ /1 0° $ 30,0 0 000055-09157-0 ®2009 Bonestroo 00410-3 BID FORM ■ I No. Item Units Qty Unit Price Total Price I 15 HYDROMULCH SY 30 $ ../C5O $ / O/0© TOTAL PART 1-NORELL AVENUE $ I 2Q NORTH(MILL AND OVERLAY) PART 2-60TH STREET COURT NORTH (MILL AND OVERLAY): 16 MOBILIZATION LS 1 $ /0001°C $ /Oiv,cv 17 TRAFFIC CONTROL LS - 1 $ 50()!0a $ ©®,©o 18 SAWING BITUMINOUS PAVEMENT LF 80 $ 1i CO $ FO C) ) 19 REMOVE BITUMINOUS DRIVEWAY SY 50 $ 1010o $ 5-061 CQ 20 MILL BITUMINOUS PAVEMENT(1 1/2" SY 925 $ id 0 $ /g 56),©o DEEP) 21 ADJUST CATCH BASIN CASTING, EA 1 $ i 5�i 0 $ ,5ac '4 INCLUDING NEW HDPE ADJUSTING RINGS 22 REMOVE AND REPLACE CONCRETE CURB LF 40 $ 30,06) $ nGY,,4) AND GUTTER � 23 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ Si 00 $ ZyOOJOd DEPTH) 24 BITUMINOUS MATERIAL FOR TACK COAT GAL 50 $ i 100 $ Jc/Qc 25 TYPE LV 3 WEARING COURSE MIXTURE TN 100 $ 5g100 $ 5200/00 (B) 26 SEEDING,MIX 270 SY 20 $ /i OO $ G1 o,oo 27 HYDROMULCH SY 20 $ Ei O0 $ l ao,Co TOTAL PART 2-60TH STREET COURT $ I3, p oo,.oc (MILL AND OVERLAY) J PART 3-OREN AVENUE NORTH(MILL AND OVERALY W/INTEGRAL BIT. �f 28 MOBILIZATION LS 1 $ im��e1 $ JiJ(Oo, 29 TRAFFIC CONTROL LS 1 $ 3OC,ao $ �®0/QQ 30 SAWING BITUMINOUS PAVEMENT LF 400 $ I/ 9O $ (Q CO/00 31 REMOVE BITUMINOUS CURB LF 1600 $ // 56 $ t1oo,cc 000055-09157-0 ©2009 Bonestroo 00410-4 BID FORM INo. Item Units Qty Unit Price Total Price I 32 REMOVE CONCRETE SIDEWALK SF 200 $ .1 00 $ /061/610 33 REMOVE BITUMINOUS PAVEMENT SY 250 $ 5,00 $ J,.),5®f 34 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 2700 $ 9 /®v $ ✓�0QrOo 35 ADJUST MANHOLE CASTING, INCLUDING EA 4 $ I/00160 $ goo/co NEW HDPE ADJUSTING RINGS 36 ADJUST VALVE BOX EA 1 $ 51'I e© $ C'1/.6)C 37 CRACK REPAIR, 1'WIDE MILL(1.5" LF 250 $ 1.1/ 00 $ 1000/00 DEPTH) / /� 38 BITUMINOUS MATERIAL FOR TACK COAT GAL 150 $ // 56 $ ,a.5 Qo 39 TYPE LV 3 WEARING COURSE MIXTURE TN 400 $ Yg/0o $ 34°01'°° (B),INCL INTEGRAL BITUMINOUS CURB J /�,.� 40 CONCRETE FLUME SF 125 $ ` v/� C )/ $ /1 5®i 00 41 4"CONCRETE SIDEWALK SF 200 $ ti/9---O $ )30J/oa 42 CLASS III RANDOM RIPRAP CY 10 $ 1 a/06 $ 5wX° 43 SILT FENCE, MACHINE SLICED LF 100 $ 3100 $ 300,00 44 SEEDING, MIX 270 SY 700 $ 6 /00 $ 7aa/©a 45 HYDROMULCH SY 700 $ O` 5D $ 350/X TOTAL PART 3-OREN AVENUE $j_4/4, 01° NORTH(MILL AND OVERLAY W/INTEGRAL BIT.CURB) ige,LAt5L. PART 4-58TH STREET NORTH(MILL 2 J 224C)O,61° AND OVERLAY): 46 MOBILIZATION LS 1 $ .141160700 $ /1401"1159(" 47 TRAFFIC CONTROL LS 1 $ , ethw $ 5-oQi oO 48 SAWING BITUMINOUS PAVEMENT LF 150 $ //CO $ JO,CO 49 MILL BITUMINOUS PAVEMENT(1 1/2" SY 3400 $ IRO $ 5.7g61/69 f,Da 50 ADJUST MANHOLE CASTING,INCLUDING EA 6 $ $ GOr CO NEW HDPE ADJUSTING RINGS 000055-09157-0 ©2009 Bonestroo 00410-5 BID FORM INo. Item Units Qty Unit Price Total Price I 51 ADJUST VALVE BOX EA 1 $ d4 5400 $ 5-a/ 52 REMOVE AND REPLACE CONCRETE CURB LF 90 $ 30,00 $ ` oozoo AND GUTTER 53 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ 14 Oo $ NO®<Q0 DEPTH) 54 BITUMINOUS MATERIAL FOR TACK COAT GAL 200 $ I/ 60 $ .30O/co 55 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ c%/'d Q $ f (J 1©c/Q° (B) 56 SEEDING, MIX 270 SY 60 $ //00 $ 0 0`Qa 57 HYDROMULCH SY 60 $ 5/610 $ 306 00 TOTAL PART 4-58TH STREET NORTH $ _AMMO I 4,1ae' (MILL AND OVERLAY) 3 1 i/cI PART 5-OSMAN AVENUE NORTH (RECLAIM): IjCoioos 58 MOBILIZATION LS 1 $ 1 I‘©,0O 59 TRAFFIC CONTROL LS 1 $ 52k',0e $ .5-00,-00 60 SAWING BITUMINOUS PAVEMENT LF 40 $ 1, 00 Q0 $ J-10100 0100 61 REMOVE CONCRETE SIDEWALK SF 170 $ pS/ 00 $ 34/600 62 REMOVE BITUMINOUS DRIVEWAY SY 50 $ /6161 $ 9.56/0 63 RECLAIM BITUMINOUS PAVEMENT SY 800 $ )40 $ / 6(.0,QG 64 SUBGRADE PREPARATION-STREET SY 800 $ 01/63C7 $ 16aai 00 65 REMOVAL OF EXCESS RECLAIM MATERIAL CY 50 $ 5;60 60 $ , ®>00 66 ADJUST MANHOLE CASTING, INCLUDING EA 1 $ ija®j 60 $ '/as d a NEW HDPE ADJUSTING RINGS G 67 TYPE LV 3 NON WEARING COURSE T N 75 $ J5'.//40 $ " i I J/'X MDCRJRE(B) 68 TYPE LV 3 WEARING COURSE MIXTURE TN 75 $ Ov $ 1-11g-5,40 (B) 69 BITUMINOUS MATERIAL FOR TACK COAT GAL 40 $ If 90 $ 44 6° 70 B618 CONCRETE CURB AND GUTTER LF 440 $ 1'1 °O $ 711g0/60 000055-09157-0 ®2009 Bonestroo 00410-6 BID FORM INo. Item Units Qty Unit Price Total Price I 71 4"CONCRETE SIDEWALK SF 170 $ 7 00 $ / / /O/00 72 SAW AND SEAL LF 160 $ 4, 5O $ / ziOO 73 SEEDING,MIX 270 SY 250 $ if 00 $ fi'ct 00 74 HYDROMULCH SY 250 $ O l 5-v $ ).9-c/6 75 STORM DRAIN INLET PROTECTION PER EA 2 $ IS-a%a0 $ 3oa>00 STANDARD DETAIL ERO-4C $ )1).1 57 /10 PART 5-OSMAN AVENUE NORTH(RECLAIM) PART 6-BREKKE PARK PARKING LOT (RECLAIM): 76 MOBILIZATION LS 1 $ 13CO/W $ /3061 do 77 TRAFFIC CONTROL LS 1 $ 560l CO $ 5-iX1y60 78 SAWING BITUMINOUS PAVEMENT LF 35 $ MO $ 350° 79 REMOVE AND REPLACE CONCRETE CURB LF 45 $ 30,a) $ 135400 AND GUTTER 80 RECLAIM BITUMINOUS PAVEMENT SY 2600 $ I/ 50 $ 37ao,od 81 SUBGRADE PREPARATION-STREET SY 2600 $ 1/ 5-0 $ 3 ooloo 82 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ 5o/oo $ / 70dal 2O (B) //�� 83 BITUMINOUS MATERIAL FOR TACK COAT GAL 130 $ (.J r C' t l $ I /3 O 84 36"CONCRETE VALLEY GUTTER LF 50 $ 35;e0 $ 17 5v/00 85 SAW AND SEAL LF 800 $ 31).5" ,).J $ I goo,00 86 4"SOLID LINE,WHITE PAINT LF 325 $ `1,40 $ 87 PAVEMENT MESSAGE, HANDICAPPED EA 2 $ { 5l�� $ /car 00 SYMBOL-PAINT /y 88 SEEDING,MIX 270 SY 30 $ /CO $ 3e,0 0 89 HYDROMULCH SY 30 $ 5,60 $ 150,00 000055-09157-0 ©2009 Bonestroo 00410-7 BID FORM No. Item Units Qty Unit Price Total Price 90 STORM DRAIN INLET PROTECTION PER EA 1 $_ I.SO,()C $ f ca oc STANDARD DETAIL ERO-4C TOTAL PART 6- BREKKE PARK $3,A)341130 PARKING LOT(RECLAIM) BASE BID: TOTAL PART 1- NORELL AVENUE NORTH $ (MILL AND OVERLAY) Q /f TOTAL PART 2-60TH STREET COURTH ©o(J$ °©c (MILL AND OVERLAY) TOTAL PART 3-OREN AVENUE NORTH $ r ♦0, 00 (MILL AND OVERLAY W/INTEGRAL BIT. CURB) TOTAL PART 4-58TH STREET NORTH $ 3415)1410° (MILL AND TOTAL PART 5E OS AN AVENUE NORTH $ i'I 51 5OO (RECLAIM) O TOTAL PART 6-BREKKE PARK PARKING $ LOT(RECLAIM) e//j TOTAL BASE BID $ 1-1g)005; ALTERNATE NO. 1-NORELL AVENUE NORTH(MILL AND OVERLAY): � 91 MOBILIZATION LS 1 $ 3 �/g�/ $ 3d'®®`Qe, 92 TRAFFIC CONTROL LS 1 $ 5o©,0d $ .5od,00 93 SAWING BITUMINOUS PAVEMENT LF 225 $ J,oc $ 9'..5.../610 94 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 6500 $ lib-0 $ 9 { 5:CU90 95 ADJUST MANHOLE CASTING, INCLUDING EA 3 $ 6100/640 $ /*0 C,oo NEW HDPE ADJUSTING RINGS n �°h �y �" 96 ADJUST VALVE BOX EA 2 $ a 5VIOIO $ J o©r do 97 REMOVE AND REPLACE CONCRETE CURB LF 60 $ 3O do $ f' ôô,cci AND GUTTER Q` Q� 98 CRACK REPAIR, 1'WIDE MILL(1.5" LF 600 $ Sek©U $ (X/(0)00 DEPTH)99 BITUMINOUS MATERIAL FOR TACK COAT GAL 325 $ // 'P° $ f"/ v 7150 100 TYPE MV 3 WEARING COURSE MIXTURE TN 850 $ 55/ Do $ 1-1 510e)40 (E) /�► 101 4"SOLID LINE, WHITE EPDXY LF 350 $ v / 5 $ 07. 5e 000055-09157-0 ®2009 Bonestroo 00410-8 BID FORM I No. Item Units Qty Unit Price Total Price l 102 4"BROKEN LINE,WHITE EPDXY LF 460 $ c, -5 $ 11500 103 4"DOUBLE SOLID LINE,YELLOW EPDXY LF 675 $ 0, 5,g,5,g, $ .3.5'L z1O 104 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 4 $ 0-5/00 $ .®c',CO EPDXY 105 PAVEMENT MESSAGE, RIGHT TURN EA 2 $ t5;D° $ 7/OC ARROW-EPDXY Q 106 24"SOLID STOP LINE(BAR),WHITE LF 30 $ V/ oc® $ )1‘)/610 EPDXY 107 SEEDING, MIX 270 SY 40 $ 1/aD $ 144e)° 108 HYDROMULCH SY 40 $ /I dU $ aOC,Oo TOTAL ALTERNATE NO. 1-NORELL $ 7) )11‘,40 AVENUE NORTH(MILL AND OVERLAY) / BID SUMMARY: TOTAL BASE BID $ 17g�Qo�6O TOTAL ALTERNATE NO. 1 - NORELL $ /W AVENUE NORTH(MILL AND OVERLAY) 000055-09157-0 0 2009 Bonestroo 00410-9 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on M A Y 9'0 , If Bidder Is: An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: 000055-09157-0 02009 Bonestroo 00410-10 BID FORM A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: A Corporation Corporation Name: --TO(.0ER 145/ ,41,4.L 7 2 ti-- i (SEAL) State of Incorporation: Mi/v/v „J5671 Type(General Business,Pro essional,Service,Limited Liability): By: I. _If •10 �� � ,L_ (Signature) , Name(typed or printed): I I6 hale,Q AAA) f EiG Title: Attest (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O. Box#'s): U 500 ID�Q�(l�Qr�,4�j J-/4RE� ihj/44 4 çi'13 Phone No.: ‘c( 1/3 P/yy Fax No,: Zf/"3Z—Z 15 000055-09157-0 ®2009 Bonestroo 00410-11 BID FORM A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name(typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name(typed or printed): Title: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: Phone and Fax Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership,and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 000055-09157.0 ©2009 Bonestroo 00410-12 BID FORM • THE AMERICAN INSTITUTE OF ARCHITE}( T$ AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Tower Asphalt, Inc. 15001 Hudson Road, Lakeland, MN 55043 as Principal, hereinafter called the Principal, and Federal Insurance Company 15 Mountain View Road, Warren, NJ 07059 a corporation duly organized under the laws of the State of IN as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Blvd. N., Oak Park Heights, MN 55082 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount 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 2009 Mill and Overlay 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 materials 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 20th day of May , 2009 rlite/64 flan'n Tower Asphalt, Inc. (P ' cipal) (Seal) (Witness) :4 Ail Mike Le, President (Tine) Federal Insurance Company (Suret) `, (Seal) (Witness) �� � B /t .9__ _1,J� .L� Attorney-n- act Lin.a French (Title) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 ACKNOWLEDGMENT OF CORPORATION State of MINNESOTA ) ) ss. On this 20th day of May 2009 County of HENNEPIN ) before me appeared Mike Leuer to me personally known, who, being by me duly sworn, did say that he is the President of TOWER ASPHALT, INC. , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, (If 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 Mike Leuer acknowledged said instrument to be the free act and deed of said corporation. N • )111WP litir.x NICOLE NELSON Notary Public County, • s. NOTARY PUBLIC-MINNESOTA My commission expires My Commission Expires Jan.31,2010 orAm.AmikowmAmowmmlymmommNs ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ) ) ss. On this 20th day of May 2009 County of HENNEPIN ) before me appeared Linda K. French to me personally known, who, being by me duly sworn, did say that he is the Attorney-in-Fact of FEDERAL INSURANCE COMPANY a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Linda K. French acknowledged said instrument to be the free act and deed of said corporation. " • Notary Public County, ':iff: NICOLE NELSON My commission expires 4e, 1 NOTARY PUBLIC•MINNESOTA •;j..te My Commission Expires Jan.31,2010 W It ICChubb POWER Federal Insurance Company Attn: Surety Department ' OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 CHUBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Mary L. Charles, R. Scott Egginton, R.W. Frank, Linda K. French, Joshua R. Loftis, John P. Martinsen, Donald R. Olson, John E. Tauer and Bruce N. Telander of Minneapolis, Minnesota --------------------------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 8th day of March,2005 /e-,t4,1-1,e. 1�-1. I/:<"'G G- of i / i Kenneth C.Wendel,Assistant Secretary Job '.Smith,Vice Presi•- STATE OF NEW JERSEY ss. County of Somerset On this 8th day of March,2005 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that he is acquainted with John P.Smith,and knows him to be Vice President of said Companies;and that the signature of John P.Smith,subscribed to said Power of Attorney is in the genuine handwriting of John P.Smith,and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal Olt a r,NOTARy�-` � B.i + Notary Public,Sioto of Now Jers y No.?321097 �t - _a�J PUBLt�� ��Expire*Chi 4s,2009 _ Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this May 20, 2009 4,0sAnc,. /'OFMHIrr,, 4yuanace . tell Z: '''\ 3 1 I 13 •%MOP. 4nC00%. .--7EW'OS..• /214 /4/("*ZZ Kenneth .Wendel,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety @chubb.com Form 15-10-0225B-U (Ed.5-03) CONSENT E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations, investigations,explorations,tests,studies,and data concerning conditions(surface,subsurface,and Underground Facilities)at, or contiguous to,the Site which may affect cost,progress, or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations, tests,studies,and data with the Bidding Documents. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner, Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000055-09157-0 ©2009 Bonestroo 00410-2 BID FORM 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. • Item Units Qty Unit Price Total Price PART 1-NORELL AVENUE NORTH (MILL AND OVERLAY): 1 MOBILIZATION LS 1 $ )nm°° $ I (OO.CI) 2 TRAFFIC CONTROL LS 1 $ 310M.' $ 3CO°° 3 SAWING BITUMINOUS PAVEMENT LF 175 $ 1.03 $ 1OO,a5 4 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 1900 $ 1,65 $ 3 1 3 J.°D 5 ADJUST MANHOLE CASTING, INCLUDING EA 3 $ 3 b5.65 $ IOC!05 NEW HDPE ADJUSTING RINGS 6 REMOVE AND REPLACE CONCRETE CURB LF 35 $ 1 G .51 $ 6 81 qW AND GUTTER 2 7 CRACK REPAIR, 1'WIDE MILL(1.5" LF 175 $ 3, $ 548.75 DEPTH) 3.°9 y 8 BITUMINOUS MATERIAL FOR TACK COAT GAL 95 $ AC13.55 9 TYPE MV 3 WEARING COURSE MIXTURE TN 240 $ ( ) .61 $ 1 16%.8° (E) C 10 4"SOLID LINE,WHITE EPDXY " I F 250 $ ` 5 a $ 130.�� 11 4" BROKEN LINE,WHITE EPDXY LF 150 $ ► $ 1.3�0 12 4"DOUBLE SOLID LINE,YELLOW EPDXY LF 215 $ I .o5 $ X5,75 13 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 2 $ la," $ asi.' 14 SEEDING, MIX 270 SY 30 $ •61 $ '000 000055-09157-0 ©2009 Bonestroo 00410-3 BID FORM f INo. Item Units Qty Unit Price Total Price I 15 HYDROMULCH SY 30 $ :10 $ Ao po TOTAL PART 1-NORELL AVENUE $ Q4i3 5Fs8,3f) NORTH(MILL AND OVERLAY) PART 2-60TH STREET COURT NORTH (MILL AND OVERLAY): 16 MOBILIZATION LS 1 $ g/15.°° $ 315. Ob 17 TRAFFIC CONTROL LS 1 $ 9°° $ Sad,°° 18 SAWING BITUMINOUS PAVEMENT LF 80 $ I .°3 $ .Q 0° 19 REMOVE BITUMINOUS DRIVEWAY SY 50 $ $ �d3 20 MILL BITUMINOUS PAVEMENT(1 1/2" SY 925 $ 1. 65 $ I 5cr%d5 DEEP) 21 ADJUST CATCH BASIN CASTING, EA 1 $ 515 Oa $ 515.°6 INCLUDING NEW HDPE ADJUSTING RINGS 22 REMOVE AND REPLACE CONCRETE CURB LF 40 $ 19 51 $ Aga�° AND GUTTER Aa 23 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ 3.°9 $ gal.M DEPTH) 2 C 24 BITUMINOUS MATERIAL FOR TACK COAT GAL 50 $ 3, $ I5y.JD 25 TYPE LV 3 WEARING COURSE MIXTURE TN 100 $ ba $3 $ 10•483.C° (B) 26 SEEDING,MIX 270 SY 20 $ 3.b I $ 1 c4.°1 b 27 HYDROMULCH SY 20 $ (9?0 $ I 3/4.0b TOTAL PART 2-60TH STREET COURT $ (aMI,15 (MILL AND OVERLAY) PART 3-OREN AVENUE NORTH(MILL AND OVERALY W/INTEGRAL BIT. CURB): 28 MOBILIZATION LS 1 $ 15(n.CID $ I 500 UO 29 TRAFFIC CONTROL LS 1 $ I an°0 $ I 30 SAWING BITUMINOUS PAVEMENT LF 400 $ 1.p $ I la. 31 REMOVE BITUMINOUS CURB LF • 1600 $ 1S $ "(�1 la,00 000055-09157-0 O 2009 Bonestroo 00410-4 BID FORM . I ' ' No. Item Units Qty Unit Price Total Price 32 REMOVE CONCRETE SIDEWALK SF 200 $ 1 5'1 $ I J `t 33 REMOVE BITUMINOUS PAVEMENT SY 250 $ 3.05 $ ma 50 34 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 2700 $ l ?c $ 3(23•°° 35 ADJUST MANHOLE CASTING, INCLUDING EA 4 $ 3gO5 $ 15LI5 OO NEW HDPE ADJUSTING RINGS 36 ADJUST VALVE BOX EA 1 $ q 7 55 $ 4i. 37 CRACK REPAIR, 1'WIDE MILL(1.5" LF 250 $ J.�� $ 1 Id SO DEPTH) 38 BITUMINOUS MATERIAL FOR TACK COAT GAL 150 $ oa�6 $ 00 39 TYPE LV 3 WEARING COURSE MIXTURE TN 400 $ 100,46 $ c q 1Oq OD (B), INCL INTEGRAL BITUMINOUS CURB 40 CONCRETE FLUME SF 125 $ 6.L14 Q 4 $ (�05.OD 35 41 4"CONCRETE SIDEWALK SF 200 $ 3. $ D IL) 42 CLASS III RANDOM RIPRAP CY 10 $ 11;5 $ / U.5° 43 SILT FENCE, MACHINE SLICED LF 100 $ n� . $ .OO 44 SEEDING, MIX 270 SY 700 $ ' $ 11tUI' 45 HYDROMULCH SY 700 $ g1,63 $ 0 1,OD TOTAL PART 3-OREN AVENUE $ L1c) 1.3' NORTH(MILL AND OVERLAY W/INTEGRAL BIT.CURB) PART 4-58TH STREET NORTH(MILL AND OVERLAY): l, • 46 MOBILIZATION LS 1 $ �("OO $ (300.00 47 TRAFFIC CONTROL LS 1 $ l9.8, 5 $ 1q05 48 SAWING BITUMINOUS PAVEMENT LF 150 $ .O`� TU $ 1511.56 49 MILL BITUMINOUS PAVEMENT(1 1/2" SY 3400$ 1, CI $ 43(6 DEEP) // �} 22 50 ADJUST MANHOLE CASTING,INCLUDING EA 6 $ tp.55 $ a37a.J NEW HDPE ADJUSTING RINGS 000055-09157-0 0 2009 Bonestroo 00410-5 BID FORM INo. Item Units Qty Unit Price Total Price I 51 ADJUST VALVE BOX EA 1 $ �� g 5 $ q'].85 52 REMOVE AND REPLACE CONCRETE CURB LF 90 $ 16.,q8 $ 1 LiS 3 a° AND GUTTER (� 53 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ %3.°9 $ _12 DEPTH) 54 BITUMINOUS MATERIAL FOR TACK COAT GAL 200 $ $ 5(6.0° 55 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ 6I .c) $ r3)n n.6`) (B) 2 rr 56 SEEDING, MIX 270 SY 60 $ 3,U $ r) i kb° /�.� 00 57 HYDROMULCH SY 60 $ $ '1 Lf, TOTAL PART 4-58TH STREET NORTH $ 33q' I,(70 (MILL AND OVERLAY) PART 5-OSMAN AVENUE NORTH (RECLAIM): 58 MOBILIZATION LS 1 $ - n b!5. $ 815.00 59 TRAFFIC CONTROL LS 1 $ 110'05 $ I 101,A-5 60 SAWING BITUMINOUS PAVEMENT LF 40 $ I.O3 $ q .a0 61 REMOVE CONCRETE SIDEWALK SF 170 $ I ,°3 $ 175. 1° 62 REMOVE BITUMINOUS DRIVEWAY SY 50 $ ,58 $ jac,00 3 63 RECLAIM BITUMINOUS PAVEMENT SY 800 $ I ,I $ 1O9.°D • 64 SUBGRADE PREPARATION- STREET SY 800 $ 1." $ I$hg.01° 65 REMOVAL OF EXCESS RECLAIM MATERIAL CY 50 $ (0,03 $ �3l l 50 66 ADJUST MANHOLE CASTING,INCLUDING EA 1 $ 3G05 $ 3(16,55 NEW HDPE ADJUSTING RINGS 67 TYPE LV 3 NON WEARING COURSE TN 75 $ %04 s $ 511k).5° MIXTURE(B) 68 TYPE LV 3 WEARING COURSE MIXTURE TN 75 $ 1(.3t. $. 5'7 I b (B) cc11 69 BITUMINOUS MATERIAL FOR TACK COAT GAL 40 $ $ �a 1� 70 B618 CONCRETE CURB AND GUTTER LF 440 $ { ,o q $ L q .6 0 000055-09157-0 ®2009 Bonestroo 00410-6 BID FORM INo. Item Units Qty Unit Price Total Price I 71 4"CONCRETE SIDEWALK SF 170 $ 3.35 $ 5CI .O 72 SAW AND SEAL LF 160 $ ,°(a $ 3. 9 60 73 SEEDING, MIX 270 SY 250 $ •S8 $ 4 5,6° 74 HYDROMULCH SY 250 $ .3 $ I a 0,06 I115 75 STORM DRAIN INLET PROTECTION PER EA 2 $ $ ,Q1 6 30 STANDARD DETAIL ERO-4C TOTAL PART 5-OSMAN AVENUE $ 4(4 Ot-13. NORTH(RECLAIM) PART 6-BREKKE PARK PARKING LOT (RECLAIM): 76 MOBILIZATION LS 1 $ q-15 60 $ l ai5.tlb 77 TRAFFIC CONTROL LS 1 $ of I 63,c5° $ a 163.00 78 SAWING BITUMINOUS PAVEMENT LF 35 $ 1 0 3 $ 2� 65 ' a1 79 REMOVE AND REPLACE CONCRETE CURB LF 45 $ 1 b,118 $ 7'1 1.6a AND GUTTER 80 RECLAIM BITUMINOUS PAVEMENT SY 2600 $ 1.1-5 $ aG 38.*) 81 SUBGRADE PREPARATION-STREET SY 2600 $ Q 1 $ o OD 82 TYPE LV 3 WEARING COURSE MIXTURE TN 340$ ( I .86 $ o� IOW • (B) 83 BITUMINOUS MATERIAL FOR TACK COAT GAL 130 $ os,Co b $ C 'b 1.8° 84 36"CONCRETE VALLEY GUTTER LF 50 $ Q (°6 $ 1 133,bO 85 SAW AND SEAL LF 800 $ 17 D $ 13!U-00 86 4"SOLID LINE,WHITE PAINT LF 325 $ $ l ,d 3 $ 31:15 '1'),a ,1 o�y 87 PAVEMENT MESSAGE, HANDICAPPED EA 2 $ L ' $ 0.1b17 SYMBOL-PAINT 88 SEEDING,MIX 270 SY 30 $ 3.(O I $ 10'3.30 --- 89 HYDROMULCH SY 30 $ (0. $ Ro I,06 000055-09157.0 ©2009 Bonestroo 00410-7 BID FORM INo. Item Units Qty Unit Price Total Price 1 90 STORM DRAIN INLET PROTECTION PER EA 1 $ I 0 S.15 $ 103 .15 STANDARD DETAIL ERO-4C /� TOTAL PART 6-BREKKE PARK $ 3105q.15 i�y 15 PARKING LOT(RECLAIM) BASE BID: TOTAL PART 1-NORELL AVENUE NORTH $ a�5s 4 O g b (MILL AND OVERLAY) TOTAL PART 2-60Th STREET COURTH $ 1 e 'lq.)5 (MILL AND OVERLAY) ?,5 TOTAL PART 3-OREN AVENUE NORTH $ 5 S• (MILL AND OVERLAY W/INTEGRAL BIT. CURB) TOTAL PART 4-58TH STREET NORTH $ 33a Id 7b (MILL AND OVERLAY) ' I TOTAL PART 5-OSMAN AVENUE NORTH $ -1O-I3.°) (RECLAIM) TOTAL PART 6-BREKKE PARK PARKING $ 3 (-7 U31 .'S LOT(RECLAIM) TOTAL BASE BID $ 1-109 .15 ALTERNATE NO. 1-NORELL AVENUE NORTH(MILL AND OVERLAY): 91 MOBILIZATION LS 1 $ 1506.(1) $ 1500.6° 92 TRAFFIC CONTROL LS 1 $ a� Oi°° $ 2981," 93 SAWING BITUMINOUS PAVEMENT LF 225 $ 1.°3 $ c31.15 94 MILL BITUMINOUS PAVEMENT(2" DEEP) SY 6500 $ I s 13 $ 1 31)5• 95 ADJUST MANHOLE CASTING,INCLUDING EA 3 $ 31655 $ 11 S 1 b5 NEW HDPE ADJUSTING RINGS c� 96 ADJUST VALVE BOX EA 2 $ 10� I5 $ a 16,3° 97 REMOVE AND REPLACE CONCRETE CURB LF 60 $ 1(0.1-18 $ m O AND GUTTER r' 98 CRACK REPAIR, 1'WIDE MILL(1.5" LF 600 $ 2 0 O9 $ I Q O Ji.° DEPTH) 0 Co 99 BITUMINOUS MATERIAL FOR TACK COAT GAL 325 $ Q' $ // 5 V ba//9 100 TYPE MV 3 WEARING COURSE MIXTURE TN 850 $ lob 15 $ 50(n.50 (E) (p (] 0 101 4"SOLID LINE, WHITE EPDXY LF 350 $ 1 $ -I I. 000055-D9157-0 ®2009 Bonestroo 00410-8 BID FORM No. Item Units Qh/ Unit Price Total Price I 102 4"BROKEN LINE,WHITE EPDXY LF 460 $ , (1:) $ I I"I.6O 103 4"DOUBLE SOLID LINE,YELLOW EPDXY LF 675 $ i�� $ 3b'-I.50 104 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 4 $ 1 a 0. 5 $ 5 15 Gb EPDXY 105 PAVEMENT MESSAGE, RIGHT TURN EA 2 $ I aV 5 5 $ a5� ° ARROW- EPDXY G Ili 106 24"SOLID STOP LINE(BAR),WHITE LF 30 $ 0 a�� $ a ?1..) EPDXY 2 107 SEEDING, MIX 270 SY 40 $ 3[O 1 $ j q 4.q° 108 HYDROMULCH SY 40 $ .13 $ a bs,D° TOTAL ALTERNATE NO. 1 -NORELL $ 1S2-616-1° AVENUE NORTH(MILL AND OVERLAY) BID SUMMARY: TOTAL BASE BID $ 1 -2609 IS TOTAL ALTERNATE NO. 1-NORELL $ 158g D•7° AVENUE NORTH(MILL AND OVERLAY) 000055-09157-0 ®2009 Bonestroo 00410-9 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on rn( AO ,20 d. If Bidder Is: An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: 000055-09157-0 ®2009 Bonestroo 0041010 BID FORM A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: A Corporation Corporation Name: 1 .S(,1 j Is l el I Sons I 11C. (SEAL) 00 State of Incorporation: in I f1 r\LSntq Type(General Business, Professional,Service,Limited Liability): Q911Q,1/1d 111 S3 By: 41E—Aa,t • (Signature) Name(typed or printed): 2c)r_, S-ari I ex Title: C o o Attest Ct. (CORPORATE SEAL) (Signat of Corporate Secretary) Business Street Address(No P.O. Box#'s): (1370 L 'COLLI 310 !tb St Pal,-) m N 55109 Phone No.: 5 i-1 /�� 1 3 1 3 Fax No.: 65) -177-73q3 000055-09157-0 ®2009 Bonestroo 00410-11 BID FORM • A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name(typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name(typed or printed): Title: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: Phone and Fax Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership,and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 000055-09157-0 ®2009 Bonestroo 00410-12 BID FORM Bid or Proposal Ohio Farmers Insurance Co. One Park Circle, PO Box 5001 Bond Westfield Companies Westfield Center, Ohio 44251-5001 KNOW ALL MEN BY THESE PRESENTS, THAT WE, T. A. SCHIFSKY& SONS, INC. 2370 E. Highway 36, North St. Paul, MN 55109 as Principal, and the OHIO FARMERS INSURANCE COMPANY, an Ohio corporation, with Principal Office at Westfield Center, Ohio, as Surety, are held and firmly bound unto the City of Oak Park Heights 14168 Oak Park Blvd., Oak Park Heights, MN 55082 as Obligee, in the penal sum of 5% of the Amount of Bid DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. SIGNED This Thirteenth day of May 2009 WHEREAS the said Principal is herewith submitting proposal for 2009 Mill and Overlay Project No 000055-09157-0 Bid Opening: May 20, 2009 10:00 AM NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal shall exe- cute a contract and give bond for the faithful performance thereof, if required, within days after being notified in writing of the award of such contract to Principal.or if the Principal or Surety shall pay the Obligee the sum. not exceeding the penalty hereof, by which the amount of the contract entered into in good faith covering the said proposal, property and lawfully executed by and between the Obligee and some third party, may exceed the amount bid by Principal, then this obligation shall be void; otherwise it shall remain in full force and effect. T. A. SCHIFSKY& SONS, INC. Principal By G e Rtz Vic esident Y O. • FARMERS IN#40 RA COMPANY By Dor• h VSZ zed ski Attorney-in-fact BD 5048•L(11197) , r 1008—Acknowledgment by Corporation or Association. theviaed 1927) Milicr-Davie Co.,atinnewpolia,Mina. $taste of Minnesota 13th May L. On this day of y 2009 County of Ramsey Gayle Ritzer before ate, appeared Y to me personally known, who, being by me duly sworn, did say that She is the Vioe.Erea%d.ent of T.A. Schifsky&Sons, Inc. that the seal affixed to the foregoing instrument is the corporate seal of said corporation, a corporation, (It no seal. so acute,and strike not 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 Gayle Ritzer acknowledged said instrument to be the free act and dee of sai co oral' . ;:« •- 35JEANNEARTMAç R.HN Ramsey ts Notary Pu y County, i Minnesota Notary Publ ic Minnesota My commission expires January 31,2010 My Commission Expires January 31,2010 ACKNOWLEDGMENT OF SURETY STATE OF Minnesota ss. COUNTY OF Ramsey On this 13th . day May 2009 personally appeared before me Dorothy A.Szczepanski, who being duly sworn did depose and say that she is the pttorney-in-faci of the Ohio Farmers Insurance Company of Westfield Center, Ohio,that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said Dorothy A. Szczepanski acknowledged that she executed said instrument as such attorney-in-fact and as the free act and deed of said Corooration. /�/f D int 1 71 ".", y' s-2....--- *zAtt JEANNE R. HARTMAN a ry Public *1411 Notary Public Minnesota My Commission Expires January 31,2010 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER ilf AND ISSUED PRIOR TO 01/30103,FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 2263102 02 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know Al! Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio,and having its principal office In Westfield Center, Medina County,Ohio, do by these presents make,constitute and appoint DAVID SZCZEPANSKI.DOROTHY A.SZCZEPANSKI.JEANNE R.HARTMAN.LINDA L.KUPLIC.PATRICK J.KELLY. JENNIFER A BARNHILL,JAMES C.GROCHOWSKI,JOINTLY OR SEVERALLY of NORTH ST. PAUL. and State of mints true and lawful Attorneys)-in-Fact,with full power and .uthority hereby conferrers in its name., place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be it Resolved.that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive 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: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recogniZances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notirrs and documents canceling or terminating the Company's liahility thereunder and any such 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." "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). in Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 30th day of JANUARY A.D.,2003 . Corporate �,,,.,.,.•,..,..., ritS11104\f,.,,....,.,. Seals Q% , .;%. ,•'�p�:n A�'N " WESTFIELD INSURANCE COMPANY Affixed v; .a. ~ ' s o; sop; WESTFIELD NATIONAL INSURANCE COMPANY o; ? :Z_ ; �,� OHIO FARMERS INSURANCE COMPANY ►., A„�, '- _"= SEAL .. =� :; `S t s j;` ®- Eta ;, F �,•, r�e4 'f . ice. ;y•. :O, *s%-.. 1848 8:•!g j / i� state of Ohio ,. ; .,,••'• 4,,N�•.iN1....MN,p By: County of Medina ss.: Richard L. Kinnaird,Jr.,Senior Executive On this 30th day of JANUARY A.D.,2003 , before me personally came Richard L. Kinnaird, Jr.to me known,who, being by me duly sworn, did depose and say,that he resides in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument arc such corporate scale;that they were au affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal �+r'" p ' *".Affixed P,:'1}II/ •S .� r a) . - • William J.Kahelin,A,•rney at Law,Notary Public State of Ohio = M �o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina se.; .t• i, M. Brooke Rorapaugh, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 3th day of May A•D 2009- . 1 1. r•••u•"'�".aqw (4111.1IN4\1/4'��� P Q�P •.SGT ,ir N .••• ;' yaw �f�~ - • SEAL o ; 1'64"6`!/Ave, M. Brooks Rorapaugh, Secre r •. ,4 BPOAC2(combined)(06-02) • E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations, investigations,explorations,tests,studies,and data concerning conditions(surface,subsurface,and Underground Facilities)at,or contiguous to,the Site which may affect cost, progress,or performance of the Work or which relate to any aspect of the means, methods,techniques,sequences, and procedures of construction to be employed by Bidder, including applying the specific means,methods,techniques,sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations, tests,studies, and data with the Bidding Documents. Bidder has given Engineer written notice of all conflicts,errors, ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000055-09157-0 ®2009 Bonestroo 00410-2 BID FORM 5.01 Bidder will complete the Work in accordance with the Contract Documents for the.following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price I PART 1-NORELL AVENUE NORTH (MILL AND OVERLAY): 1 MOBILIZATION LS 1 $ I x.00.00 $ I a. 00. OO 2 TRAFFIC CONTROL LS 1 $ t 1 00. 00 $ 14 00. 00 3 SAWING B ITUMINOUS PAVEMENT LF 175 $ a .50 $ 437 O 4 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 1900 $ •7 0 $ 3230. 00 5 ADJUST MANHOLE CASTING, INCLUDING EA 3 $ 3 00.00 $ q00.00 NEW HDPE ADJUSTING RINGS 6 REMOVE AND REPLACE CONCRETE CURB LF 35 $ 3a•�o $ 31.50 AND GUTTER 7 CRACK REPAIR, 1'WIDE MILL(1.5" LF 175 $ to.5 O $ I V37.5 0 DEPTH) 8 BITUMINOUS MATERIAL FOR TACK COAT GAL 95 $ 3.50 $ 33 a .50 9 TYPE MV 3 WEARING COURSE MIXTURE TN 240 $ (o.50 $ 1 5qlc 0.0 O (E) 10 4"SOLID LINE, WHITE EPDXY LF 250 $ • $ (50.00 11 4" BROKEN LINE,WHITE EPDXY LF 150 $ '1 0 $ t 0 5.0 O 12 4"DOUBLE SOLID LINE,YELLOW EPDXY LF 215 $ 1 . a 0 $ a 5 V.00 13 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 2 $ 5.00 $ 300.00 5.00 14 SEEDING, MIX 270 SY 30 $ $ 150,0o 000055-09157-0 ®2009 Bonestroo 00410-3 BID FORM r I No. Item Units Qty Unit Price Total Price I 15 HYDROMULCH SY 30 $ 5.0 0 $ 160.00 TOTAL PART 1-NORELL AVENUE $ .L24 .00 NORTH(MILL AND OVERLAY) PART 2-60TH STREET COURT NORTH (MILL AND OVERLAY): 16 MOBILIZATION LS 1 $ ID 0 0. 00 $ 600.00 17 TRAFFIC CONTROL LS 1 $ a a 00. oo $ a a.0 0 .0 o 18 SAWING BITUMINOUS PAVEMENT LF 80 $ 3•o O $ .:140.00 19 REMOVE BITUMINOUS DRIVEWAY SY 50 $ 5.0 0 $ L 0 .00 20 MILL BITUMINOUS PAVEMENT(1 1/2" SY 925 $ oZ .00 $ 1%50.00 DEEP) 21 ADJUST CATCH BASIN CASTING, EA 1 $ 800. 00 $ 300 .00 INCLUDING NEW HDPE ADJUSTING RINGS 22 REMOVE AND REPLACE CONCRETE CURB LF 40 $ .6 0 $ I 0 0.00 AND GUTTER 23 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ 10.50 $ IC 150.00 DEPTH) 24 BITUMINOUS MATERIAL FOR TACK COAT GAL 50 $ 4. 00 $ a 0 0 .00 25 TYPE LV 3 WEARING COURSE MIXTURE TN 100 $ 10 I.a-O $ t,I a'0. 0 0 (B) 26 SEEDING, MIX 270 SY 20 $ 5.a 0 $ 10 0 • 0 0 27 HYDROMULCH SY 20 $ .5.00 $ 100.00 TOTAL PART 2-60TH STREET COURT $ I5c0'(0.0 0 (MILL AND OVERLAY) PART 3-OREN AVENUE NORTH(MILL AND OVERALY W/INTEGRAL BIT. CURB): 28 MOBILIZATION LS 1 $ 07e1.00.00 $ 0a00.00 29 TRAFFIC CONTROL LS 1 $ 25'0.0 0 $ 25o.00 30 SAWING BITUMINOUS PAVEMENT LF 400 $ 1 .50 $ 1000 . 00 31 REMOVE BITUMINOUS CURB LF 1600 $ I .30 $ 10 g0-00 000055-09157-0 0 2009 Bonestroo 00410-4 BID FORM No. Item Units Qty Unit Price Total Price 32 REMOVE CONCRETE SIDEWALK SF 200 $ ` •D 0 $ 4-00.00 33 REMOVE BITUMINOUS PAVEMENT SY 250 $ 5.0 0 $ I x.50.00 34 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 2700 $ 1 .7 0 $ 459 0.00 35 ADJUST MANHOLE CASTING, INCLUDING EA 4 $ 3 00 .00 $ 1 4.0 0 ,00 NEW HDPE ADJUSTING RINGS 36 ADJUST VALVE BOX EA 1 $ oZ 50.0 0 $ a,S'0. U 0 37 CRACK REPAIR, 1'WIDE MILL(1.5" LF 250 $ 2.50 $ 4.( a S.00 DEPTH) 38 BITUMINOUS MATERIAL FOR TACK COAT GAL 150 $ 5• 0 $ 5a5.00 39 TYPE LV 3 WEARING COURSE MIXTURE TN 400 $ l0 I. oZ a $ 02M LI g 0.0 0 (B), INCL INTEGRAL BITUMINOUS CURB o 40 CONCRETE FLUME SF 125 $ D .0 0 $ 1000.00 41 4"CONCRETE SIDEWALK SF 200 $ t0 .0 a $ I of 0 0.0 0 42 CLASS III RANDOM RIPRAP CY 10 $ 90.00 $ 8 00. 00 43 SILT FENCE, MACHINE SLICED LF 100 $ °),' 00 $ 0,0 0.00 44 SEEDING, MIX 270 SY 700 $ �' .0 0 $ H00,00 45 HYDROMULCH SY 700 $ a.7 0 $ 19190.00 TOTAL PART 3-OREN AVENUE $ 47 02 40,o o NORTH(MILL AND OVERLAY W/INTEGRAL BIT.CURB) PART 4-58TH STREET NORTH (MILL AND OVERLAY): l p 46 MOBILIZATION LS 1 $ 1 C b50.00 $ 1 b50.00 47 TRAFFIC CONTROL LS 1 $ 750 .00 $ b 50.00 48 SAWING BITUMINOUS PAVEMENT LF 150 $ a •50 $ 375.00 49 MILL BITUMINOUS PAVEMENT(1 1/2" SY 3400$ 1 .76' $ 5950_00 DEEP) 50 ADJUST MANHOLE CASTING,INCLUDING EA 6 $ 2 00. 00 $ I g 00.00 NEW HDPE ADJUSTING RINGS 000055-09157-0 ®2009 Bonestroo 00410-5 BID FORM I No. Item Units Qty Unit Price Total Price I 51 ADJUST VALVE BOX EA 1 $ 350 .00 $ 4,s().O(. 52 REMOVE AND REPLACE CONCRETE CURB LF 90 $ 3a.60 $ aq 3 5.0 0 AND GUTTER 53 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ 7.50 $ 4s50 .00 DEPTH) 54 BITUMINOUS MATERIAL FOR TACK COAT GAL 200 $ .3.5.0 $ 100,00 55 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ 61.4,0 $ a 0 go 8.00 (B) 4 56 SEEDING, MIX 270 SY 60 $ 4 .0 0 $ a4 o.00 57 HYDROMULCH SY 60 $ 5.00 $ 300. 00 TOTAL PART 4-58TH STREET NORTH $ 37 59 S.o o (MILL AND OVERLAY) PART 5-OSMAN AVENUE NORTH (RECLAIM): 58 MOBILIZATION LS 1 $ 1300. 00 $ 1 3 0 0. 0 0 59 TRAFFIC CONTROL LS 1 $ 50 O.0 0 $ 500, 0 0 60 SAWING BITUMINOUS PAVEMENT LF 40 $ 3 • 0 0 $ 1 a.0. 0 0 61 REMOVE CONCRETE SIDEWALK SF 170 $ 1 .5o $ .356°. 00 62 REMOVE BITUMINOUS DRIVEWAY SY 50 $ 5,00 $ a 50-0 0 63 RECLAIM BITUMINOUS PAVEMENT SY 800 $ ta'•00 $ 1/000,00 64 SUBGRADE PREPARATION-STREET SY 800 $ 1.5o $ f a`00 . 0 0 65 REMOVAL OF EXCESS RECLAIM MATERIAL CY 50 $ 1.00 $ 850.00 66 ADJUST MANHOLE CASTING,INCLUDING EA 1 $ 300.00 $ 300.00 NEW HDPE ADJUSTING RINGS 67 TYPE LV 3 NON WEARING COURSE TN 75 $ LD) •010 $ +5q 0 .00 MIXTURE(B) 1, 68 TYPE LV 3 WEARING COURSE MIXTURE TN 75 $ III .. 0 $ 1150t 0.00 (B) 69 BITUMINOUS MATERIAL FOR TACK COAT GAL 40 $ 5 0 0 $ 4-00-00 70 B618 CONCRETE CURB AND GUTTER LF 440 $ 17.40 $ t4 g 0.00 I 000055-09157-0 ©2009 Bonestroo 00410-6 BID FORM • , INo. Item Units Qty Unit Price Total Price I 71 4"CONCRETE SIDEWALK SF 170 $ 7 .00 $ t i C 0.0 0 72 SAW AND SEAL LF 160 $ 5.50 $ V80.00 73 SEEDING, MIX 270 SY 250 $ . •(o O $ (05 0 ,00 74 HYDROMULCH SY 250 $ 3.70 $ ga.S.Oo 75 STORM DRAIN INLET PROTECTION PER EA 2 $ .S00.00 $ 600.00 STANDARD DETAIL ERO-4C TOTAL PART 5-OSMAN AVENUE $01.1 9 S O.O0 NORTH(RECLAIM) PART 6-BREKKE PARK PARKING LOT (RECLAIM): 76 MOBILIZATION LS 1 $ 1 10°15.0 0 $ 1 tocI5.0O 77 TRAFFIC CONTROL LS 1 $ 35(:),00 $ 3 5 0. W 78 SAWING BITUMINOUS PAVEMENT LF 35 $ 3 .0 0 $ 105.00 79 REMOVE AND REPLACE CONCRETE CURB LF 45 $ 3a .50 $ 124 1(,,t.5o AND GUTTER 80 RECLAIM BITUMINOUS PAVEMENT SY 2600 $ I -DO $ .:34.000.00 81 SUBGRADE PREPARATION-STREET SY 2600 $ I ' 0 0 $ .1,6 00. 00 82 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ L.01. /° $ o10 8 0 2. 00 (B) 83 BITUMINOUS MATERIAL FOR TACK COAT GAL 130 $ 3.50 $ 46.5.O O 84 36"CONCRETE VALLEY GUTTER LF 50 $ ti■O,0 0 $ 1 0 00. 0 0 85 SAW AND SEAL LF 800 $ o/•50 $ 4000.0 0 86 4"SOLID LINE,WHITE PAINT LF 325 $ 4 .0 0 $ 13 00.oso 87 PAVEMENT MESSAGE, HANDICAPPED EA 2 $ i a.o•00 $ .140.00 SYMBOL-PAINT 88 SEEDING, MIX 270 SY 30 $ 4.0 0 $ 14o. 0O 89 HYDROMULCH SY 30 $ 7.00 $ .$ 0..00 000055-09157-0 ®2009 Bonestroo 00410-7 BID FORM No. Item Units Qty Unit Price Total Price I 90 STORM DRAIN INLET PROTECTION PER EA 1 $ 300.00 $ Soo, 0'0 STANDARD DETAIL ERO-4C ,(' TOTAL PART 6- BREKKE PARK $ 35,a i-1 S •5 0 PARKING LOT(RECLAIM) BASE BID: TOTAL PART 1-NORELL AVENUE NORTH $ d CO,3 i4 8 .00 (MILL AND OVERLAY) TOTAL PART 2-60T1 STREET COURTH $ 15 'i 0.0 0 (MILL AND OVERLAY) TOTAL PART 3-OREN AVENUE NORTH $ 47 940,co (MILL AND OVERLAY W/INTEGRAL BIT. CURB) TOTAL PART 4-58TH STREET NORTH $ 3%59 g•()0 (MILL AND OVERLAY) Q TOTAL PART 5-OSMAN AVENUE NORTH $ (p -1g 0.00 (RECLAIM) TOTAL PART 6-BREKKE PARK PARKING $ 3 5 a 4 5.5b LOT(RECLAIM) TOTAL BASE BID $ I q() 13.1 -50 ALTERNATE NO. 1-NORELL AVENUE NORTH(MILL AND OVERLAY): 91 MOBILIZATION LS 1 $ 1000,00 $ (000.00 92 TRAFFIC CONTROL LS 1 $ b 00.00 $ %O O . 0 0 93 SAWING BITUMINOUS PAVEMENT LF 225 $ a.50 $ 5103.50 94 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 6500 $ f •7.5 $ t 3/5. 0 0 95 ADJUST MANHOLE CASTING,INCLUDING EA 3 $ 3 00.0 0 $ 0 0.00 NEW HDPE ADJUSTING RINGS 96 ADJUST VALVE BOX EA 2 $ c260-00 $ 5o 0.00 97 REMOVE AND REPLACE CONCRETE CURB LF 60 $ .a•50 $ I q ,O.0 C) AND GUTTER 98 CRACK REPAIR, 1'WIDE MILL(1.5" LF 600 $ 10.50 $ 3900.00 DEPTH) 99 BITUMINOUS MATERIAL FOR TACK COAT GAL 325 $ S.00 $ q' �,00 100 TYPE MV 3 WEARING COURSE MIXTURE TN 850 $ 58 .50 $ 41:1'I a 5.00 (E) 101 4"SOLID LINE, WHITE EPDXY LF 350 $ • (0 d $ .7' 0,00 000055-09157-0 ®2009 Bonestroo 00410-8 BID FORM I INo. Item Units Qty Unit Price Total Price I 102 4" BROKEN LINE,WHITE EPDXY LF 460 $ . 7 0 $ 3aa .0 a 103 4" DOUBLE SOLID LINE,YELLOW EPDXY LF 675 $ 1 .3 0 $ 2'1'7.s d 104 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 4 $ l5O.0 0 $ le 0 0.00 EPDXY 105 PAVEMENT MESSAGE, RIGHT TURN EA 2 $ 150.0 0 $ 300.0o ARROW- EPDXY 106 24"SOLID STOP LINE(BAR), WHITE LF 30 $ g.0 0 $ 0140.00 EPDXY 107 SEEDING, MIX 270 SY 40 $ 4.00 $ I100,00 108 HYDROMULCH SY 40 $ •0 0 $ c 0- 00 TOTAL ALTERNATE NO. 1 -NORELL $ '1-1-1,a' 7. DO AVENUE NORTH(MILL AND OVERLAY) BID SUMMARY: 1 A 0 ) I -Sd TOTAL BASE BID $ I,. TOTAL ALTERNATE NO. 1 -NORELL $ 11.+, 'L'17.00 AVENUE NORTH(MILL AND OVERLAY) 000055-09157-0 ©2009 Bonestroo 00410-9 BID FORM II 1 A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name(typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name(typed or printed): Title: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: Phone and Fax Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 000055-09157.0 ®2009 Bonestroo 00410-12 BID FORM ■ , , THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond BOND#RB9158027145 KNOW ALL MEN BY THESE PRESENTS, that we W.B. MILLER, INC. 6701 NORRIS LAKE ROAD NW,ELK RIVER,MN 55330 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and GRANITE RE, INC. 14001 QUAILBROOK DRIVE,OKLAHOMA CITY,OK 73134 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of OKLAHOMA as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF OAK PARK HEIGHTS (Here insert full name,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of FIVE AND 00/100 PERCENT of Amount Bid Dollars ( $ 5 % of Amount Bid), 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 PROJECT NO. 09157-0-2009 MILL AND OVERLAY (Here insert full name,address and description of project) 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 19th day of May, 2009. W.:. MI L INC. )1, i �l) ` 5ieal . I� ) • (Witness) GRANITE RE, INC. .1� �_ (s%,,// Seal) (Witness) (Title) Jonathan Pate,Attorney-in-Fact Pate Bonding,Inc. 1276 South Robert Street West St.Paul,MN 55118 (651)457-6842 AIA DOCUMENT A310 BID BOND AIA® FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.WASHINGTON,D.C. 20006 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) County of ) On this day of , in the year , before me personally come(s) , to me known and known to me to be the person(s) who (is) (are)described in and executed the foregoing instrument and acknowledge(s)to me that_he_executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of , in the year , before me personally come(s) , a member of the co-partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he executed the same as for the act and deed of the said co-partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of MI (flt.c 0+ 'L ) County of 41\0K - )) On this 1411%. day of m aY , in the year 02.00 9 , before me personally come(s) �I��1OtM Y& Wi r 1 , to me known, who, being duly sworn, deposes and says that he is the ed.8.0 • of the W_ P rA \lQ? 1, _z the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of e :•. • if ''r-« • • P •• • '•• and that he signed his name thereto by like order. LINDA HOLM R- Notary Pubic—Woe* My emission Expiles01.31-2010 4 a . Public ACKNOWLEDGMENT OF SURETY State of Minnesota ) County of Dakota ) On this 19th day of May, in the year 2009, before me personally come(s) Jonathan Pate, Attorney(s)-in-Fact of GRANITE RE, INC. with whom I am personally acquainted, and who, being by me duly sworn, says that he is (are) the Attorney(s)-in-Fact of GRANITE RE, INC. company described in and which executed the within instrument; that he know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he signed said instrument as Attorney(s)-in-Fact of tie said co pany by like order. ANDREA MARIE CONNOLLY DEES V Notary Public Minnesota Notary Public 31,2010 a . My Common Expires January GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC.,a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City ofOKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES its true and lawful Attorney-in-Fact(s) for the following purposes,to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC.a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC.through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR;JENNIFER BOYLES may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer,this 14th day of January, 2008. ,,�TE p°°p1�•MR(��R. Kenneth D.Whittin on, President STATE OF OKLAHOMA ) c SEAL SS: °ei•HOr• ,.._ COUNTY OF OKLAHOMA ) Rodman A. Frates,Secretary/Treasurer On this 14th day of January, 2008, before me personally came Kenneth D.Whittington, President of the GRANITE RE, INC. Company and Rodman A. Frates, Secretary/Treasurer of said Company,with both of whom I am personally acquainted,who being by me severally duly sworn, said, that they, the saidKenneth D. Whittington and Rodman A. Frates were respectively the President and the Secretary/Treasurer of the GRANITE RE, INC.,the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal,that it was so fixed by order of the Board of Directors of said corporation,and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively,of the Company. N•AI�.R NOTAR If/ // • My Commission Expires: �� i i • May 9,2008 Notary Public Commission#:00005708 GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc.,an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc.and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED,that the President,any Vice President,the Secretary,and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal,or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF,the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 19th day of May,2009. ,TERQ SEA- L °..„-• odman A. Frates, Secretary/Treasurer GRO800-1 E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations, investigations,explorations,tests,studies,and data concerning conditions(surface,subsurface,and Underground Facilities)at,or contiguous to,the Site which may affect cost,progress, or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder, including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations, tests,studies,and data with the Bidding Documents. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner, Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000055.09157-0 ®2009 Bonestroo 00410-2 BID FORM 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. I INo. Item Units Qty Unit Price Total Price I PART 1- NORELL AVENUE NORTH (MILL AND OVERLAY): ad o0 1 MOBILIZATION LS 1 $ 3 a 30• $ 3. .230 ' 2 TRAFFIC CONTROL LS 1 $ //6 b $ / (06 q d a)3 SAWING BITUMINOUS PAVEMENT LF 175 $ "-. $ 7 70 r 00 4 MILL BITUMINOUS PAVEMENT(2"DEEP) SY 1900 $ c • 9 $ _wS. 5 ADJUST MANHOLE CASTING,INCLUDING EA 3 as NEW HDPE ADJUSTING RINGS $ ��-r W $ � ��• 6 REMOVE AND REPLACE CONCRETE CURB LF 35 $ �3. 9'.--� $ 7f3 AND GUTTER G� 7 CRACK REPAIR, 1'WIDE MILL(1.5" LF 175 $ /- q...° $ ���• DEPTH) 8 v // as 8 BITUMINOUS MATERIAL FOR TACK COAT GAL 95 $ $ G 10 • 00 9 TYPE MV 3 WEARING COURSE MIXTURE TN 240 $ 6a co $ 7 �v (E) 10 4"SOLID LINE,WHITE EPDXY LF 250 $ S. $ /3? -C-r- c7 Sb 11 4" BROKEN LINE,WHITE EPDXY LF 150 $ Dr $ O O`- / /b 12 4" DOUBLE SOLID LINE,YELLOW EPDXY LF 215 $ !.- $ p" ) . ' / 13 PAVEMENT MESSAGE, LEFT TURN ARROW- EA o� 2 $ ( c`• $ a //f� - / 14 SEEDING, MIX 270 SY 30 $ J • $ /!X 000055-09157-0 ©2009 Bonestroo 00410-3 BID FORM INo. Item Units Qty Unit Price Total Price l-r 15 HYDROMULCH SY 30 $ $ O( . r.--4' ^ .J TOTAL PART 1-NORELL AVENUE $ / S NORTH(MILL AND OVERLAY) PART 2-60TH STREET COURT NORTH (MILL AND OVERLAY): Q a O 16 MOBILIZATION LS 1 $ & (S. $ V /I: F 0c) Ws 17 TRAFFIC CONTROL LS 1 $ J 16 - $ S6. 18 SAWING BITUMINOUS PAVEMENT LF /74 e*‘:' 80 $ ( • '- $ 3,51-02 ao 19 REMOVE BITUMINOUS DRIVEWAY SY 50 $ (1-__ $ [-, . e . 7s"_ 20 MILL BITUMINOUS PAVEMENT(1 1/2" SY 925 $ O(- 3 $ a 1 ?3- DEEP) O a a s 21 ADJUST CATCH BASIN CASTING, EA 1 $ 02C70• ^ $ 02 1 INCLUDING NEW HDPE ADJUSTING RINGS es) 1 22 REMOVE AND REPLACE CONCRETE CURB LF 40 $ 113. '/6 $ ( 7 C.- - AND GUTTER Ba 23 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ V• !-° $ , 2770 - DEPTH) 60 24 BITUMINOUS MATERIAL FOR TACK COAT GAL 50 $ S� $ 02 9 25 TYPE LV 3 WEARING COURSE MIXTURE // �' C.� d v . TN 100 (p� $ (� ( (B) po gr 1)26 SEEDING,MIX 270 SY 20 $ 3' -- $ 2 o 27 HYDROMULCH SY 20 $ (. $ /-44-...? 0^ TOTAL PART 2-60TH STREET COURT $ 7J' ,- (MILL AND OVERLAY) PART 3-OREN AVENUE NORTH(MILL AND OVERALY W/INTEGRAL BIT. o CURB): �.. 28 MOBILIZATION LS 1 $ /,r 2?0.- $ /pV a2d • Da .a � 29 TRAFFIC CONTROL LS 1 $ (3 $ (3 70 eo 30 SAWING BITUMINOUS PAVEMENT LF 400 $ 3- — $ /3020. as 3 / a 31 REMOVE BITUMINOUS CURB LF 1600 $ I - ' $ o V 3U. 000055-09157-0 0 2009 Bonestroo 00410-4 BID FORM INo. Item Units Qty Unit Price Total Price I o0 32 REMOVE CONCRETE SIDEWALK SF 200 $ /. $ O`7D 2 �D 33 REMOVE BITUMINOUS PAVEMENT SY 250 $ J �� $ 7 32. J 34 MILL BITUMINOUS PAVEMENT(2" DEEP) SY 2700 $ 01 �r $ 6 6/, a de 35 ADJUST MANHOLE CASTING, INCLUDING EA 4 $ $ l / 6• .-� NEW HDPE ADJUSTING RINGS A o0 36 ADJUST VALVE BOX EA 1 $ (7 (G�6 • $ 6 ( O 37 CRACK REPAIR, 1'WIDE MILL(1.5" LF 250 $ ( - - $ C7 l oz DEPTH) o eo 38 BITUMINOUS MATERIAL FOR TACK COAT GAL 150 $ CX r $ ��� / CO 39 TYPE LV 3 WEARING COURSE MIXTURE TN 400 $ -r 41 " $ a1( oO0. (B), INCL INTEGRAL BITUMINOUS CURB �0 /2 r- to 40 CONCRETE FLUME SF 125 $ (jr $ / ,J 7. c 41 4"CONCRETE SIDEWALK SF 200 $ 8 $ I 21--a. 42 CLASS III RANDOM RIPRAP CY 10 $ /72 I _ ^ $ (p2( 0 • see 43 SILT FENCE, MACHINE SLICED LF 100 $ (- (- $ 711: - 00 44 SEEDING, MIX 270 SY 700 $ O< r 4r- -6$ / O 1 o0 45 HYDROMULCH SY 700 $ C/ -' $ / 7 g 0 . TOTAL PART 3-OREN AVENUE $ O se� , NORTH(MILL AND OVERLAY W/INTEGRAL BIT.CURB) PART 4-58TH STREET NORTH(MILL AND OVERLAY): ao 1 � (92 -6 46 MOBILIZATION LS 1 $ /p2?0 r $ . / .2d. --as 00 47 TRAFFIC CONTROL LS 1 $ l 3 $ / )6_ oa 48 SAWING BITUMINOUS PAVEMENT LF 150 $ / .- o $ G a , 60 49 MILL BITUMINOUS PAVEMENT(1 1/2" SY 3400 $ 02 sir $ 6.726.- DEEP) a0 50 ADJUST MANHOLE CASTING, INCLUDING EA 6 ( (74‘c NEW HDPE ADJUSTING RINGS 000055-09157-0 ®2009 Bonestroo 00410-5 BID FORM No. Item Units Qty Unit Price Total Price ad n � 51 ADJUST VALVE BOX EA 1 $ �� $ -?O. 9 52 REMOVE AND R EPLA CONCRETE CURB LF 90 - (9.- as AND GUTTER 8 v 53 CRACK REPAIR, 1'WIDE MILL(1.5" LF 300 $ 7,- � $ � �v,} DEPTH) �O W 54 BITUMINOUS MATERIAL FOR TACK COAT GAL 200 $ 3- - $ c, • (� et."rel 55 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ -l • $ (g)J�6-.– (B) 00 56 SEEDING, MIX 270 SY 60 $ �" - �$ ) `/ r-F- c 57 HYDROMULCH SY 60 $ /r — $ / 77 68 TOTAL PART 4-58TH STREET NORTH $ 3 7 8 02 (MILL AND OVERLAY) PART 5-OSMAN AVENUE NORTH (RECLAIM): 58 MOBILIZATION LS 1 $ C J 7_(. $ g/J - co 59 TRAFFIC CONTROL LS 1 $ ,C_;?‘721- $ C53: 7. 60 SAWING BITUMINOUS PAVEMENT LF 40 $ .- I $• (727,6 ems- ! I-3 61 REMOVE CONCRETE SIDEWALK SF 170 $ /r J $ l '�'• (� 62 REMOVE BITUMINOUS DRIVEWAY SY 50 $ D /- $ `' 77 63 RECLAIM BITUMINOUS PAVEMENT SY 800$ 02- $ 7cecro. - o 64 SUBGRADE PREPARATION- STREET SY 800 $ o a $ ( r 6Q. 65 REMOVAL OF EXCESS RECLAIM MATERIAL CY 50 $ C4 6 • $ .0! 00 (30 66 ADJUST MANHOLE CASTING,INCLUDING EA 1 $ 3a3. $ -L'23- NEW HDPE ADJUSTING RINGS oo F as 67 TYPE LV 3 NON WEARING COURSE TN 75 $ '2 ( -~ $ � ✓ MIXTURE(B) s 77 00 68 TYPE LV 3 WEARING COURSE MIXTU a MIXTURE TN 75 $ 2 /. ' $ 0�� (B) c 60 69 BITUMINOUS MATERIAL FOR TACK COAT GAL 40 $ �� $ C71-02 0- 70 B618 CONCRETE CURB AND GUTTER LF 440 $ fX ` :7'5) $ / ‘.34. . 4.- 000055-09157-0 0 2009 Bonestroo 00410-6 BID FORM I No. Item Units Qty Unit Price Total Price 71 4"CONCRETE SIDEWALK SF 170 $ 7� $ / ,` �, J 8) 3° co 72 SAW AND SEAL LF 160 $ 3- -- $ � . 73 SEEDING,MIX 270 SY 250 $ $ c,. 74 HYDROMULCH SY 250 $ (dOO ,^ 00 75 STORM DRAIN INLET PROTECTION PER EA 2 $ �/2 807• $ _.c-- . 414 r dJ STANDARD DETAIL ERO-4C d TOTAL PART S.-OSMAN AVENUE $ 34 O 9 r' NORTH(RECLAIM) PART 6-BREKKE PARK PARKING LOT (RECLAIM): od 00 76 MOBILIZATION LS 1 $ (06 . $ 6Z(O O • oc7 77 TRAFFIC CONTROL LS 1 $ l"O d .- //$ 0 CO 78 SAWING BITUMINOUS PAVEMENT -C-0 ! (99 LF 35 $ $ /I To 79 REMOVE AND REPLACE CONCRETE CURB LF 45 $ f3• -C $ /7 7 '- AND GUTTER 0 0o 80 RECLAIM BITUMINOUS PAVEMENT SY 2600 $ O • 9- $ pC ,3� • /- 00 0 81 SUBGRADE PREPARATION-STREET SY 2600 $ /• / $ (n�, 82 TYPE LV 3 WEARING COURSE MIXTURE TN 340 $ .ce ^ - $ ( ( ) 2 Do (B) ? r 83 BITUMINOUS MATERIAL FOR TACK COAT GAL 130 $ ✓ - $ 'I ((Z 84 36"CONCRETE VALLEY GUTTER LF 50 $ 3c2- fd-- $ f �'f 00 Oa 85 SAW AND SEAL LF 800 $ ' ') - $ aVd a 86 4"SOLID LINE, WHITE PAINT /^ -C $ 357'_r- LF 325 $ _ 87 PAVEMENT MESSAGE, HANDICAPPED EA 2 $ go, 3d $ /6 (. 6.- SYMBOL-PAINT 88 SEEDING,MIX 270 SY 30 $ ) �'S.- $ (T1,... -^ 89 HYDROMULCH SY 30 $ /• �-� $ a r- 00005 1 .0 ®2009 5-09 Bonest57roo 00410-7 BID FORM No. Item Units Qty Unit Price Total Price I I as (� a° 90 STORM DRAIN INLET PROTECTION PER EA 1 $ gl O" $ d"0- STANDARD DETAIL ERO-4C 3S—(207 !a TOTAL PART 6-BREKKE PARK PARKING LOT(RECLAIM) BASE BID: ` TOTAL PART 1-NORELL AVENUE NORTH $ 3/? )a• (MILL AND OVERLAY) °2'r TOTAL PART 2-60Th STREET COURTH $ / s--0 CO (MILL AND OVERLAY) B i� �„° TOTAL PART 3-OREN AVENUE NORTH $ / (MILL AND OVERLAY W/INTEGRAL BIT. ���clo CURB) TOTAL PART 4-58T1 STREET NORTH $ / (MILL AND OVERLAY) ?���)?. 0 TOTAL PART 5-OSMAN AVENUE NORTH $ J (( (RECLAIM) �.) 0 q ( • TOTAL PART 6-BREKKE PARK PARKING $ ; 0 LOT(RECLAIM) i, ✓ TOTAL BASE BID ji%�` �? 6.,/)?' �� $ 026 ALTERNATE NO.1-NORELL AVENUE NORTH(MILL AND OVERLAY): Go ay 91 MOBILIZATION LS 1 $ 2,0 , $ 3ieYd. Go 92 TRAFFIC CONTROL LS 1 $ /3 20 7 $ /3 7O.- 00 � L,( �0 93 SAWING BITUMINOUS PAVEMENT LF 225 $ "/ - r^ $ O • Dr- `'° 94 MILL BITUMINOUS PAVEMENT(2" DEEP) SY 6500 $ 7,. $ 6817 95 ADJUST MANHOLE CASTING,INCLUDING EA 3 $ 302474- $ 67r221. 00 NEW HDPE ADJUSTING RINGS or) ��Q 96 ADJUST VALVE BOX EA 2 $ �� $ • ob 97 REMOVE AND REPLACE CONCRETE CURB LF 60 $ i3• f-° $ 01 >,3 AND GUTTER 98 CRACK REPAIR, 1'WIDE MILL(1.5" LF 600 $ $ DEPTH) C� r 02`1- 99 BITUMINOUS MATERIAL FOR TACK COAT GAL 325 $ (.�` - oZ� $ / 100 TYPE MV 3 WEARING COURSE MIXTURE TN 850 $ S-7. $ r ISO (E) -'12 $ "! "I c� 101 4"SOLID LINE,WHITE EPDXY LF 350 $ 000055-09157-0 00410 8 BID FORM ®2009 Bonestroo I No. Item Units Qty Unit Price Total Price I 102 4"BROKEN LINE,WHITE EPDXY LF 460 $ O . 0- $ 70717‘,- - ) 103 4"DOUBLE SOLID LINE,YELLOW EPDXY LF �,( S' 675 $ � $ 39t . ? 104 PAVEMENT MESSAGE, LEFT TURN ARROW- EA 4 $ / 3 / • o 0 0 EPDXY ( $ ( v- o 105 PAVEMENT MESSAGE, RIGHT TURN ^� Oa ARROW-EPDXY 2 $ 3 /. $ ba 106 24"SOLID STOP LINE(BAR), WHITE LF -�� EPDXY 30 $ - $ �pp�. 107 SEEDING, MIX 270 3 8' 7-Sr77C O. 108 HYDROMULCH SY 40 $ Z TOTAL ALTERNATE NO. 1 -NORELL o AVENUE NORTH(MILL AND OVERLAY) $ � � - BID SUMMARY: `P ' T O T A L BASE BID Xfe/f 6 1 � - TOTAL ALTERNATE NO. 1 -NORELL AVENUE NORTH(MILL AND OVERLAY) $ / -0 ®000055-09157 2D09 Bonestroo 00410-9 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on p� U ,20�!/ If Bidder Is: An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: 000055-09157-0 00410-10 BID FORM ®2009 Bonestroo A Partnership Partnership Name: (SEAL) By: (Signature of general partner) Name(typed or printed): Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: A Corporation Corporation Name: /4 Rep(2 (v 67 A.-' C (SEAL) State of Incorporation: �� / 4 Type(General siness Professional, Service,Limited Liability): G(-lc-L/47 X- v By: 4"` c57 ,/ ,(-01. Ili (Sig ture) Name(typed or printed): //N'7� 0 iG&� r Title: bi Uts(D41 /414i1•146E#1-- !, #.01109 Attest a _/ '�L44.4........., (CORPORATE SEAL) ir� (Signature of Corporate,"*ary) Business Street Address(No P.O. Box#'s): � ��1 ���CJ / Try'\ Phone No.: -ego �6 r /C8 fax No,: /f� C� 000055-09157-0 ®2009 Bonestroo 00410-11 BID FORM A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name(typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name(typed or printed): Title: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: Phone and Fax Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership,and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 000055-09157.0 00410-12 BID FORM ®2009 Bonestroo 1 THE AMERICAN INSTITUTE OF ARCHITECTS A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Hardrives, Inc. 14475 Quiram Drive, Rogers, MN 55374 as Principal, hereinafter called the Principal, and Western Surety Company 101 South Phillips Avenue, Sioux Falls, SD 57192 a corporation duly organized under the laws of the State of South Dakota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights 1168 Oak Park Boulevard Oak Park Heights, MN as Obligee, hereinafter called the Obligee, in the sum of Five percent of the amount of the attached bid Dollars ($ 5% of bid ), 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 2009 Mill and Overlay 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 materials 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 20th day of MaY 2009 afrives, Inc. ��,� (Principal) (Seal) fitness) By: y Steven K. Hall, President (Title) 56/ Western Surety Company (Surety) (Seal) Witness) v C' (\ By 1' Attorney-in-Fast Nina E. Werstein (Tide) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 i , . . . Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Ray C Henningson, Richard G Donovan, Nina E Werstein, Barbara L Raedeke, Laurie F Pflug, Jill N Swanson, Jerry Ouimet, Dennis G Loots, B. L. Kellar, Wayne L Nyberg, Brian D Carpenter,Denise D Wishcop,Jennifer Miller,Individually of Minneapolis,MN,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts— and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 16th day of April,2007. y,RErco WESTERN SURETY COMPANY 1 SfA DM ' Paul .Bruflat,Senior Vice President State of South Dakota County of Minnehaha ss On this 16th day of April,2007,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY 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 corporate 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 corporation. My commission expires + ......A. r November 30,2012 �i( NpTApy PUCK i Al(Qoa f` c/NO AR DAKOTA i r i CERTIFICATE D.Krell,No Public I,L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this 20th day of May 2009 . .3..° ,_ WESTERN SURETY COMPANY SEAM/.. ,, . / 44'4r tr iT�v L.Nelson, Form F4280-09-06 i Ass stant Secretary i Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary,Treasurer, or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 2335 Highway 36 W St.Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 ;14117.,1 r _ www.bonestroo.com May 20, 2009Y b' �Q��� #Bonestroo Honorable Mayor and City Council City of Oak Park Heights 14168 Oak Park Boulevard Oak Park Heights, MN 55082-3007 Re: 2009 Mill and Overlay Project Project No. 000055-09157-0 - Bid Results Dear Honorable Mayor and City Council: Bids were opened for the Project stated above on Wednesday, May 20, 2009 at 10 A.M. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There were a total of four Bids. The following summarizes the results of the Bids received: Adiusted Total Alternate No, 1 Base Bid Norell Avenue (Total Base Bid Contractor North(Mill and Plus Total Base Bid Overlay) Alternate No. 1) Low T. A. Schifsky &Sons, Inc. $176,098.15 $75,896.70 #2 Tower Asphalt, Inc. $251,994.85 #3 Tower B. Asphalt, Inc. $178,005.60 $72,146.00 $250,151.60 $190,121.50 $74,277.00 $264,398.50 #4 Hardrives, Inc. $202,451.35 $75,750.20 $278,201.55 These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project to the low Bidder based on the Total Base Bid, then T. A. Schifsky&Sons, Inc. should be awarded the Project on the Total Base Bid Amount of$176,098.15. If the City Council wishes to award the Project to the low Bidder based on the Adjusted Total Base Bid, then Tower Asphalt, Inc. should be awarded the Project on the Adjusted Total Base Bid Amount of$250,151.60. Should you have any questions, please feel free to contact me at(651) 604-4815. Sincerely, BONES ROO ;V Dennis M. Postler, P.E. Enclosure St.Paul St.Cloud Rochester Milwaukee Chicago L 4 5;0 z > > 0 c> 0"c Q N N Q `off t6' N kn' N vs Rs ito ro 0 0 4 N A L 0 (13 _Q) N Zr) W > 2 r /1 C a. O co^ = c O W O c 01 O O C l0 < O O 5..... N V Y W N -0 E E z d o c c z l.J C CO \ �l c O G. O d € CO ;O 'C m aJ L t -I V -J O • 0 8 N C cm V O LL -C-0 O c c C L CU aJ v 4-. - Ln +4 co c NI U1 co a"'' +' V L yam, 0 GJ Z �o ■ € C Q C — a--, .n Q u >, i v° . h o Q p ,- . it `�iil 'C �. c � > a,> > o s a E !j> m V u�.. Lei Z Z cc 1-- I 28$ $ 8$ 8888 8888888 88$8$ 88 888888 888228888 88 8 8 2 82 8 8 g^�0p 1 n N O2d�"'0f n 2 N Q N N N tifiO V ^ 8�N N N N Ng4 A O 0,0N Nv 1 p I MI;N 1.. : mien N O O^1 W MN a V1 N OM MM ry ' 0 N ue ti is-r4 .. - '"'.. pp. q M .ih.. H WN .W . .N .N N aN.. k2 %a a N • N a P 41 O p8882 8 L.:O.Na.:-.8 88?80 pO 01 8?1OA.O�O.N-� 882 V .4-�M N M�8 881,28'4'8P:88 Qp M•Z 1�1 E HNN O 4""" 1 .7g ',I' N N HN O�mm�1 H aN S.V. FNHNN N n n N NMNMOND m Mt/f NM M W ." 'm : • 8Op8188 {8�88p8p 88888888pp88 {888888 88 888888 p Q p p �8888888588�8 Op8 Op8888Op88�8 p8{888 QOg duivid—.4 ...P.4 8...N r s, N•N- w O N N§W g p2p M ON1§ ONi q;.`... -228 O O " rO,1 S N� • N t O N M/•O,1 (nu,- - • • • - - - O I 4A-N.�N tlfa Vk ur MiR{��„� y}N N GO ,44A.4.... ; u+w .7 7 VFN 1� a N V- 4% N N ap W v1 NT M f? N YC. l+y�l l M w 1-1 C ONO 822R 88OO8N 882P8 82 2.9R88 8882882188 NN8O828R8 C N I' m n m3 888 8888 8888888 88888 88 88888g 888888888 888888888 g N N� g N888N4 88°8§ N8 888lF $ fNggN FAMON�g E M AI & X888 8888 828882 888°8 88 82888 888888888 882882828 L C Z i —1 N ►a � ;� s8aa a.a ERs. « 44 Eluik xa�g ml 288 oui288 882888M 84288 2N 888888 84N°8888� 228828882 FN 6p Vi 1.N Eg g V1 C N co n ti g6 01 1p�1 pm 1;1G N t0 N 1A I4.4 vj 0� �ppp..4 5R 1G t0 pNp[p�1 O1 O1 V7 1G MJ C_ Nm.. pOplrp� al X^ g,1M %W ONi V1ON i1.. pN dx ,4 . 6. M n�00 ,,,,1 ry S• js�1'�f.-i � � HMH i?�,y'y KkN ti N►i?�„�iR N dh NNNNN Ntlf t� �{iRNM N M ~ N. NCR .Np N VF N I+j M . MW N Na R QN 1+! in. * N 1 m O Na O O C M NOc,11O p PO 1N O�DR O R o Z8 N p N 8OR M8 iR O2 NNO a VMf O iO?R:1 Ok p Mp� NMNN Syp MMyp tp% K6N _NNf uf�VT 5..m m. y .a.— nOWN M N O Z = � VM M H N M.a 3 Ater m F 28N v "N2§ P801 98.88 -'-"2§`° "8 88X88 ."."gR28§2.. 028f R8NNN 5N 1� Z ggr th%b5 23 23 5 6 65 5g?! 21 23 5th 2;25 6 ?E?!g5 g qWq. w = J ° J X. O �^ o ° m ga Z Z _ ZZ° Z °.0. Q W 0. Z Q m ... V z _ Q 1- fz a., ma d oz 8 as _z y�2�"uma o 0 .z w, 0 ~° ins W E Zz_ °O� Z F ° ZC8� 1�1 Z w �" Z�d CS „ m in F riiQ W Z s z �I�m ° ZZ5 W iz v<F£7 z YQ f � a O z m a z dceNz fib!y em z Eta' Z � �z¢ qg� �Wqp~C° �' 4 p.C 0. W°Jp FTi Z fy a Z Q2� W ¢.Q. z `�dZN ce aZ = ���� LLµ�Q�2S��j o .z � o o:m �S=a; Ezo 5 izQz lgr z F_ CC 111!- ( ggOi 1Z> d Umm� S ZMM8 �x.4 m � J wzpJp ag �c7S'��4>�f i" „� c» s »zj°c3fowd Q JJ Y[ CC JJ Z J rZ C>�F[7 J g8z Z o£ .-. 2 »>( � t F W oah G ce vm eJ7 P�f V W D gQ0 ce m o i7RW W,..0-51'1�Q C 0. Z p ¢ $p 06 g2 ¢6f �.C, x'""32 �uW $ f°a¢°¢ rO`v UvWixh< dOfuSf¢¢Q�C�c`� vWiF dz df �oWC eWC `c` °a¢ m8`v c/f v, �mFv MMM MMM Mr V v n 010 ."N M at b4 OO1 ."NM to N. 01O'-1 Nm 1 1,y Z � tit VI �N Yl to an.13 In In OtD 10 C3 t0 t0�O l�nnnnn S88°R 8888pppt^8888822�E28 peg R N $ S 82 M 58888 $S S48R84S888 O.ON+o 0 20 MOD 1.'$1SMA.�.:+NN O N O N U) N. N 0p1 pppppp NNOi .-IN MfMVf iMM F. ....m Of im os 1A1M0 n�N.N-1 N NN jp N 4'�ti Mr N try l0 N O f� 1NNN? !Ci Vf a. Vf iR N.ti Vf a? m tD mg �p p f• M N 49 1 6 NN MW fhb N �17f �NHN�N VF YM � yt Yl. nr 6868$,48$ 5p 8418,IV-.. V.8 6X 8 5 N mSSOpp pp 258842pp 04$ SS 4 N1NpmM GN � X QM R ESEM;g WV R Z MN f? iR N M NN M NM NVI` ms 888�R 8$$8888888888888 yS 8 8 8 8 Qp8p° ° 8888$888 pp$8 pp85y8�8ry82$$$$8 �M�? 10 tD CO�GCf�'1�.N-I NM V' E N r Er,' O1N N t04 V�7M 01 lf]0g1 01 ppN�1N O�,yypppp8 S �O Mi/} NiRMN 49.49. 4. HWM ~ IA V. } M NfN7 ~ 4:9- 4* i? MANN NN Nf/F Y3 g M df H N V N N N • 8882 8 8NE8E88888 $$R4$�f S p p S ppppp pp1�p S p pi SS�O NN� 8 N ppppoo ppZ T QL!) IA M IA NN S NM P M = m3 8888 $88R8$88888 88°8888888 R MS 8 $ 8 R $ N 8 U8)1�8�1 I8A N 8 $8 8 R S R 8 8$8 8 $SM g 88p80 . ~ { p 44` SS Yf OS 8 8N8iti 8OO ? - N {N M NM.-1N N O '! P1 O 4...-.. Ol0t .. M M N . y N m NI) aC « $ r X NMNH «►k « «+g w n y u ui Q Oh bv N w A 8588 ER8O8 388888 8p $8 yy�� p 8p Z �s ggI() IIAU)IA a u�su� SSONS Q 8 Su15NN VN1SS50 ggdd O dN► �i yr .. mo. 8808 Q�8p88`28o8�N°O81 w �2 ,4 8 P. 8� 88480 opppo poep _ h4.4 yn Ch N CD M ryj 44ONO �' ad 1 vii n MN p pSNS1�0 M8 S V7 NO S$,nSNN R ��pp R ri Op^p 0g 4pppp et�cg 1p.'g' of 1.,=Q as -r' N N Ifl -IA �M i?NA iR tM O N m N OO S v101 N M N 01 1f110 O1 j"1N�? f NMI NN' M H { y gl NWN n MMNNU* iRM 1p`�MFNNHNNN S$ N pi 1lyf N p� �p�p y� ^ SSO P '482810NONt�Onptip $SO.M-1 v�j .�-1 P 00 Z , E N.IA IUNT MNNRINF M0 N t01O N�eF.-, 6 po pp �0p1 pN p N 1 I Q Np t 0 C .-IN y} 8WNNF O NN10 HiR IANN IA N(. O�� H 40/..19. IA IA F M m '4'4 M4? 8p o p 4 NMM" . - C O M N O 8 p N. N M O OMM 53 N M W M 0 p N N 10 g p O 2 ° d IE 0 ce g J J 2 ¢ oe R. w3 z S a ' V§, Z zz a S _ma z f f z a o a o � g$ „z o 0 5 w W gF� u zc°ez wa < �N '^ S w¢� v� �`' cg < 2 w z j w1y" 0c V~ �CO2�� �� a W�i Q o � �� ss n > UJ Q awc W C7 z =1 ce �:i En - 2 {,, �yl, (� V7 W 2 oz Z �; Uf n M m 2 10 Ko 000 C ~C --,r{,.,fnX µJU 3 ZU' (7w W LL7 fV O — Q J C�m O_ :-1 "' ° `�O ,i:O ° a zg z F N�M{�s1sw.�7 tt1 o m Z f 8 6 2a3FOO u�ZyiQ� N 07zrUW � (n'J' gam.^ H H f- `H �"� w 0� 22�>° dwJ{nf F .80aqyy ��,,tt,,,, "' u° w c� �� 30: woe,. 1o�o�'fz -'z Z u0 Kg >?2 oC7i°w6 wy�a w g�¢a gip 'L Um42r �U"¢�y,1 a 1� F oeu+i�g g �"' �3�>°�o�Fa- t�/wnlFF¢-- ¢°IIQ-- Q2FQQ(�j1��-. JCo�Z'�wfn >CW��f oo=O� i�p�z d..,z IA too[M O Z6° ¢ail t;0Xg id FO aH0E-0o� 11- <E.EPI vifa¢¢VVc7f5 co vnca-2EINi4,) co EE mM 7atn ¢¢7,� 1 .z ^^�� aooW`V mo�iroa`OOa^o�o°oSi rnarnXrn 18rn omS,lS000go`80 «■ § ■ @g § R _» A - V � f\ 8A i' E31! . 137 k 33 / S § ■ £ £_I��fc.z «8 m2 ■ N� 4 a \. A . ■ I 2 1,9 dm of £�§ B Z t4* bg'2e- Is = ■z:v v7 `.2 23 m dk//f2Eg @# e N §7 § V & _ X Og I _ aa 0 28 •$/r kk372 MA -.5G§ i■6 /R ino _ k_ion ;el -. 2 m . 2 £m§ - . fi ..i 2 km m2d§ 4 © 1 22 ]§t// §ao @V fit# 2�gV 2 ») ■ f 2� 2 $i 8 ( § z z o § z ■ § j % 4 ■ § § 2 -- 0 Kk jp%_ z_, $.0x460 §§g (gm ,_z io- E me w< | 22§ §. p.w $�z ■i- | • E 1?. § A AMERICAN CONSULTANTS ENGINEERING • ENVIRONMENTAL •GEOTECHNICAL INC.TESTING, I • MATERIALS - • FORENSICS April 9, 2009 City of Oak Park Heights PO Box 2007 14168 Oak Park Blvd. Oak Park Heights, MN 55082-2007 Attn: Eric Johnson, City Administrator RE: Proposal for Pavement Coring and Aggregate Base Sampling 2009 Resurfacing Projects, Oak Park Heights, Minnesota Dear Mr. Johnson: Per our discussion with Karen Erickson with Bonestroo and Associates, we are submitting this Letter Proposal to conduct the following scope: Scope: Fieldwork • Obtain eleven (11) bituminous pavement cores on the streets and parking lot (Brekke Park) as indicated on the maps supplied to AET by Bonestroo and Associates. Perform hand auger borings to determine the thickness and quality of the aggregate base under the pavement. Report • Summary of bituminous thickness and description of the condition of each core. • Summary of aggregate base thickness and textural classification of base material. • Descriptions of drilling, sampling, test, and classification methods. • Discussion of any pavement condition or materials issues evident from the bituminous and base samples • Digital pictures of the bituminous cores. The scope of work defined in this proposal is intended for geotechnical purposes only, and not to explore for the presence or extent of environmental contamination at the site. However, we will note obvious contamination encountered. This document shall not be reproduced,except in full,without written approval of American Engineering Testing,Inc. 550 Cleveland Avenue North• St. Paul, MN 55114 Phone 651-659-9001 •Toll Free 800-972-6364• Fax 651-659-1379•www.amengtest.com Offices throughout Florida,Minnesota,South Dakota&Wisconsin AN AFFIRMATIVE ACTION AND EQUAL OPPORTUNITY EMPLOYER City of Oak Park Heights April 9, 2009 Page 2 of 2 Fee: The described scope of services will be performed on a time and materials basis per the attached project estimate and fee schedule. For the described scope, we will establish $1,410.00 as a not- to-exceed fee. In the event the scope of our work needs to be revised, we will review such scope adjustments and the associated fees with you, and receive your approval before proceeding. Schedule: Based on our current backlog, we anticipate drilling can be performed within about five to six working days after receiving authorization proceed. ld follow the fieldwork by abouptwo wdeksortly after the fieldwork is completed. The report should Terms/Conditions: Our services will be performed per the Contract g Between C Park Heights and American Engineering Testing, cAgreement o Pr f ssial Servicesdat dated January 7, 2008. Acceptance: To indicate acceptance of this proposal, we ask that you endorse the enclosed copy and return it to us. The original proposal is intended for your records. Remarks: If you have questions or need additional information, please do not hesitate to contact me. Sincerely, C , - = � PROPOSAL ACCEPTANCE BY: ,,. David L. Rettner, PE Signature: Vice President/Principal Engineer Phone#651-755-5795 Printed Name: Fax#651-659-1347 drettnerAamengtest.com Date: . Attachments Project Estimate 2009 Geotechnical Fee Schedule II 2009 GEOTECHNICAL FEE SCHEDULE I. Personnel Hourly Rates 7. Stabilized Earth Slopes&Walls 15.00/hr A. Word Processing Specialist 56.00/hr 8. Settlement(FoSSA) 15.00/hr B. Drill Technician/Lab Technician 82.00/hr 9. SHAFT 15.00/hr C. Senior Engineering Technician 87.00/hr F. Bit Wear-Rock Coring D. Engineering Assistant 98.00/hr 1. Diamond Bit-Sedimentary Rock E. Engineer I/Geologist I 105.00/hr a) B,NQ 10.00/foot F. Engineer II/Geologist II/Sr.Engr.Assistant 120.00/hr b) HQ 12.00/foot G. Senior Engineer/Geologist 133.00/hr 2. Diamond Bit-Metamorphic&Igneous H. Principal Engineer/Geologist 160.00/hr . a) B,NQ 17.00/foot b) HQ 20.00/foot II. Vehicle Mileage IV. Laboratory Tests of Soil A. Personal Automobile/Truck 0.70/mile A. Water Content hourly B. Auxiliary Truck Vehicle 0.90/mile B. Dry Density(includes water content) 50.00/test C. Truck with Coring Equipment 1.00/mile C. Atterberg Limits(ASTM:D4318) D. Truck with Warning Sign/Crash Trailer 1.10/mile 1. Plasticity Index 100.00/test E. I-ton Truck with Drill Rig 1.10/mile 2. Liquid Limit or Plastic Limit 75.00/test F. 1-1/2 to 2-1/2-ton Truck with Drill Rig 1.25/mile Separately G. CPT Truck Rig(20-ton push capacity) 1.50/mile D. Shrinkage Limit(ASTM:D427) 95.00/test H. Tractor/Lowboy Trailer 1.70/mile E. Sieve Analysis(includes-#200) 88.00/test F. Hydrometer Analysis(sieve included) 235.00/test III. Equipment Rental G. Thermal Resistivity w/Proctor(ASTM:D5334) A. Drill Rig Rental 1. As Received and Oven Dried(2 pts) 910.00/test 1. Rotary Drill on 1-ton Truck 62.00/hr 2. Dry Out Curve(4 pts) 1130.00/test 2. Rotary Drill on 12 to 22-ton Truck 72.00/hr H. Electrical Resistivity(ASTM:G57-Soil Box) 85.00/test 3. Rotary Drill on All-Terrain Vehicle 102.00/hr I. Unconfined Compression(ASTM:D2166) 76.00/test 4. Portable,Non-rotary Rig 72.00/hr J. Hand Penetrometer 10.00/test B. Auxiliary/Specialty Vehicle Rental K. Organic Content of Soil 55.00/test 1. Auxiliary Truck Vehicle 15.50/hr L. Topsoil Borrow Test(Mn/DOT 3877) 340.00/test 2. Truck with Warning Sign/Crash Trailer 25.00/hr M. R-value(Hveem Stabilometer) 360.00/test 3. Truck with Coring Equipment 40.00/hr N. California Bearing Ratio C. Cone(CPT)Rig/Equipment Rental 1. Granular 560.00/test 1. CPT Rig(Truck or ATV) 128.00/hr 2. Cohesive 630.00/test 2. Electronic Cone w/Computer 37.00/hr O. Proctor Tests(Methods A or B) 3. Soil Sampler 3.00/hr 1. Standard 115.00/test 4. Water Sampler 20.00/hr 2. Modified 130.00/test D. Miscellaneous Equipment Rental 1. Field Vane Shear 300.00/day V. Expenses 2. Field Electrical Resistivity 210.00/day A. Direct Project Expenses: includes out-of- Cost+ 15% 3. Field Seismic Refraction(ReMi) 370.00/day town per diem;plowing&towing;special 4. Inclinometer Reading Equipment 300.00/day materials&supplies;special travel, 5. Pneumatic Transducer Reading 150.00/day transportation&freight;subcontracted 6. Bore Hole Permeability services,and miscellaneous costs a. Open End Casing Method 120.00/day B. Equipment Replacement(when abandonment Cost b. HQ Wireline Packer 300.00/day is more feasible than recovery) 7. Borehole Pressuremeter 55.00/hr C. Equipment Recovery(when required by Cost+ 15% 8. Iowa Borehole Shear Tester 310.00/day regulatory agencies or project specifications) 9. Double Ring Infiltrometer 235.00/day 10. Photoionization Detector(PID) 110.00/day VI. Expert Witness Service Rates 11. GPS Mapping System 13.00/hr A. Litigation Preparation 210.00/hr 12. Pile Driving Analyzer(PDA) 680.00/day B. Deposition or Court Time 265.00/hr 13. Calibrated SPT Rod 175.00/day (4-hour minimum) 14. Portable Concrete Coring Equipment 35.00/hr 15. Pavement Testing(FWD includes Truck) The rates presented are portal-to-portal with vehicle mileage, expenses a. Falling Weight Deflectometer 150.00/hr and equipment rentals being additional. b. Light Weight Deflectometer 50.00/hr E. Geotechnical Software Rental Overtime for personnel charged at above cost plus 25%for over 8 hours I. Geo Studio Finite Element 55.00/hr per day or Saturday;and at above cost plus 50%for Sundays or Holidays. 2. CAPWAP 30.00/hr Hazardous work charged at an additional 25%.Night time shift work will 3. AutoCAD 25.00/hr include a premium charge of$30.00 per person per shift. 4. Wave Equation(WEAP) 15.00/hr 5. LPILE or GROUP 15.00/hr 6. Slope Stability(ReSSA) 15.00/hr 01DPM021.0101/09 AMERICAN ENGINEERING TESTING,INC. 2335 Highway 36 W St.Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com APR 3 0 2009 Bonestroo April 29, 2009 Attention: Julie Stillwater Evening Gazette 1931 Curve Crest Boulevard Stillwater, MN 55082 Phone: (651) 439-3130 Email: gazads @acnpapers.com Re: City of Oak Park Heights, Minnesota 2009 Mill and Overlay Project Project No. 000055-09157-0 Advertisement for Bids We are enclosing an Advertisement for Bids for the 2009 Mill and Overlay Project in the City of Oak Park Heights, Minnesota. Bids are to be received on Wednesday, May 20, 2009, at 10 A.M., C.D.S.T. Please Publish: April 30, 2009. Affidavit of publication along with the invoice should be sent to the City of Oak Park Heights, Attention: Jennifer Thoen, 14168 Oak Park Boulevard, P.O. Box 2007, Oak Park Heights, MN 55082-3007. Please acknowledge receipt of this Advertisement by signing and faxing back this transmittal sheet to Laurie Elmstrand at(651) 636-1311 as soon as possible. Name Date Enclosure cc: Jennifer Thoen, City of Oak Park Heights Karen Ericson, Bonestroo Chris Long, Bonestroo Dennis Postler, Bonestroo 2335 Highway 36 W St.Paul,MN 55113 gECEIVED Tel 651-636-4600 Fax 651-636-1311 APR 3 0 2009 www.bonestroo.com April 27, 2009 Bonestroo Construction Bulletin 30 Technology Parkway #100 Norcross, GA 30092 Phone: (770) 417-4147 Email: cblegals @reedbusiness.com Re: City of Oak Park Heights, Minnesota 2009 Mill and Overlay Project Project No. 000055-09157-0 Advertisement for Bids We are enclosing an Advertisement for Bids for the 2009 Mill and Overlay Project in the City of Oak Park Heights, Minnesota. Bids are to be received on Wednesday, May 20, 2009, at 10 A.M., C.D.S.T. Please Publish: May 4 and May 11, 2009. Affidavit of publication along with the invoice should be sent to the City of Oak Park Heights, Minnesota, Attention: Jennifer Thoen, 14168 Oak Park Boulevard, P.O. Box 2007, Oak Park Heights, MN 55082-3007, Phone (651) 439-4439. Please acknowledge receipt of this Advertisement by signing and faxing back this transmittal sheet to Laurie Elmstrand at(651) 636-1311 as soon as possible. Name Date Enclosure cc: Jennifer Thoen, City of Oak Park Heights Karen Ericson, Bonestroo Chris Long, Bonestroo Dennis Postler, Bonestroo RECEIVED APR 3 0 7009 DOCUMENT 00100 ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of Oak Park Heights, Minnesota, in the City Hall at 14168 Oak Park Boulevard, until 10 A.M., C.D.S.T., Wednesday, May 20, 2009, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: 2009 Mill and Overlay In general,Work consists of the following approximate quantities: 9000 SY Mill Bituminous Pavement 3400 SY Reclaim Bituminous Pavement 3400 SY Subgrade Preparation 1570 TN Bituminous Mixtures 210 LF Remove and Replace Concrete Curb and Gutter 440 LF Concrete Curb and Gutter Together with crack repair, saw and seal, manhole adjustments, seeding, pavement markings, and other related appurtenances. The estimated construction cost for this Project is$160,000. Bidding Documents may be purchased by credit card at www.bonestroo.com (follow the Plan Room link) for a fee of $45 (for a paper copy), or a fee of $20 (for a download digital copy). Bidders may purchase a paper copy of the Bidding Documents from the Issuing Office of Bonestroo, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600 with a check for a fee of $45. Bidding Documents may be viewed at the office of the City of Oak Park Heights and at the Issuing Office. Direct inquiries to Engineer's Project Manager Chris Long at(651)604-4808. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein,and further reserves the right to award the Contract to the best interests of the Owner. Eric Johnson,City Administrator City of Oak Park Heights,Minnesota 000055-09157-0 ©2009 Bonestroo ADVERTISEMENT FOR BIDS A AMERICAN CONSULTANTS • • ENVIRONMENTAL ENGINEERING •GEOTECHNICAL INC.TESTING, •MATERIALS - FORENSICS April 23, 2009 City of Oak Park Heights PO Box 2007 14168 Oak Park Blvd. Oak Park Heights, MN 55082-2007 Attn: Eric Johnson, City Administrator RE: Results of Bituminous Coring and Aggregate Base Sampling City Streets, Oak Park Heights, Minnesota AET Project# 28-00049 Dear Mr. Johnson: This report summarizes the findings of our Bituminous Coring and Aggregate Sampling project we recently completed for the City of Oak Park Heights, Minnesota. Our scope of work was as follows: Fieldwork • Obtain eleven (11) bituminous pavement cores on the streets and parking lot (Brekke Park) as indicated on the maps supplied to AET by Bonestroo and Associates. Perform hand auger borings to determine the thickness and quality of the aggregate base under the pavement. Report • Summary of bituminous thickness and description of the condition of each core. • Summary of aggregate base thickness and textural classification of base material. • Descriptions of drilling, sampling, test, and classification methods. • Discussion of any pavement condition or materials issues evident from the bituminous and base samples • Digital pictures of the bituminous cores. The table below summarizes the bituminous and aggregate base thickness measured at each coring location. Also, there is a textural description of the aggregate base sample obtained at each location. Please note, only one sample of aggregate base, core 8, consisted of crushed limestone. The remaining samples consisted of gravelly sand and sandy gravel materials with little or no crushing. 550 Cleveland Avenue North I St. Paul, MN 55114 Phone 651-659-9001 I Toll Free 800-972-63641 Fax 651-659-13791 www.amengtest.comIAA/EE0 U. This document shall not be reproduced,except in full,without written approval from American Engineering Testing,Inc. City of Oak Park Heights Pavement Coring April 23, 2009 Page 2 of 2 Oak Park Heights Pavement Coring Date: 4/20/2009 Core Base Thickness Thickness (inches) (inches) Base Material Description Core# Location 1 WB 58th St.N,95'East of Osman,6'south of curb 3.8 14 Sandy gravel,Fine grained sand below 2 EB 58th St N,3'West of trail,6'North of curb 2.9 11 Sandy gravel,Medium grained sand below 3 SB Osman Ave,50'South of 58th St, 10'east of curb 2.9 5 Sandy gravel,Fine grained sand below 4 NW Quad of Oren Ave Cul-de-Sac,54'N of driveway,15'from edge 5.1 None No gravel base,fine grained sand under pavement 6 Gravely sand,large rock @ 6 inches 5 NB Oren Ave,30'north of hydrant,8'west of curb 5.4 Sandy gravel,Fine grained sand below 6 East end Brekke Pk,70'from east curb,15'from south curb 3.5 4 Gravely sand,Medium grained sand low 7 West end Brekke Pk,27'from west curb,30'from north curb 1.2 6 Crushed nd,Medium fine silty sand below 8 SE Quad of 60th St Ct,7'West of SE drive, 12'North of edge 3.8 10 rushe graves one,grained silty sand below 9 NW Quad of 60th St Ct,15'S of entrance,5'east of edge 4.0 12 Sandy gravel,Medium raied grained sand b below 10 SB Norell Ave,50'South of Frontage Rd,5'East of curb 5.1 12 Sandy gravel,Medium grained sand below 11 NB Norell Ave,5'W&15'S of Wal-Mart truck entrance CL 5.7 9 y g *2"rock encountered immediately below pavement Pictures of each of the bituminous cores are attached to this report. The cores were all in relatively good condition, with no evidence of stripping of any of the different layers. The cores were obtained using a 4" diameter water cooled diamond tooth core bit. The aggregate base samples were obtained using a 2.5" diameter hand auger, with continuous sampling to the bottom of the aggregate base. Remarks: If you have questions or need additional information,please do not hesitate to contact me. American Engineering Testing, Inc. Report Authored By: Peer Review Conducted By: OM. /...„0 / -.. David L.Renner,P.E. Jo eph orzilius,P.E Vice President/Principal Engineer rincipal Engineer I hereby certify that this plan,specification,or $ report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota Date: / 2-3 CI License#: 20458 Attachments: Bituminous Core Pictures (11) :w, f t _ �' ,t: .. s - -� 'i gyp ; ", sj 0 �Aii�/ir 4 _ T . 411691117, 51111: . • ; -41. f t'jF .- a N Z ,. RID t .Y•' ms �..__ ,µ 2 .. Y� + f. ,... . ...4_---.4)1...,,,,,-,7-'00' i-;',1:,•,r;,--* • -......4 s- 81'.' u , . , • • 4 ' ST .. . _, .. ... ,. ... ,,,,,,t 7� #` �'xA6•.piStF'Yete.-1Y *f{`Yv.#'a +W „A.<e::. • .011111 ' w - }F' a --.., ..... _.,,,„... ,,,„,:. .4........ .., „.. --,' .-.... ,-"Sp4ti,1 ',„■.,..-,,, .411P ' ',-,'''''.P.'1-sir*'. ''-'' Li'''. :---- 3 , ,,....„ ..,...„,„......., ,.„ ._. ..,..,,,,,....„..„.. .... „..,..,. . .,..,, !,.,..r...„.. ..,,,,,.,, ____,..„ ..f.L.: ._ 7,..,...,...„... ,, , ., ._ . .. .::,. ,.... ... .„,,,,,,,..„. .. . . „ .., . 0.. • ,.,,,,,..„:„.„,.... „.... ...„..„..„." . .,. .,.,........ ,.,...4 ..::44.0.-,,,-,:,...„,,, _ ., . _,-,*--iv.. . ._,-' -,,. S ,,,,,,,xa . -- ' 71""' Rue . .. _. , v , .. . . ..,... .., .... . . .. . . . . ..,. ... .. ...... .., ._ . , _._,.. .. : .. . . ,.. ....: . , .,:. ... , .............. ..,..:, ,..... . . . ......„,, ..-v , , _ . ..„, __,.... ___,., ..,. . 4 }ay,«?. X } . � `T � ,� ,� `O -acP' w i ,, . ;.e ,„ ,. $'.:' • Lj010!5'.':',:',-- ..11"4---- 4 µ'1y,.. ` v .._ ,e r .., 03 E giV •• ' -L. .., ..."lb .'-'':4-,..'"*. , Pi V ilk °I ,..„,..2,..:.....„ .,..„..„ ,,,.,.........,..„..„, " iiii-'re t'. T' y x .- L a ba •"� My w�s _•ire' ter!' - l` i `°� ■ 0 •t:; 4.i - 4.01••••/...' s sa } (IDD „ , lipi,,.. 4., .or- . --,/4„,...nt -"r ''.*:,J):: .'. . . .. air ,'' ,- S‘r CT 410444 -i.,.., t 7.:,A: '. ' 431t4IP '''.4044:.':44.4' '''t 7''' Ik.....,";.:..AP 7",i- - .. 6a `x ` ? - z 1.!,r I a ± fie ` r ' ., ,,.,,I. itiO.,4&,;,..._ ---‘,; ,.(1+;:44..,::-,:a- -. .-.: __ Nor 434 � !.� * Y'- Al] I ° it ., . ,. . #;.iv 4., . • "11.111W ,AN,- App1 0 it-.e., .4 'II ''*si I%•t• "....... ^.it 11114.10— • .V40.' )011 ^^."'' ` .a .,,1 .. A,:way ;, i -. ...,:, ,lifr.... . . ivy , .~ z6 � '.,�.- ,yin. YT , Y ` d.Y h Y t . . t* •'. ! * {r' F lit. • n a F ,4114. .,,,,j....ts,,_„. :,, ,:kt.•;11w.. ' t'•__it:.414.'4,4,-... 4fo. "''-'••• ' 14..4:-,..../—:4 in .1.14 1k . . -.7,;--4 0,1`., . ...4.. +0 , 4 YA " --t..+1,- 4 - . , „.000fr A , '.00;4,':i•j!," No reit' , ,.. ,,,,,,,.. „..0.4, ..., ....„.„..,,,,„ , ....„. . __. - it. ,_,, ..„,, ,,...... _ Iv- - _____...„0. --..• ,... . . . . ...,,, .. , .-.;. .-d _,... - Ae-- ..," •Allicit _ i ,ii,t100:,-.*-. Ave- April 23,2009 City of Oak Park Heights PO Box 2007 14168 Oak Park Blvd. Oak Park Heights,MN 55082-2007 Attn: Eric Johnson, City Administrator • RE: Results of Bituminous Coring and Aggregate Base Sampling City Streets,Oak Park Heights, Minnesota AET Project#28-00049 Dear Mr. Johnson: This report summarizes the findings of our Bituminous Coring and Aggregate Sampling project we recently completed for the City of Oak Park Heights, Minnesota. Our scope of work was as follows: Fieldwork • Obtain eleven (1 1) bituminous pavement cores on the streets and parking lot (Brekke Park) as indicated on the maps supplied to AET by Bonestroo and Associates. Perform hand auger borings to determine the thickness and quality of the aggregate base under the pavement. • Report • Summary of bituminous thickness and description of the condition of each core. • Summary of aggregate base thickness and textural classification of base material. • Descriptions of drilling, sampling, test,and classification methods. • Discussion of any pavement condition or materials issues evident from the bituminous and base samples • Digital pictures of the bituminous cores. The table below summarizes the bituminous and aggregate base thickness measured at each coring location. Also, there is a textural description of the aggregate base sample obtained at each location. Please note, only one sample of aggregate base, core 8, consisted of crushed limestone. The remaining samples consisted of gravelly sand and sandy gravel materials with little or no crushing. City of Oak Park Heights Pavement Coring April 23,2009 Page 2 of 2 Oak Park Heights Pavement Coring Date. 4120/2009 ' Core - Base Thickness Thickness Core S Location (inches) (inches) Base Material Description 1 WB 58th St.N.95'East of Osman.6'south of curb 3.8 14 Sandy gravel.Fine grained sand below 2 EB 58th St N.3'West of trail,6'North of curb 2.9 11 Sandy gravel.Medium grained sand below 3 SB Osman Ave.50'South of 58th St.10'east of curb 2.9 5 Sandy gravel,Fine grained sand below 4 NW Quad of Oren Ave Cul-deSac.54'N of driveway,IS from edge 5.1 None No gravel base,fine grained sand under pavement 5 NB Oren Ave,30'north of hydrant,8'west of curb 5.4 6 Gravely sand,large rock @ 6 inches 6 East end Brekke Pk,70'from east curb,15'from south curb 3.5 4 Sandy gravel,Fine grained sand below 7 West end Brekke Pk,2T from west curb.3D'from north curb 1.2 6 Gravely sand,Medium grained sand below' B SE Quad of 60th St Ct,7'West of SE drive, 12'North of edge 3.8 10 Crushed limestone.fine silty sand below 9 NW Quad of 60th St Ct,15'S of entrance,5'east of edge 4 0 12 Sandy gravel.Fine grained sand below 10 SB Norell Ave.50'South of Frontage Rd.5'East of curb 5.1 12 Sandy gravel,Medium grained sand below 11 NB Norell Ave,5'W 8 15'S of Wal-Mart truck entrance CL 5,7 9 Sandy gravel.Medium grained sand below •2"rock encountered immediately below pavement Pictures of each of the bituminous cores are attached to this report. The cores were all in relatively good condition, with no evidence of stripping of any of the different layers. The cores were obtained using a 4" diameter water cooled diamond tooth core bit. The aggregate base samples were obtained using a 2.5" diameter hand auger, with continuous sampling to the bottom of the aggregate base. Remarks: If you have questions or need additional information,please do not hesitate to contact me. American Engineering Testing, Inc. Report Authored By: Peer Review Conducted By: AV ..• 41. 1111411M . David L.Reimer, P.E. Jo eph s' orzilius,P.E Vice President/Principal Engineer rincipal Engineer I hereby certify that this plan,specification,or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota Date: %f Z'3/07 _License#:20458 Attachments: Bituminous Core Pictures (11) fix- . • i > r tI ,, , Ir s, a? w ' r oa • d,^ v ■ 4. :IS, - 2 • ii► r 4,10 1 0 s tylhhav , ,,,,,,...,.: i a 'I , 41e. y v 'y C, 3 ., . .... ‘. s 1, . . . w .. .. . .. . .. ,3 f :......, ......r a 410t* Roe ...... ... .... Ai., ...0„. ii, ... ... toriaso ..,....r .,., ,,. ... ,,. • f'r° 1 N. rte " y f :its 4 ., • . ..... ,... 0 Og E J° i, - .. „, ,,, , ... r, q (\%1 f..- r A " v de . 4 .. 0,0:,_,,., a ":,,,,:,._ 5 .. „... w ....... _ . .. . . ... .... .1 ,..„...e.o. ... .... , .41. ., :r.4 . .. .. . ., , _ . , . .,... , ..0,,,, ..... 1.0_ .: . ..ago ik‘ii. .. . Os .. .. .,... ,..... ,. ,,. _... .. .,, ,. ,. ... ,. „... 6 B (bc•KKe . • . , Awl, A PagrY414 4 a aillsi ..1 MX(■114e . s a `M * v >• 4? r)(........ . . i 0. s+ q.•,,,.< 7w -''h -:may,. . . . . ..... . . . ,....„., .... ...,.,. ..,„. ..........,.. .. „,..,, . .: , 4„,k . . _ . . ... . .... A . , . 8 .7.,.... . ., , .,„ . „.....,,,,v . ., .„., (iiii,,,,,,4.0-sr C'llw° 1 •. 4. it Jok i t e.. N 'I . .. . „.................:........ .„..„......„...,..„,. ..p. ,,: -.....4 4t ' '.4: 1 • y a, ');:• }.mo ilk Ass`v. !.....—.,;. ,t, . 's., : 010 1[1130 41-1111 +mow a f,. .. ia�, t it.'�•�.trCti"t• . . .. . .dill cr • ti AC �7 0Ifr e. A 1,,y t .,i t • r.*a. r t •'Vfl '.'‘. . lit.4:.,j t .. 44^• .,-• r. r y � � -.� •„.., 1 0 . , • p `'4 4 . � " -- i i • 0 Mitt . a 1'''':4, ' '”" * * I° Nve . .. „ ,.. J , rig" ' - All„ 'N, . 4.... ... ,,, or' • Lp ,, .. .R.,S� i t w •l G `' i •.GARS $¢ o ' � in 1 • , . . °w. `fit I�,...' y . ,,t. l � .fir#! _.., ,if •4616, 0 to,,,,....."'fi.,;, :.".,,, . 1...44•,:,,,t; .740t,..:47-1::;144i•,.. . ,.. ifr. .0 , ',0, , ./�a w AJø ret t .,p.16 : . 'ter 0. l'ikJ et 40 ii. . ., • • 2009 GEOTECHNICAL FEE SCHEDULE I. Personnel Hourly Rates 7. Stabilized Earth Slopes&Walls 15.00/hr A. Word Processing Specialist 56.00/hr 8. Settlement(FoSSA) 15.00/hr B. Drill Technician/Lab Technician 82.00/hr 9. SHAFT 15.00/hr C. Senior Engineering Technician 87.00/hr F. Bit Wear-Rock Coring I, D. Engineering Assistant 98.00/hr 1. Diamond Bit-Sedimentary Rock E. Engineer I/Geologist I 105.00/hr a) B,NQ 10.00/foot F. Engineer IUGeologist II/Sr.Engr.Assistant 120.00/hr b) HQ 12.00/foot G. Senior Engineer/Geologist 133.00/hr 2. Diamond Bit-Metamorphic&Igneous H. Principal Engineer/Geologist 160.00/hr a) B,NQ 17.00/foot b) HQ 20.00/foot IL Vehicle Mileage IV. Laboratory Tests of Soil A. Personal Automobile/Truck 0.70/mile A. Water Content hourly B. Auxiliary Truck Vehicle 0.90/mile B. Dry Density(includes water content) 50.00/test C. Truck with Coring Equipment 1.00/mile C. Atterberg Limits(ASTM:D4318) D. Truck with Warning Sign/Crash Trailer 1.10/mile 1. Plasticity Index 100.00/test E. 1-ton Truck with Drill Rig 1.10/mile 2. Liquid Limit or Plastic Limit 75.00/test F. 1-1/2 to 2-1/2-ton Truck with Drill Rig 1.25/mile Separately G. CPT Truck Rig(20-ton push capacity) 1.50/mile D. Shrinkage Limit(ASTM:D427) 95.00/test H. Tractor/Lowboy Trailer 1.70/mile E. Sieve Analysis(includes-#200) 88.00/test F. Hydrometer Analysis(sieve included) 235.00/test III. Equipment Rental G. Thermal Resistivity w/Proctor(ASTM:D5334) A. Drill Rig Rental I. As Received and Oven Dried(2 pts) 910.00/test 1. Rotary Drill on 1-ton Truck 62.00/hr 2. Dry Out Curve(4 pts) 1130.00/test 2. Rotary Drill on 12 to 22-ton Truck 72.00/hr H. Electrical Resistivity(ASTM:G57-Soil Box) 85.00/test 3. Rotary Drill on All-Terrain Vehicle 102.00/hr I. Unconfined Compression(ASTM:D2166) 76.00/test 4. Portable,Non-rotary Rig 72.00/hr 1. Hand Penetrometer 10.00/test B. Auxiliary/Specialty Vehicle Rental K. Organic Content of Soil 55.00/test I. Auxiliary Truck Vehicle 15.50/hr L. Topsoil Borrow Test(Mn/DOT 3877) 340.00/test 2. Truck with Warning Sign/Crash Trailer 25.00/hr M. R-value(Hveem Stabilometer) 360.00/test 3. Truck with Coring Equipment 40.00/hr N. California Bearing Ratio C. Cone(CPT)Rig/Equipment Rental 1. Granular 560.00/test 1. CPT Rig(Truck or ATV) 128.00/hr 2. Cohesive 630.00/test 2. Electronic Cone w/Computer 37.00/hr O. Proctor Tests(Methods A or B) 3. Soil Sampler 3.00/hr 1. Standard 115.00/test 4. Water Sampler 20.00/hr 2. Modified 130.00/test D. Miscellaneous Equipment Rental 1. Field Vane Shear 300.00/day V. Expenses 2. Field Electrical Resistivity 210.00/day A. Direct Project Expenses:includes out-of- Cost+ 15% 3. Field Seismic Refraction(ReMi) 370.00/day town per diem;plowing&towing;special 4. Inclinometer Reading Equipment 300.00/day materials&supplies;special travel, 5. Pneumatic Transducer Reading 150.00/day transportation&freight;subcontracted 6. Bore Hole Permeability services,and miscellaneous costs a. Open End Casing Method 120.00/day B. Equipment Replacement(when abandonment Cost b. HQ Wireline Packer 300.00/day is more feasible than recovery) 7. Borehole Pressuremeter 55.00/hr C. Equipment Recovery(when required by Cost+ 15% 8. Iowa Borehole Shear Tester 310.00/day regulatory agencies or project specifications) 9. Double Ring lnfiltrometer 235.00/day • 10. Photoionization Detector(PID) 110.00/day VI. Expert Witness Service Rates 11. GPS Mapping System 13.00/hr A. Litigation Preparation 210.00/hr 12. Pile Driving Analyzer(PDA) 680.00/day B. Deposition or Court Time 265.00/hr 13. Calibrated SPT Rod 175.00/day (4-hour minimum) 14. Portable Concrete Coring Equipment 35.00/hr 15. Pavement Testing(FWD includes Truck) The rates presented are portal-to-portal with vehicle mileage,expenses a. Falling Weight Deflectometer 150.00/hr and equipment rentals being additional. b. Light Weight Deflectometer 50.00/hr E. Geotechnical Software Rental Overtime for personnel charged at above cost plus 25%for over 8 hours I. Geo Studio Finite Element 55.00/hr per day or Saturday;and at above cost plus 50%for Sundays or Holidays. 2. CAPWAP 30.00/hr Hazardous work charged at an additional 25%.Night time shift work will 3. AutoCAD 25.00/hr include a premium charge of$30.00 per person per shift. 4. Wave Equation(WEAP) 15.00/hr 5. LPILE or GROUP 15.00/hr 6. Slope Stability(ReSSA) 15.00/hr OIDPM021.0101/09 AMERICAN ENGINEERING TESTING,INC. FEE ITEMIZATION PROJECT: Oak Park Heights AET# 28- Pavement Cores and Aggregate Base Sampling UNIT UNIT RATE EXTENSION PERSONNEL TIME A. Word Processing Specialist 0.50 Hours $56.00/Hour $28.00 B. Drill Technician/Lab Technician 10.00 Hours $82.00/Hour $820.00 C. Engineering Assistant $85.00/Hour D. Drilling Coordinator $96.00/Hour E. Lab Technician I $60.00/Hour H. Principal Engineer(David Rettner) 2.00 Hours $160.00/Hour $320.00 II. VEHICLE MILEAGE A. 1/2 Ton Pickup 120.00 Miles $0.85/Mile $102.00 E. 1.5-2.5 Ton Drill Rig r $1.20/Mile F. Attenuator $1.20/Mile III. EQUIPMENT A. Drill Rig 2 Coring Rig w/Generator and Patch 4.00 Hours $35.00/Hour $140.00 4 Crash Attenuator $40.00/Hour IV. LAB TESTING A. Water Content $13.00/Test B. Proctor Density $115.00/Test C. Unconfined Compression $20.00/Test E. Sieve Analysis(includes-#200) $88.00/Test TOTAL: $1,410.00 NOT-TO-EXCEED AMOUNT PER PROPOSAL: • I I w I h, `a O o i 133HS 3llIl :]TAI 6 3 W t7 uv ols 0 GOOZ b-r O.,� E° ° — — •� nry Ha Ama3AO 8 11IW 600Z i � - �_ 3g�� s 113110 U Cr,j N m.11- O = •:-..." a 3NIJJd'INtl1N0S01359NdNOW Oa1 d M Q5NlaH5 dasOHAIlS1nI)AHMaM V1:3aHNVH •ci 37l1 M aas�0MNM d d NocsrnadnsIJav faAwaaanln AjI1SAHH f O VIOS3NNIW (S1HJI3H JI21dd MVO N N- > laOd3a J HIvi H r0 • Z '� al W • • • • • • 0 Lu ca c LL O f— z W • I Z p O .. • U ■ U N 06 o W .--1 a ce xf , ..,-'.-- :;... .......,-I: r:..,. i'4, 'f ;',',1:::'4:#'",1 O e %�� ® rr10 C l W v i1 � .oasil00MI,,:l,.. Q z � P" 00.— `ad A, '=el000n it-ibioom0 �" �� roll �iollllr 10 Ce,Irr100�° CO Ur ma opal rl•Doe rreo 80 o,■� r lon mum 'il Irer �" peer!�,, rlar;rr ll iiiilllllle Ir. Sy pn / is � f8£ ■;mttl gal—.rig o•r , e .' o rrrlol e r .1aror_ 1J € 1 i I rn tr ter,oe , m 1.44 Lo L ; r 3 44":„•:,z0,/"4"":"'-.:, rr —;oar i.2,:;_-".sell an 7 r f •,. �' .. F Alt...,E o J Iim : I IP!$�. .A — W zzz�a dbo� � �" z� I-0 ZOCC ■ o uJ L NI µ 3 � -6t Jwz- W ce LI ITS __, �` W Q• I ►/ O°o.r l O,O e ;I; ; 3 £ �- ® � N z e. .. r 0 rr 1�v Ord _ J - —{ r-.l LI .; �� r�1e�Lr'.■ z z> ■ a> > w ,„:11-",:-=-;� I / r00rrr�r r r'r■ 0 ,- >< r 0„�/ fiver. °®laYa..rY- 4O^O�OwQ Z ale r i AvdO��:rrarar o (/� ° a off°►i�dar:ouw v�nou ,� W;z1i.,I T e 11► ii a O° =o I w o LU ,:.;,....._„_ ��� ' '�"6v01110° 1-o z w 0 u rsl� x r . . 4 \`i v,°r. _J LLJ 1 i-1 ~000 0 00o a. I ►.�i:C;' w o 0 0 o co o w ./ £ $ ►��:1 Z ( zc�vv v vvv z gum -, �J I Idal�. III411 „ . V) N ,r It _..... O m m m m Willi iiiiiL 0+ Q w w w w, lOrn4�s. Q U U C U z�+���' Z Z Z Z z " • ';, ` o�'� � � O O O O a o °e U U U U v ��/f11I���' �I .1111111 i►a�I UJ•r mil . . .. . . . . . . ,,..... ... . ...„ .„,,,,,,.±..,,,,,;..,...,.......„„,,,,,.,....., , ,, , . ..: „.:„... ...: .., ,:. • • .. , . ,, „.......„.........,,,,-cy,:,,'..,,,,,,.,A-r::.r:".:' : - -...; -. ' .,. :•' • .... AO 41/ ,,,,„ : „,. ..,.., � ~: : . i . :''!. 9. ' : o w o• z Z w m = W z w a j Q W U Q w Q• ¢ a Q O E E E w E { i WV 6Z,fI,8 6002/9/S 6 MIYIOID LSI60SSi6m0,,CAJ\LSI60SS\SS1.11 •0 #### :313i3"1 0 QE ro° 7;...{....,iT'.•...!/N..; rt :ASULLVNESS Ntrid NOI1V301 S... i LL TI 4.... I's R •o ... ,,,z:s.9,r.-, ,--.. o I 1 i 0 alkiii Ul ?,,z un! ts , ; ._• ...."...- 9N01'M S3HdaLSISHD ,,,,,,,-,,,,,,d Atf113A0,i3 11I11 600Z iT),- 1 • I 1 '.:,,CD '1r . . ,.,,——... ,,,., ± , ,,c, .z u.,... .• 1/1COSANN14 JO II.V1S AH.L JO SMV9 AHLHAONO .. 7:13ANIONS TiNOISSAJOIld OASNA311 Aino v NO I JOH!ONO NOISIA213dOS IDAS110 01.4 SAGNO 00 AN AS 03SVd321,1 VM VIOS3NNIIAJ 'S.LHDIDH )12:1Vd NVO 1 . ci ,H.I,. Cg >, t-, t CCI P E 0_ ...'" ' ISOdiS SO!NOILLVSLIDAd5!NOM SIH11001.Ail AD F.8111314 I ,„, Z j , . , '11 1 11111.11M : . .' 1 11 Mil 1 . . .• . , . . ` ":-. , : .• "'' ,.. : -.. . :•'i MI_ ' .• ' : . =!: i!,iiii. I . : ': i i 1 i ill.1 ' : . . : : : \ , , — . P'AMIIIIII . ,, NiliffIl • I ' I . : : : I :•, : i :: ,11 , :: !. 1 ! ! ! !' H,', ,. :! , , . , ..... _ k0 . . . . . . • i!:1: !: !!, '' ' • . : . : : ! 1 , . , .. '. )" ! , . . : .• : . • „____. • IVIII „„ : ,”' .•"' 33:'1 .. i'l 44-- - : 3.3—....■,.. ---Z---" .. r?-/ 1 : . . .I.J. .., 1 . 3 ' , 3 \ 'i 111111 — . I I i 1111 ' ' '3 1111 I:I 1111 ±,33,3,:- . . . " I-- .0 I; i r.--6,..- II,. 1,... , . : . hi .: ' ,,,:-....: ',...[:',.,'',, :: •': IN ',,, . . . , ..,. : ,. , 1 1 1 1 I 'i i ':,. ::::::, / x . . , : ::.mow • . . : i"- ..! .:,':, : :. . :. - u-, , ": ' -:::';.;' -' ily .' ' ■ ''„, - ,'';, 4, ",", il MENU . . , 1 . :' ' •' --":"' •''.;,. : :' Ell:'IIIMI 1" -----1 1 1 ., : • . . i--;.44.., ' ,,Ii.4.4."1 /: :- : .•" , . : . . , ., . . .• . : • , 1,[ 1 q "It- .. .- ' s • L..-4. I: ' .'',",",":'. . . . : - , . ::, : : 1 1:44 s ,.:' ".::. 1 s:, 4.-- H : h"4:: • :: :%''''s: 'K, ! k.f ":'''': 2'1-------:' ,: ,... . ....,. • :.4":'' :: . s4. - , . :- : ,: 4: 1 d . , ,....4, , :.,:„.: . ,.: , . . . s I , „ : 1 :I 1 ; : f ' ' :: ,". 1 : : •- 1 ." .••••,- . 11 :„i "" "i" ,, I I'N 3AV NVtOSQ ':)-;--"': . : ! 1 .1 f :, ----- ,k : .,t : :. --- .......— ............ ,, 4 '-4- ".. - •:: 's:'y ;', :": „ : , . . ."':. 3 ! : :: i : ''4:4,44 i's, 1: I i'l ii / • 4 1 ' ''..."4 :;''' ' .,, : . : ::: . ... 'ss.• ' S, i . . " ' , .--, -^ : : , . I , ., '' r'''',7,',,:" T'"' ',"'[.:"4:"...---:, :,I::: :s. E •1,,, : . • 1.1 — , II;T'- I I'-'. I • • • : . J ,,,-- '-'' "-•N'3AV N31i0 :.: : : :,:., ; . ::,, . i:....::.: : ':..„..-.,.-.1 ':,..„ ' : .,::,: i [i. :-:' [ : :,•,,,1/4!,,•)..„,•;•,. ,..,,,.•:S.:''':'.4":“-:: 4,'cf."4-. ; : "1: :: • " ::"Li-,z . ::,... ,I I ' ;; l' s,::i • "------- ' :4, ,' r :',.: ''':'r• --t--:',1'1: ' "„ :4"; --- -,g 4,, .i:/,?......1",:!" , " ! : . :',4„....... .. ....i ....z4.4,F: ,, i i sii., : [ • 'i: - ' h;4 4,'' ; gen g. . . ,.. 1-7,,,_i --- : II'';:,....-4 9..',4 - -'-: ' ' •f.:.--, [•;,-;; • : . • ••••,:: , i •• . , •..,,,,: : ,,.,,,• i 11111,:: i •,., ' ,, „ : .:, : : . :_i 1.:14. ! .. J ---, . : _ i...,::: . : :„,„„ , :i: ' , : ..1 , .„.. . . }--- ! . : „ .... _ r : il I ,-----...„', ', . . . : . . . . . , . . . • : ., , .. . ., . . i:ilii /ill III ! :: r / ..... t ,...i.......Jr_A 4',',„ •.... 1 - 1----[ _ • 1 —i ! 1 / # .... : 1 , L, __I .. . .. •. •• ••.•• -I----/----‘>'4.,.: / :"' „ . I 1.1: i•••••• „ ..„ ,. _ •• !-- : 7i,,, ,• --[,,\ 1 • .. ' 1 ;1/4 1/4 • - ,, • ,. :;--•, : •. : i: ,, :•,,:, _ ___------1rd -,[ • ,-,--,,,,••-•••••• , , ,..,:.,,,---,------,q1 ••,1, ... •..• _______ -----,-, ,•1/44 [____-4''I.-- ' 1 fl 1, 4 Hi . . :. ., :',. . . , , ss ''1 : ,I-----i 1 ' 'H ' - - - i . . , H:::: : i! :',/: : I:": 1 ::`i Ms- --.---1"`.!. j----1 :----I: ....:11.4 i ''. . . : ' ' s: i " 1 ;."'... 'i • . . „ . : „,.....,, ,..... . s • : ".__.— : ' [ i . ..:. I :. 4 1 . , , , , : . „ ' :,.......eI '.---,\ :- ■ . 1 '1 ''' IiIII T I . ,• • , . .. . , . . : : :. , ..:,_- , . . . . : , , , . . . : . . , „ . , ,-----y,-,;,•••,,,,:-„,:• , , ,, •.:::„ 1 : ' 1 H i_....... „..,.111.„. . : :, : , 1:•- 7-7 „.,•-- : • : : .,,. . , : , , ,.: ;„ :•„, , ;;; H_ :','1 ; / -v \ L_____ . : : . . . . :. _ :,: : „....„ , , ---1„----- . . . . . . , „ • . „ . . , . „ „ .. • . , : . . . . . ; , • ,„,,.....,,,,,„,„,,,,,,,,,,,,,•t.,,,,- ---N;f::r j[,: • , . ,•••."".... : , : , . . : : , : , : ::: :, ,,:::, :. : ::,,L,-,-, ::;;;::-/\ .. 1.. _ . . : / T ! \ :v. ,.: • •••••• ,,, , . . 1,, i'-',•1 „ ,,,.. , , . . : : :: . i . . ._ .. •• -•- __], _ . . , . ..„.„..„,,, ,, —l'i'l__—_—„,, • • , i 1 „ , 1 ••• — :„• __---.:, „ „„ , , , : : , : , : : . , ,,, , , , : . . . . , , :„.• 4 , . . • • . , . . . . . : , ' . ,. [---------(',, '.1!r : i, 1 1 !, 1 ! , ::. .., : „ 1 1 ,z/ •A 11. : lh ', ,:. :::,,,• , : ,,,,,,.. : . . : . . • : • :, , : . : ! : 1 I --1 - .: „, • • , : : , , : • . . , • : i . , . , : „ .. . .. • • . , . : • .. . . . . . , . ... __ _:. . , . . „ • • . . .:. _ . 1 ,..., •••• : ..• •••• . . „ . . • . : . . . . ,. . : - • • . . „ • • . : !.....„i •••,' . . . . . , . . .•••• . , . . . . : '.13'IS Hi:09 • , . . . . . : . ;\ • .„;:d : . . , . . r I . . . . . : , . . ., . ... . . •• • : „ . : , : ' : ' ,-':-.,,„:4r".441-4:::?..,y^4:,,, ,:41.01,:::,,s,.:A.(%.....i,44.:----- ,.:, 1 _1 :if - . 1"..11 .,., 6:::, .••• . . . : , . . •• •• .i4:-.;..”',;;"--/- — ■":,i 4,■---:7,-- 0 , . : • I . . : : .• , : : . . . . . • • . • : . : " .• .: , " i: ,1 ;',1 '''.'"‘2 i --," g . , . . . ... „ . .. , • ,.. : • • . . , : . • . . I ! 1 , ': : 6 '9,, : • . : • ... „ ...::- . . . . . . . . : . . , 4. 4 , . . • . : . : . : . . . . . . . : . . . .I.1 1 . : . . , . : " ,;: 4,: : • . • . . . • ' 1 4,:s il I.',-,,:‘ i:3:3 3. (5,-,I • .•••• . . : • • : , ,.... „....._..... ..... 4 .,....,,,, .. ., ,,...... ,•,:- : ,. ,:,, ::, ;-••: ,,,D, •::,;„1„,,,__::,.......: ,,,,7 i I.'!..'I , I.'? . . . • : ; ] ,. -I, ,',.%% / I : 1:1•:,:,„ i i:', .1 ,I:.... 1 .Ii .:: .!. : . 1 . . , . 1 ,: 1 . . ' ' ,,„.f.::;;LiI-' –. ,,,,-.5 ,"4,,,11- .:,.,..."--'1"1'.---,t!..."'......''''';,''''''' ,.„]" .1 ''''' ', ,-''''`.:,.';',,', •"' • . • : : "" . . . . . I . , : '• ' „,4 • . . . ' -''''' '..'.•', • ,-,4-.-'..'''....- .4 400:" ..'1.:';'' '..,,..k. ', • jr,', %%' .4,-,, ,.., • • : . . . „ , . . : ' . : , . • . : . „ .1', , , ' i ' \1'---'• 11 .• , „.. 1 : : , . '• •• . ,.., : \\.'.-',"';;:-'''..',:'. -''''.:2'1' '1.;.<4',„,,,, N', ... , 1 .• . , .., ,,,,,,„ „.7211.1" - .• : , , ..„..,,, . , . . .. : . .. . „ , . • , ,•■ , . ' '',..:1.:: , ,• ,.....,, , . ' ' : : . • ''' '.-•,.."...''•..''.... 1 ' . ,I:::- ';'... '\.)' ..•• • ‘, , : '1 .,.. ; - .1 . i)..? , ,1. • . . .. . , . . . ., ,. , . ' • I, 'fr ''"'"J. ''' viv 80:US 6002/9/S 6MP'SOODLS 1600SI6m0\OVD 1 LS 160SS\SS1,>1 ■ L I 3 0 ,7-,'8.7,' Eg - 9011.0- 01,1Dn 60-67-1,xvi., --alya 0 . s__ ,‘°,'J.; r,L1 s ,-., ---4-x Tiv, --pitv 34111VNDIS H.1.10N ninoD J_931I1S H109 CINV(I 31VN21311V'7DNI)HltION 311N3AV 173210N I. „. ,--I -4-) , ,,,,,c, nO S1N3IAIDA021dIAII 1331J.LS I iorD Is cif)) ,,.z,,, L2 ,---zu.;,,,) • 75,=•-•;;; .e 5N01'NI 213HdOISILIHJ 114VN 17.1111d AV1213A0 V 11BA1 600Z O n" 1.1r g = rt,..0,.‘, o z. V105141454 JO 14:1S 3141 JO SMY1 3F11 4 IOW - ,.., --: 0,, 2133NIDN3 1E1,101553404d OISN3)41 Alnav isly i volt cmv ,,,-,H"""= i.- NOISIAN3d1151.732110 Ald tiganin 40 314 AB OMR/4321d WM VIOS3NNIIAl ISIHDIDH >18\id NVO c, 0 e, a . ",,,i co ,,,-,-w e 1110434 80,10,1VD141734S'WA S1411 1V141 AJI143)40343H I , ....„ - " \ , > W C' W g z 0 Z , 20 Z ce .E2 uM tu M c:s \ , ut z 0 tu 0 ut . 9 0 zz 0. L 0,7e' 0 z.< •<•E; w z ' i-- ., .. (...9 E. >- 0 =." . cc ce.,,Luz _, co bW,-42 :it' ,..wq,,, m a v ..9406m (,) ,-ocs.,,,,,3-3- z ul z0Zu)c0,-,> 0 w "-'<., LE Eoh-kr- ,- U , ; wm„u-'zrninui LU .- >ce.-1-111 __,v) cL <DWX0..... E -.-uc.w,--aD z - .3 --,,, LTLE3 5 m 8 .S...>,.,, u <zc,,,,,<,z4 < --1 1.-1 yr,Z> c, Z.z 0_ --1ZZ 1-.1-* C, 01-1 g (JZ .‘1. ■.-EZ 0--z51- oeu5z z , , A /A0t, EEllAi(tc7;eilcew6 IN >_ Dnncel--M nzGOE W mZw-1, x Z •-• 0 u_.,..3 ....o....,.., -J_J Z •a.r-••-,>>LI-,X b- • 1,..4.,;;; : CL. „i,i . .5 i ,:c6 , - o (i) F i il ..- > .{; - Z , V 0 , , , M cm , ' \ . ,,. z 5 5 Pe-e; u I-1-1 T '”fi' S' ' 0 8 ii'8 25 2 , / LIJ .4 W 04 p 5 '±' Z • , , • 0 F-0 • ••tt z ' U) E) 4,.le 14\44„ . '. . \ „ ...., 0,- . , , ... ,... ., ,....... ,... a d ... . Erci , . . ,.., z ..Y ._. .lu , es, r, ('T ._, QJ . .a., 0 z z 'rt w •• • ' -■ Z Fa' Lc.10 01 ' - U w, 0 CD P,("■ `,,' 1. \ - g ''',- ' . ,_,en 0 0 CY ---1 tit ui z 0 tit 0 v, z fx , 'X' Lki Lice cin' ,11,,i8 _ ..." CA • z< 6 GE'F2 'S111111\\% ...., .e.w c.n 8 - -- + 'El'r <• 0‹ 8 E;Ew...ilis, o _ e)w N ' ' ' 12'FD.822 -.5 91- "S'i-I-':•5'''--.1.-U'L 9)• u-,Z<"Z 0.1C'5L uv),--"-‘‘.'"eD-2 01 ri •.-, E ZF-5• eebz 1-. i . ''., ....• z,...,m,.. du. 0.-4>ZtAin'-'M, •••• ,,.., • • o X I ct ,.. WV OE 11860069/S EmPs 1 09DL S 1605514,0010,KALS1605515S1)1 t , 0 ti M E $ 90i-Z ON•)i [00T>. W....._..___:31V0 Q � 1 L M cn v_. ° i .� ��� amut14OIS H1210N 3f1N3AV NVNSO 4NV'H1210N 133211$HISS'H1210N 3flN3/1V 143210 0 € m z M M ° g SIN3W3A021dWI 1332115 N O Elio cukr) _`° o 3WYN1"Nd l�dl13�0'8IIIW 6002 m_T.-. 991401'M E13HdO1SRJHJ O �1� O I d 3 m V1C1i3NNIW JO 31Y15 011 d0 SMYI 3)11.03000 o Q u vl 14331JsimmN0ISS3la,u 035N3AlAl4IOVWtlI.LVHI.O,1 b10S3NNIW �SIHDI3H N I,Vd )IVO , W = °v - NOI57A143d1y JJ314I0 A411430Nfi 140 34!A9 03tltld3tld JH r cc w 0 z /y� 3 W nMi N a LL 1NOd314 d0 NOILYJIII'J3ds'NVId 56111VH1 AdI1143J AfJ3N3N i_ O %1 g Z i ^■v a u?.,! LL C p V O -9C t N LL N m z Z o n s)o w <fld s 0 ¢ Q O O z O J W y Z Z *:: E.Z. z ><d 0 fa3 w� m .- -_.. i1, + z 2 H. F p z.. Q m 0z U.-I a o 3 U Z J w 0 O w .. v,16- In Z U E O , ,off.,,,,,,, Z r 1$4 cea a2 p a 0z> z: d z 440, 0 4001/ J_ �-+ J W o Z x e0 0 01 6 - EE O op z W J �y LLI LO t ce gc-c,8 I W .n •,///) Y R w 0 p Q o W Oro } m 3 w B cC mz° w o pO .... � � wwu Gz z� Z Z 8 In & 0040 z Gza o ; wa co 11.1._... _ p C vwi w w >S� m J � w Z f-VI 0 ¢M G Z +l JIp W LL °zm CL•.ice 30'F/F i 0/ wmr, �s3 GwmJ �z¢m zSw Inwi^ t'w0cem .. -{MM-, Q >mZri cit-! ‘,di `5OUp-- iii8 000 0/0 1 ?U;O¢m ZQUZW pQV,0�0U ..._.... ........... I- �J� X O ul 4. ' .. y ....... ... .. , F Z w O,Z Q Z W(0.> O Q In Z.-.c,az0 ZQOZ1',.UZJ ,a H m O Z Z w E _ui a 0 z f Z I^3 Q 0 b di !:i; j_._.z . _ Z ce j 0 F,-,'0`-1 - cr, qof a ON Dil 0 `-'o--, , o 0-1 0 , -----euX ••'■•, 311r1LVN915 101 DND121Vd N21Vd 3)1)13'88 ,1:■ "ti ''.1‘17:"7; SiN3143A0lidlAll 133231S in' .„. f C D • 16 cu ,••—..p. S '',_. -"5..,-, 5N0-1 M i31-1d01.5111HD 114VN 1/11)1d AV1213A0,i3 11I1A1 600Z I. E . ,,0 - V10531,110,1 JO 31,115 3111 JO 5,0131111130W v-,,,11- c x i 0,,`-- 213g1119113 TONOISS3J011,1(13%11)11 Aina v wv t 1VHJ OW V_LOS3NNIVI ISIHDI3H >121Vd NVO CO A11 AIN 0 11 AO 0321VallaWN■ tA'-1f-' ' 1b0d.:1:(1)'N0111131n1'1:19dTX„31 11 A111,13)1113/1314 1 0 z I v- o <1 e. ,.... , ( / ,, -,1 H- C < 0 -, D_ , 0 Li z Li CL ' CL < CO CL. t er.,' Vel(P4; #4''..*4 i tiO I 11t*.40,44.4.4 1 1 .. ' V......44 0..4 •4"11.***40 68'HE 1,•44. c, ,.....4 e•40.,,I 04 4,4•04 , a 0:41 I Itt.4,,.•■••"4.4 , ' 4,4041.4041,0, ' , 1 141.414t94,1 10$44 ,i,''''' *... .. ,V , •■Il•■•••147474 A ..,•9,•..„4 2•111•4 1:,.,.• " ', ", 1•74 r4 4'4'".7 I 4-- ', - ,_ •040 14 1•4 1)**4 - , ''it it•41•WI, 4,9••••••1 I I 4 :It:44 Apt4,.....$40414 (-: I I•.••,0..........•4 . •44 4•4 0844 . 1••••••••••• .04,41,441114 •0 441441.4 44•94.4 ..**********44 fu,a, •,04.4,4•41•4...... .., •.. • ..41 40%41411, ,, • r 6 kostto.d.+0, , LP•-■ W..**O.*. ' ',. ck ....•41.4 1—0 <._, •••••••• <z >-.7 w 1 0.•••••••041 MI \ z- r-L 44••••••••••• a ru ccw° ' •..4.4.4.4 44•4 V u,,e ••'‘.040..4, , 1- z w VP.•4•4 'VAN , , .. 8 c' et...4W 1404), •-• **A... ( .._.1.- ' #40.120....• .• • ',5; tio 1—< ',.... . z . _ ----/- . zu'L' o . • fa z (D = X , < c, u tu 0 E3 z _, - 0 . .., „ . u .6E . 2 i_Li •i ,_, s, w_, . . , w zww<m< 0 z o‘ LP - < M'zrE4-p-, LiJ >0 E 5 xL 0 z_ = ', 0 ao x 2 o ,.. . x 1-. z.-■ - 04 11.1 Ce cO .--,V) C) 11... 0,003 V 0 ,.. to , 4 a• t tie (R 0 p CD 1-1-I Z Z ,<113 u Z11,Z al L1-j.uL.,co u ....■I-u-,-. y L9 r'l V1 Ce Q (...---- i <D cc ,-. w-,Zuctu-,Zw-'*1--""■--- gro,„uDa cc tr,w* wz uLuocoDD o 0 z - LutO § P . bc4 ce u .1-c e moo fnmP8o ,„wo< - . .„c,. a z u o u, .-,- 0,1 - 0 F.,I-- z- 0■-..<,,><,-,,,,v,,--.1<4 •?-, i ‹.,.uaonaaw L.■ce=CC ce a_<<a_(A V) ti z 0 WY ST/IS 600/19/S&V£09DLST6OSS16.01CIVD\LST6OSS\SSVN , ■ , _ 0 �M a G 'C P - i2e -'ON'D11 _-.—`60OT6F�w -3ro0 SlIV13Cl dilt/ClNV15 ° 1._ M.-.�0 11 ,° ./y) ' 3NI11M1915 Z ! I .O w s g 1.1/ �7� *� Atr1b3A0 V 11E4 600Z ° ( w lr �1� L g c 9N0-1'M 83Hd015111HJ 34fVN ADM W .,! CT) =a ,. m 'tl1057NNIW JO]1V153H1 JO 5MVl':1H1 N301Jf1 VIOSJNNIW �SIHJI�H �12�'dd VIVO j I o C V O N33NSI/M f5 033d011d 03SN3.)CI AV10 V 03 1 d311d ONV �./� M LL NOISiA113df15ll3UI0 AW L3INJO U0 3W AB 03NVd3tld SVM Z W N to 1110.1311 W'NOI.I�[in3dS'NVId SM11VH1 MI OM AH3N3H I p Y) L) - o O ! ; T m m y Z m Z w d Z I-.V U N 0— a -> W ° U ow I w� .r IH w Z ti, ca 173 Ow w -^ E a m z rio J �m a ,m 1.4-1 w >i NB")2/T z)SnoNIWllIB d0 SS3N)IOIH11Vlo1£/T a� 0 c o 0 0 oc co wu w Cn -r- 'Z., z ~ ww LL >X t i O w UJ 3 o °~ o `. b z z W ; c I F z• ICJ: _ z = aCOw m z Y u x Cr o Z 6 c Q ° ca3 z c �. iN\\\\ H g LL o < W m x o j�! w ._ z Y k a L Y �� v)H m =z >it Maw o I ma ` O ce "Co a Q / pc0 MOa 0 m H N O z°0 cOi- 0 c z O zw UT� N• L-' 4, L O> w � In 0 t o c d i+ Owa IL 3° C = ooQ x�o O z 0 00< cam m z0 m O°a O?p IFm c�_,U U ��O i z O U ° M r o O— s I arr <g c a z 0._(j) Z O a U 0 p z — C u a p a. J in ''8 I O F-� Z E M z p 0 L M p P1' Z - I1J- U a x O NIW C Z c O 8 x • • '� to a _ _ of p C�al w ~w tz i �u i r C� >3 I!I ..._ as r W j y W a,°° N 3 a m =t 11 a _ _J ay, . 0.w < ri Y c m m ;I - w 1 zz �� wI Y t- o W, zv- L.1,` Cr ,�� F � .z ��ie. •1 . _ a > f a e ivz I L C `� u�m o r 2 I/_O cc • •no ° Y > ». �� ° zp m �z O g.o 5 �; < z .*4 m .w v 1 Z� o ,01 o _ N� as vw) r '-`,3. o rn /, p ° o ° `r aa' Z 1 �w w g Oti. ` vo V w�; wa `c a ¢ ! II ! 1 p ^w QP�� 1 , w w 1NIOC NOISNVdX3 u z c °O zC w z. Y °:� 0� 4 z, r',u`S z 1. ° i._ NIW .,m 1, W cup, LP', 0 0 co 1r ! J Z �uwS Z ��8T j f / i v a ki Ii ; ; wm �� eiy a m V Ni z A 1 J J V.„...\\ ri _ z. I H S I U �' I�IN ' > - c s o W 1 zlc�m r ° L9L W III z ¢ i):? °�1A c ,.' < N : Q V) Oy p�, L" 1 - ..._._. - mz = y y ..I;� ¢.lb 3� \ w L V�O y/ L` I O Y zz a �� z! z v° w c z Ct / ,� irI;1 Vw�J (2 E I: = OI z I zx �u Q ♦ m Loc Q xEd I!! po zu v W a �H O /\‘1,,''''- �"'\` ° o f o Nl. 'w`m ° a s c Y 2 z Q 0 tir'•, pti P3 q- z 0 Z �,m a w0 �3., O�� m%= a '- ¢z N8W• / I ,re 1 m o N Lu O p O w f / / 1 0 o..°a d q rte+ m O Q ° d /_ 0 w l l M N >j f /r 1n z z UI z - 4 : � 1NTOC NOISNVdX3 z � G ► 6 m m z r m �{r �" . m f - I -J / w Q' Q ° o° t� y. J ` m CO 0 O O z N o g w > Q I 1 Q- w F >< w f¢¢ t- J .: a 1'I n3 w Vi LL 2.Z. ? n ''� OD Cf7, a Cn z t0 0- .,K �\ _ z a L O �w z vl fl'' 0 J z u=mU ,z z aaX H N C ✓I mHxOwa0 N w0. Vl (n (J m, K p •Z^0 0,-, 7 w I_, n a? NaodZ o< c� xn El E.1 = Ill = Q=0 x ii 0.°U == W = `Y c K Qw�in -. w0 i N - Z f Z x......- w Z O W L. L W w�°z� za z ,_ _ „L ( 5L m \ 0 Z zwwac CO 1.•\,_ __......._rtf \I _ _ -_-U ce 1 Q _ 025 :~i __... i w 4 m Y Vz� tY U ' ri U ri Ow N 4/£' `-'I 0 / ' "� LI U Q \ : r`\ a 3 X Y ti �m Q=Q 6x O:L � O )♦ ' m .°LO/�f// ,ZITb zm O c> o 4.0, " '')',./„/S:..) i'• ) .1.4 C z S / CO or C - „z/T£T N I ,,Z/T£T m p �., WV 6£,Z1,8 600Z/9/S 6ap"1010LS 160SS\6^^O\OVD\LST60SS\SS1:N _ I 1 c Q ,..., ,..., 6o6i.'ti Te-vi glva• 101 ONI>R1Vd NIIVd 3N)13139 Id HJAION 311N3AV1-13i1ON r:> 1 : T. 1-1 0 311111..VNOIS 1*-1';''''''''-;'' `'1 --'/M-.X .00 '"/°144.,..4V • s_ Ntfld 9NIdIb1S '''.L,•0 ?: ° i • +•••• 0.z,,-, ,-_- 0 At/120A0'13 11I1A1 600Z ic:22 0) § '3 u as. ,T, ,, . , . ...- ,F,:, ,- ,7)-5,-.--,.,,- . w. ON01'1\11213Hd01511,1[13 ,WNN-1M,11-1 V.1.053/0111.1 JO 1LV/S 141 AO SPAV1 gl 11113ONO VlOS3NNIIA1 ISIHDIH )i'dVd NVO i ;..,- •„ 0 •Ir c--. . . r AO ..• - A0 A r> ,,,,0_ _ •. ,-, ,,,,,- iRlAIIONR1VNOICS34021d 1:13SN3%11 kina v..N.1 Oil-1.1 OW rn •.L '',t ; NOISIMOdOS1D3d10 All agaNn dO 314 113 agdVd311d 5VAA _5 , I _ 5 I,g I 0 :r1 ,- - L 1.110d121 SO"NOT11/01.11AdS ddVld Sii.INFO.AJIldd>/41311.31.11 . . , . , .. . , I ' ' 1161111 , `,.. . . . ` 0 I , ' „.• , ),_ , w(3 x ill : 1 ' 5 =[DI 5-, >-cr) Li fil 0 0-JI 1 1 I CC 0 ' I , 1 , .., LA 4% Z I 0 =1 IZ 1.1 0 lAJ--1 0 Y CO :.] 1.1.1 1- 0 D 0 0 . -05 Zry--Jo ce 0 0 . 1 H- Et";hi cn co o - C2 ,--, « __I I-- o I 1 1 *.<1- , I v z< ii 4. cs4 0_V)CO CD ...J 0 I _J i--hen- ,6— LM<li 0 eL I . 0 Y Z3 -jj 0 \ < I w w I Li 0 - Z_1< , . z , _J CC x 0 .,_., ,. ......1 Li, hi >(,) ce -1 w ' , 0 , I. ' 0 \ M )- >- z w< >- _?; Cr) ? i , "et w 1 0 i , , cn zi, I 8 1--- CD I `Li 8,? u, c, E . . . . _ z '-__9 e' r. , < .x , ,.,— . < z Lit Z ..,4) >0 Li-. CE LAI CC 0 X <0_ 0 ' : / CC _) ' I — T.- in a_i.d ,' ll ,r cn 1)40CD i / : 0 . _----- _ I ' .4 ,= ,•,/. ,,,{ I ' '' /I/ T ' J. . / / ■ . / ›- o . ,/ ,„ 40/ / . , ' ' . , . - ..., . , ...- ...• . / / , II', ' , ' . 4 , ..... ' ' 4 / , 0 • . - , o q...). , ,z .... z't i; 031 --...,„ ''2". ''''Lu L.Li Q.) i c[ -5..... ' ' <0. > 121 =J Z< 1---.... LJ_J j ,• i f z,- ._., c,0 cc o .:.0 _J 01--- 1 1 1 U1 z< cs1 Ct.vl CO CD 11 •• _J t ) , ,\ , Ei ,cD H U . : , . , . . . . U, •L.L., 1 , ._,. . ' ' 0 v• LJJ E x'co Q_ X w 1 0 vl 0 cL L1.- '"i s cc o . I ; I •-.0< 0 a,..,_I-- _J L.1 uj •--, ' 0 ce a z 0 1- LU ce CO >„„ ,,_ Z 1--epLU W 1-1-1 >-- I M 0 _ A L1•12 a_ L..., 1 o z t- cn 0 I L...,,-, 8 a Li 6 E Nr z.4 ■-.1 Z L-d-, 2 ,ic 0 . L7,.-- — (_., < L- 0 -, >......z x _ z w cc i.1 Of 0 x << — 5 I- L O_ o x a s. C 1-- --,. ° ,--, , _al , ,X __■•■■•1110— --•■•• En, 1 ,, -1°: • -17•3 , ...ti x . . r Q ' \ ...., WV 90£18 600Z/9/S IWV1063L51,60SS\IIIAO\CIVD\C.5160SS\SS\'>1 ,