Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Results
"Ilir 2335 West Highway 36 • St. Paul, MN 55113 Bonestroo Rosene Office: 651-636-4600 • Fax: 651-636-1311 ■ Anderllk& www.bonestroo.com �� �n/� VII Associates V/ nf ( CS Engineers&Architects 'f°14(ad 0 MAR 3 1 �J March 27, 2006 • Honorable Mayor and City Council City of Oak Park Heights 14168 Oak Park Blvd. Oak Park Heights,MN 55082 Re: Novak Avenue North and Norwich Avenue North Utility and Street Improvements Project File No. 000055-05140-0 Bid Results Bids were opened for the Project stated above on Friday, March 24, 2006. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder. There were a total of six Bids. The attached sheet summarizes the results of the Bids received. The low Bidder on the Project was Burschville Construction, Inc. with a Base Bid of$695,642.18. This compares to the Engineer's Estimate of$775,000.00. These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project to the low Bidder, then Burschville Construction, Inc. should be awarded the Project on the Base Bid Amount of$695,642.18. Should you have any questions,please feel free to contact me at(651) 604-4788. Sincerely, BONESTROO, ROSENE, ANDERLIK&ASSOCIATES, INC. a/11,0 1(2611"-Lf-7\-- wren S. Erickson, P.E. Enclosure o St. Paul, St. Cloud, Rochester, MN • Milwaukee, WI • Chicago, IL Affirmative Action/Equal Opportunity Employer and Employee Owned 0 0 Q O O O O O Okr) N M N * O V V V7 l� O N Vj .--, V7 l N N ,.z ■-• 00 .--1 ,-. — 1-0 U Q 00 00 69 69 00 00 O O N Cr C , 00 W N ,--. Cn N M 00 C N Q 00 .-• G1 00 N' C\ 69 -, 69 69 69 69 69 N N O O O O O O 1 O k I kri N O • .--i 00 -i -i - - Q 69 69 69 69 0 H z Q Q x 0 444) kn n N O k •--- Z N N 7r V, - M N d H o o - y O:. 0000 V N N �+ oO 0 w O Q 6G9 e En E en 69 Z z H W W W 44 o x ° ° C� b W f?� i� Q U � z• x Q (� 3 ° ° ° o o o ° ° ° o O o dW 4 N O o o , a , r4 O 0 › 4-I a Q M M M 6M M z H 9 9 ` z a 0 H OW 0, M cil • . N .M-. 00 • �O �t O N kn M - V'1 l 00 M O1 .-+ .� .-I 00 C 69 69 69 69 69 69 U 6 O v• • O va O O 0 czt ..0 3 CI O C c1 U 0.7 Z Z U H G., H a> ix 0 * I * * * b • C 3 7.4.. ��� • N N N N N W N CO CO V 0) 01 A CO N A CO N O O CO V CI) 0 A CO D > a W w ZNOCO0) NOCOrn0O13 00 Z -4 m -( -- [) OA Z ? NOa°_ u, Cq -. Cgo'- CmO -I � D m CO Q+ 0,1 :a o 0 Cr y OOD m 00 Z pr < pC� O v � v { Z � W � c� 0 y ' 7v,, ' 00 - ppzZMO � -i � � Om — r — o o p e X 5.1 ° ° > > ° 2- v •DZZ '-id 'irD- � Om �1DADmnmc<'� mnn °? mzTr -I -I --I fro N r- -A -Arnm •° v * * nn "' Z ? yz � < p °mm � mv � v � vcn � cn � cmi � �—" z z N rl RN o _( « DyDDD-i -1 > D nmA1a _ HmNm Z Z Z2x -uH0 ', y > D DDrr -1 -amm D 1 � vAI � X -_� -=i - < < Oz0Z co m m m m 01 XI K g Om Om m 0 Z p m D n co > ° m v X z D < 0 v x � -i zCnz -< -< stn - - - O D z DD > > DD > . D om -i — mzv (n D D — � DDZZDDZZCncn3 D y ;c C) i> Elj> cn y y � --Im -A r � T. T. (C C ozppaZZ- - -{ -� D T. D z 0C � D D m m m < O z y 3 co co c) OZZZD z Ozz AQO � � — ° 0 m < < 5 OOXXOxOCJ> DC0 m y Dv o m mz z -4 C X � cDi) � � N C m D?. -i -im Dm = (n (n y 'D < Z A C C Z - cnV) ( NDZ m wD CZH 2Doo p c7 Omn m m a o 0 (n cn N N cA A' A' D Z Z N NJ A m < Z p z O O 01 N Ui � M .'0 - z D x z m z Z D (n o o = p m O Z N T Z m. 0 C w d m m m m m r r r r m m -1 r r r m r r r r m m r r m _< x DDDDDTTTTDD Z TTT D T T T TDD Cnn N K d < C)) 7 = c N N A A Z 0 m — — A CO N 0 3 A N A CO -4 A C) O co CO A — NJ A 0 01 O 0) NJ N O O 01 N CO O O N O N 7 0. EA EA to N N EA 69 EA 7 W - 2 N EA CA EA EA CA NW W N °O O] O ()1 N CO V EA EA EA 69 O 0 EA 'CO EA EA EA 69 -40 01 U1 2. 000 V 01 (.) W N N O O CA� -, ()1 W N N N 01 O 00 S D O O O U1 O O) 01 -I 4, 0 0 -4 O O O co co co 4, 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 O O C Z O O O O O O O O O O 0 a 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O N a > n O O O c 7 EA H N EA fA O u, 2 EA EA EA EA EA N EA EA EA EA EA AEA EA EA EA 69 EA N W C O 0) O) — -, 7.) (0 — CO N A 01 — N — -, 01 N co -• EA EA Efl G1 .n. o O O N V O O (0 V O O O N O N O V1 (D V O V V 01 (11 01 P.P. 0 0 0 U1 O A NJ CO 0) 0 0 O A EA O -4 (T V 0) Co NJ (P O O 0 7 .Ci ) O O O O O O W O A 0 0 CO O A -4 NJ O O O 01 0 O co O O 0 0 0 0 0 0 0 0 0 0 0 Co O 0 0 0 O 0 O O CD 0 CD O O O O O 0 T_ ER C EA EA N 7 Z J a) 7 EA EA ER 4, 0 ': (D Z 69 69 N W EA - C) EA EA EA co 00)) (T O O 0 O a 10(0 CD CO 0)V1 Efl EA fA Q)(0 NJ EA EA O CO CO NJ N O CO O O '19 S w O W O ()1 CO CO CO NJ N A (O O O NJ O CO -` V O O 0 0 -4 W W A CO W co N o O 0 0 0 0 0 A W O 0 0 0 0 O O O 0 6 N 6 O O O 0 0 co c co a N 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O O O O O O O 0 a O N A O n O EA �" (n O EA 4A EA Efl EA EA EA 4, -∎EA 69 EA EA man 69 an an A NJ .O, ti N 0 N co (J1 CT -• N A -+ CO N Cl1 V O N EA N N (P �. V (0 N V 0'V W (0 — N C0 A A min 0) CO in (0 ((31 C) ((1 bb n Pr AO O CO O O W V W NJ N O CO W O EA O N A co A CD — O CO O O CO CO W 0) co 0) — 0 0 0 0 (J1 O A (J1 O O U1 A -I 0 0 0 0 0 i O N 0 0 O O 0 0 01 O O O O 40 O O 0 A 0 0 O 01 O O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 CD CD O O O O O O O O O O O O = 13 EA C a'. O ' EA 69 to to co EA EA EA v 7 Z n N EA - 0 S ., N CA W (0 Cn 69 to EA EA U1 O EA - (0 EA EA EA co.Cob O N 0) - P. y co A R NJ CO CO CO NJ NJ O O EA EA CO O N NJ NJ NJ W O 01 O 0 A W A O A CO A (0 0 co O O O -+ W A W W N -+ O O O O, N -. CO O Co N CO Co O O N O CO N A — — OO Co 01 O 0 0 A O d a• �'• co 0) co -+ C71 CO O W CO O O CO (D V NJ NJ NJ NJ (11 co O O 3 d n Ei c) a no -1 r m E ,7(n, c t ' 1 Q En Ej Ej an EA .cam. n 2 w (n ^ `G En En EA an an EA EA EA T 6�FA N EA A A N W N _. N U1 N (P n fA Hi. V N N, O �1`_ O (D OO n W CO V A W - N O D (0 bb V O A (0 CA W O }v b.) Z 4 co V A A CO O V V NJ O O V 0 EA ((1 NJ -+ CO (0 CO CO CO O (71 O O n NJ NJ A O V V CO 0) (0 0 0 0 W A C) CO O O -+ O O O 7 2 0 `~ Co O CO O A N O N (0 O O CO CA O 61 O A Co A Co 0 N O O O O n O 3.(0 A Co NJ O O O O Co O O N 0 O 0 — ->. 0 0 0 O V O O O N 4 O) CT EA C N �� m — EA(�EA EA 699.En EA " Q' W �• W m (� (n N EA N 69 O V 01 — CO 69 EA EA EA N I W EA NJ N co EA co co (J 0) O O V G I c. y EA co O co N U1 Co V 0) O O ` j - N O 01 O CO CW)1 Co NJ C N 0 A O 0 01 NJ N V1 NJ O 0 Q N G 0 0 O 0 O W W U1 W O O O O O O O CO CO O O O O A a (p O O O O O O O U1 N 0 0 O O O O O O O N U1 O O O O a X y O O) .a . z DI o EA -{ F. EA EA EA EA EA (�)1 EA EA EA 69 EA V EA (A EA EA f- 69 EA EA CAW a A' V V N CO A A N N N �D — EA EA(.) V N m NJ N - EA 0) co y 7 O (P N N O O N N N V -+ O A OO N 0) V ..co W A W Cr bb n -4 O .- CO O A A V 0) (0 O C) O 0 0 0 co O -4 Co -4 0) O O Co Co O O O O -+ V 0) NJ A A 0 O 01 NJ O (0 V CO 01 01 NJ O O 0 0 0 0 0 0 0 0 0 Co 0 N Co O O Co O O O N O O O O O 0 0 0 O O o 0 0 0 0 0 0 0 0 O 0 0 0 0 0 O O 0 0 o O O 0 0 0 0 O O U) N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (O O O O U) O O O O O O O O O O N P NCO 66 V 666 co 6 al 00000006 OOO N ui O u) _O Om u) OO (D eh N co N N- O 00 O n M U) N- M U7 N� U7 O 00 U) 4 O O N V N- M CO 00 N N r 0 V 69 69 CO 4 a) (D r` et 44 01 ,O 0 N M O N- 7 v C 2 ER ER EA ER 69 EA EA EA EA to EA to to EA ER O M to 69 M N. 69 (O FER ER O_ ER - N !A 69 EA E- ER b9 ER EA b9 69 1OD Z t H EA EA EA a . a a V Q 0 0 0 0 O O 0 0 O O 0 O O O O O O O O O O M n 0 O O O O O O O u) m y V 000000 O O 0 0 0 0 0 00 O O v O O U) C) U) Ns 3 OD M O Tr (O U7 OD a) (O M CO O U7 r 0 7 _O _O O O (D 00 M u) ( O st cD M f. CV H (D M O) O a) co M M (N h N CO Er O EA _ d M M M N N N N N ER E9 ER ER ER ER ER ER ER M ,- W. EA CV 01 b9 CO CO. M M N 44 69 ,E EA ER ER b9 ER ER ER(A ER EA_ C ER C 69 EA to d9 to o0 M U7 O n N V (D N n co CO U7 0 0 0 0 U) 00 O O 0 O O O O U) O O N O O O O r 00 (D M N O V O OD V CO N <t .- (n U7 O N. N O O O n U7 W a) N N N- (n O O O O 0 C N N (O u) ui r- O n co u) co t+i . Ti O Ni U) (O ci 6 V o Ti a) M ui O ui 6 O r.: ui O a) D M n M U) 00 r N O U7 M n co a) V co N n ui O Cr O7 N- 0 N O M n 0 _V N. w a) '7 O .- N N 0000 U7 ER N Cr Der u) O 00 Et 0 MM U (,g EA EA ER 'co EA EA EA ER b9 ER EA EA ER E9 °_� M O CO u) n v M O U 0 69 N O T- C E E EA .- b9 ER O -• C I- 6 fA to ER ER E9 tR ER CO G Z O C ova •_ E � M o0 u7 � N UJ N t` u7 O D) .- U) u) 0 0 0 CO Ns N O U) O O CO O U7 O O A O 0 a) O N O Er r N n O O N (0 C- Cr u7 0 O O O O m U _ .- N O CO N n N (!7 n (f7 N t U •` CO F- 00 U) O M CO N CO 7 CO m O r O u1 O O N N N U/ N U M M M M 7 C a a) O a) M U7 N CO O CO CO M M U CO to ER V V V co N N N N N to 44 b3 to co to _ 0 M O _ EA VI N- O EA EA ER M O O:.- A ER ER ER EA A EA ER ER ER 69 ER R 69 Z G M EA ER EA O u) O U) U) M O 0 O N 0 U7 0 0 0 O O O O O O O O 0 O O O O O O O O O U7 N 41 N ((7 n N N O Ns 0 N n N O U7 0 0 0 O O O O O E- 0 N 0 O O O O O O O N 0 Cj O co uJ 6 Ti u7 4 (O O Ti co t` 'a N O a O if N O O n N a) U) O (O U) n O O O (D 0 C M OD O) N M 7 CO Er n N■ r- N (D N ER O Ns O 00 N CO 00 M tD (O u) U7 0 U7 Er C') O V O N M M E- O CO Cr M et a) N W V u) O 0 n V ER ER u*EA R ER EA R EA 9 b9 V)yg � M(N O co to to ER to to O NER ER ER 69 EA CO L N- R 69 w O 4, Z a a a •O y U) U) U7 N U) U) U7 U7 (n U7 U7 u1 O U) 0 O O O O O n U) co 0 O 0 0 0 0 0 0 N m 3 0) N N N N N N N N N N N N 4 7 U7 0 0 0 0 CD 0 a) V N 0 0 O 0 0 0 O U) r •C a U) W W M M O O M O O O M N O `- O O N_ O O N- CO n U) N (p u7 N (n 6 N N O U) C) N M M M a •R u J N N M a (D ER N O a0 N N co co co U7 _O n EA O U) V' V tt M M N M M fif EA V)EA Ffl ER Nr ER to to to N O 00 ER ER EA Z -b9 E9 ER ER ER EA ER ER ER EA EA EA FA C EA EA EA EA O 0 0 0 0 0 0 0 O o 0 O 0 0 0 O o 0 0 0 0 0 O O O O O O 0 0 0 O 0 0 0 N I- CE O O O O O 0 O O O O O O O O O O O O O O O 0 O O O O O 0 0 0 0 0 O O F O O O O N O U) 0 0 C O N O C O O G ' O (a 0 0 0 O O O U) O O O 0 0 0 0 U) O m O 0 00 N O N O O N 0 Ns U7 O U7 N O 69 0 T- O) O U7 00 O 00 O O_ U) N O O O n (O G A O U) 0) st co M T- a) CO M (Si Cr U) N r- ER M M 00 M M M 00 V � a) (77 a) fR to ER ER 'E b9 EEE E E R R _ _ U1 Ul .- to to ER fi ER O ER R E E O N E E R 69 N I-- w E- co CO,- d Z5 Z G O j V (y C ID a) p — O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o O O o O 0 0 0 0 0 0 m P. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U) o O o 0 0 0 0 0 0 t O O O N O U) U) O O O U) O O U) N N O (a 0 O N ui O O O O O c n UU 0 Ul O N- O N r` O 0 N u N N V U) EA 0 N N Ni W EA V1 12 U) U7 - Tr co co N CO M _ ER EA ER EA EA ;E R A A R R R R A A R R A A M M EA 44 A M W R EA E969 CO C to to ER to N .- N M y- V M N .- M .- U) 0 0 0 0 Ul U) E- .- O O O E u) O ,- U) O O O U) M O n V • 00 (+j •' O 0 co Z. O a W W W W W W W W W W W W W W W W J (I) - -J W W J J J W W W W J 0 W - } U J J [n W o 0 i 0 j H a o 0 o Z Q -, a Q w Z p X Ui Ui •a � Z C7 W Q O z re > Z Z W U) V) () J Q Z UJ UJ N W W Z ° Y � W = g g 0 Z Q ° o > J 'aW oa Q � z �' 0) U U U z U = oa (n he g N- � o >O � > w � zC7 ' o a � > � ZW � � WLL > � E o w Z Qz z z Z Z Y Z Q a O z w w U (� o a � a_ o m r o m d w m m 2 ; p = 3 Y W /- Q F- W W W W > Z N W 0 1._ a N W W Y ? O i. CC/ U1 Ur Hi- cn (nW LL ~ zN O '� UmW N � � Z � UHOJ � 0 --NZM m w w w w LU w CC LULU CC CC a Z O a z OF Q ° O O O w < _ 1x 2 m W Z z a Z x � ce N- F- W W W W (DO W (9 (9ZZ63Owa av7 •- U � N- N- 1-- m � � w2 � � vw � � U - m_ V a HFwww ,r) m OZZ - WN= (n , Z . ww0 � a � a � acccDmw °0p0 (DN- - W (VO � � f- 1- � (V (n U` UD � � � 1- OJS OM » w0- wdwaw < UQL) cn . 2 Uj = pW Z (i (n : cO to (n .-- N D DJ Q f• F- F- OOZU WU W U W J = - d' � (nU 0 J = xxxx NNNN , O (V N - - 0 , , 0Ndz OO W aW WO O O � O � WXZOOpoV � ga E5 c) a .- o0001- y- E- 00E (D0 � r _- ? F- Z NdCC XUN- ° T- ° cv ° NN- NUvUvZvUvinU) 5. 1- Z co E E U) (D n CO a) O N co v M CO N- CO O O N M y U7 CO n 00 a) O N co y U7 CO Ns m d N N N N N M CO M M M M M M M M � e V V 4- V Cr Cr Cr Cr n O U U A U) U u+• Z CO Co Co - CO Co Co Co Co CO CO Co V V V V V V V V V V 0) O) m 0) O) O) m 0) C) O N ci Z •+ CO• O CO CO V O) U) A Co Ni -+ O CO CO V 0) cn A Co Ni -> O 0 Co V Cn U) A Co N -• O CO O c 3 E 0) A A N 1 N A A -0 O) -0 A C0 O) -{ 0 co m 13 (7 W W^ C) D C) D D cn c) cn 0) < m D D cn O 71 m 17 N Q = ° n? yN_ = A - 2 _ E5 - 70 pm0A02 =00 -c - -c - -c - -c3) 07J 00 - OCCDXOODCmrD m cn co Ocn - 1) - 0) 0C 10 -0 U C W W r OxcnZG) 00 < < < GZOZZOD � m � ccHm m m mccnmN � mm � 00 < mcc _ � 0p -1 � F r- 00 . 0cr- >0 0-0ZC) nn * D - - mrC c c 2mmmm * K mzcncnZR1 « A O 5X7-- - 03Om m DC) D O m z Z - < � Kr < m m m DO W 0 -i � 0 � mm z cn cn m m < m < m < O 00 00 rZ0 Omrc () c (I) Z2 � -IZD2> OOrA W� Co— co 0D0DD7Z0002 < Tao c) OOpy -12 -12 � mmmn � � cc m W -ice mmmx � r � � p � -i co Zr mCz -� cnm � Af� ACnm0mrn � 0 00 m _ g z- z -Am mm nmmm0 < � c ZCmZ Z m 0 0- - 0 - 0 O m D z v m 0 0 W W W A x m 0 r -1 D _ D xx m - C) K m � m m — , �� � o00m < O DD = D Z Z � D > > < m3, rnZ - - p ), m rn r02 N4 X13: ZT -l0 z - � rcn (n C) D - 10Z0 mz -1 < — D r m — _ C) C) 0 (n C) m C) z m m T D < Z _I O CO 0r- r- m z m p - p o m m -o --I C 0 W , Z O D D 0 0 O p co x m -0 D 3 c * I- 0 O * W- 17 (n0U) 0 DzD W C r- G) 0 C) cnD � r Z — OZ � z � C � p < D -< D � C0C ? -< mZD M m C O Z z — co Cn Oz D ;OD < m 'i - - c 0 O 0 -� m O < z r Z Z OAD � mzz � z iG� m C) � Z 0 m � r C) m W mm c Z z - r -I G) m G) cn 2 D c O 7J cn 0 C) *91 (n 5 D 3 m Z -ZI S0 X -n 2 < W -C-{ (n D xK m C Cr- 8 0 F --IZ 0mZZ m =1 XmK D 2, Z � fT1 N Z C m 0))) T� O o � -I -zI V'{i XI Z — -4 -0 m :c C m rrrr rrr r cncncncnrr 0 co -I -I --I -1 -I -4 -4 C) cnC) rrmmT- r cn -n -n -n -n mmm m mmmmmU) r -< Z z 2 Z Z Z Z -< -< TT DD ,T -< y O Ni 0) -+ A Ni Ni A C co Co co 0) Co Q) V o co CO co ON/ 00 Ni N N A V O 01 0 0D V (O C) A Ni — V O) -. (0 — 0 0) N CO 0 U) 0 O 0 0 0 0 O O O O U) -+ U) O cn O co O co O co O U) own.) -s -• 0 U) 0 C C (n 7 C A EA EA EA A U A A in (4) (fl (A f fA W W N (A(A EA(A (A EA Ni N(A A A(A O EA Ni N A A A A (A(A A(A UV 0 O(A(A (A c) O O N N O O N - U) W N CD (O 0 W 0) Ut U) A A O O 6 -4 o 0) O Ut O O N A 0) 5. o W N KJ 0 0 A N O O Cn Co 0 0 0 0 - O U) Ni O O 6 N O N A N O O 0 0 U) O Ni 00 0 - 0 0 000000 0 00 O o O 0 cn cncn ccn000000 6 — = a n O Z o Z 7 0 (A (A (A N(A(A W(A (A(A W W EA A W(A (A(A 0 C _, FA(A FA V1 69 N A A N 0) co -• -> EA N CO -4 - (n -4 CO co N A F- .GA EA(fl EA(A fA _ o ((nn co Ni (A W -co N O r O Co 0 LJ? -co Ni In O V A-Co 0 Co V Co A co U) U) A A 0 Ni 0) A A A Ni CO Ni O 0) 0 A A -+ 0) Co A Co CO CO Ni O -4 U) O O V O 03 O CO CD -LOO 000) 0 0 A O 000O Ni O V CO 0 0 0 0 O V -, 0000000 N 7 O N O 0 O N O O Co.0 0 0 0 0 In O U) O O 0 0 O U) N "4 0 0 0 0 0 0 0 In f'„) O U) 0 0 000 O CO 0 0 0 0 0 O 0 0 0 O O O O op U) 0 0 0 0 0 0 0 O C 7 Z (A (A(A(A(A M 0 (A (A Ut (A(A (A (A (A (A EA U1 N A - a 0000 000 (A Ni (A (A(A 0 EA A A W A (A EA (A(A Ut 0 N 0(A(A (A O O O O 0) A V A -4 A CO O CO Ni 0) A (O O - Co C) Ni O -4 O O U) o Ni Co co V V Co -+ CD O (..P N In N ci O ci (n U) -., Cr) A N in ? O W O 0 0 0 0 U) O O CO CO C71 Cn Co CO 0 0 000000 0 00 0 (n 0 U) 0 U) 0 00000000 0 lD 0 G co V1 Z O (A (A (A N(A(A Co (A(A Co 0) co (A A A(A EA(A EA 0 ti N *A 6 9 EA V N A W y) 0 D V A N V O CO A W_N( -'(A�(A(A y d A co + G9*co V A V"co Ni U 0) In O Ni - V CO O 0 -+ A O Ni A Co Co Ni 5 CO O V O 6 A Ni 0) A Ni 0 0 0 0 - Ni 0 A Co Ni CO Co Co co CO O ci co Ni 0 -4 V V P A Co N N CO - 0 O Co O O O -4 O Ni U) Ni A Co A Co 0) A O O O O O N O ci U7 co O V CD O) OoO O 4, 00060 U Ca In O O O 6 Co 6O N000000CD O 0000 0 0 0 0 000000 0 00 0 0 0 0 0 00 00000000 0 C 7 Z tn 69 69 co (A(A EA (A (A (A EA (A A 6_9 Ni m S (A fA(A(A ,,,,,...04 EA Ni(A (A(A W (A N (n A A A EA EA to(A A 0) N N EA(A (A O O -+ O O 0) A 0) A V A CO A Ni 0) A 0) -+ Ni co Ni U) -4 O 0) Co A O O Ni A 0) o G 07•N N Co Co A N O -+ N O) ci A A U) a1 - Co U) Co In Ca Ni ) A Co V N O Co Co N Co 0 0 A A 000 0 CD N W U) 0 0 W Co -, V 0 CO CO W Ut U) Ni W N 0 0 0 0 0 0 m 3 a no 7 2 N O (A 69 (A w(A EA W EA F- W 03 W (A 0 W EA EA EA -4 ET LT C (") A O N A N U) O (O V A 0o V CON W N EA f4,b9 EA Ffl Efl d9 EA(A(A Efl EA Ui (A p) U) W - 69 W CD Ni 0) OD A V co A 0 co - v A CO CO (O CO CO O CO c Ni Co U) N Ni Ni co CO A Co O A CO O 0 N Co 0) Cn co CO V_ V U) 0) Ni A A Ni cn (n A Ni 0) 0 co (n A O W A CO A a) O A 0 CO A O O) CO co O) V O Ni Q1 Co CO Q1 Co O O Cn U) V 7 0 0 0 A O o Co O N O Co O Co U) Ni N Co 00 O (O Co Co Ut in W O A O O O O 0 0000 0 0 0 0 000000 U) 00 0 0 0 0 0 00 000) 00000 0 C (A 7 U (A(A fA H1 = -� EA EA In (A(A (A (A EA (A *A .0- C.) cn -0 O (A(A(A(A (A(A(A (A Ni to (A EA 0 (A .4. .4. A W A (A(A (A EA 0 0 0 0(A(A (A O O O O 6 W (n A 0) A Co O O -4 0) Co O Ni O A -4 O 0) 0 0) 0 O Ni A 0) f1 N CO co V V W - Co (O O N U) Co (O O U) O Co Co W A V - CO O Co 0 0 0 0 0 N O O (O (O U) N CO CO 0 O O O 0 0 (n o CD 0 0 N CD o ci O O 0 CO 0 0 0 0 0 0 0 O D a N (D S Z W O EA(A (A (A N EA(A W(A (A(A W 01 W EA A W0 EA(A 0 A A V N A Ut W CO 0 Ni Ni W 00 V N W j Efl b9 EA EA EA '� "� _ f4, � V>Ffl EA EA(fl f4, to y A W -+(A N V 6--.16W ,-.1,1 Ni 6.:-.1 CJ ci -I N O N V A O W 0o W N W Ut co n CO Co (Vn ccn (CD - C)) 0) 4, 0 0 0 0 0 Ni Ch O O A O A Ni 0) CO Co Co O O Ni 0 0 0 O O . 0 V 0 0 0 Co 0 Co 0 0 0 0 V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000 0 0 0 0 000000 0 00 0 0 0 0 0 00 00000000 O J 0 000 0 0 0 0 0 00 00 0 000000000000 00 00 00 00 00 0 0 0 ) 0 u 0 000 0000 0 00 00 0 0 0000N000 00 e+1 V 4r--: 66N: 6 o 66 66 0 _o c.i o v o c0 c0 0 0_ of o a o 0 0o O o c i �f r� ti a0 ,-. N. 0, .- O NT- a0 MN 00 W u, 0 .S N O c0 0 c0 W M 0 M O 0 C t0 EA N W N N M N M .-69 N 0 W N CO N M M N 69 N EA O N to 0 0 m EA M M 0 C0 CD W vn 0 cA v)69 69 LA A L.- 69 649 M EA vi 4- Z L ao to a v Q L ,_ 0 000 0 0 V Cn 0 00 00 0 00000000000 0 00 0 0 0 o 0 m a) V 0 0 M N U) o e- M O O N 0 0 M M 0 0 CD 0 M c0 0 0 .-- 0 0 0 N 0 0 M 0) 3 - N (N00 () C) 00 O 0 0 0 0 N CO O M O O O O V' V' N O (0 O V• O o a v V' 6A EA EA EA eA EA 0) 0 U) 0 !A EA N U) to iA eA EA 0 of U 69 kA EA 0 to v)69 69 H Y 69 69 to EA(A M N (D CC) CD N CO C 69&) N 6A cA,' 69 C 6A 69 m 0 000 00 U) O 0 00 00 0 0 V- 0 0 0 U0 0 0 (D 0 0 (O O 000000 0 N N .1: 00 CD O N O 0 00 00 0 00) 0 V- N CA W 0 (D O) U) tD 0 000000 U) C Cb m O O 06 M N CA O CA O CD a0 U) O O N a) O M U) N 06 CA co N U) M CO O O co .4• 00 <- N0 .70 Cq 00 WO N N CD N CD M V CD a) (0 0 CO 0) a0 N 7 "` 6A N v) M N M N O) CO Cn MO U) M CD M M 6A u0 6A CO 0) CO 0) e- 6A M CO m N M 2 V 10 CA 69 69696969 to cA M N O N Cc') M N 69 V Eo L N M 69 69 v9 69 CT V' (") C 15 69 cA to b9 69 69 M- 6A to 69 O 0 - to LA Z O c d U a a m E 0 or--- ,r (D o h- 0 O M O O D M N O O 0 N O O e- O 0 0 0 0 M N 00 m L o .- e- M N 0 o .- M 0 0 0 0 0 N N V- O N O M N O 0 r0 N N M O W V' ( ` V 466 M M o O V 7 M U N O N M O M O N V V fN A U u(D 9 EO A U N t it A CD N N A M O O 6o 696969 M V' 6A 00 A FA v) WV) V _ o D O O D to 69 FA _ M El)O . 03E9 N 69 91,,,: EA try Z C En- to p 0 000 0000 0 00 00 0 00000000000N 0 000000 0 O 000 0 0 U) 0 0 00 00 0 O N N N Cb M O N V- N N N 0 0000NO 0 6 4 4 N 4 O O N O O O U) O O O U) N M N U) M 00 i 6 e- Ui O O O 0 0 M N to C W N 0) U) N CO O N O .7 W CD CO CD N O) co N N 0) ' N N O O O U) O eA NEON NMNC NU) '0CD OD COrap (DEAr ��v)Nar- O Cd to to EA 6A v3 69 69 EA N N O) t7 tD U) -U) 0 t7i N M N lb M N 16 O 69 69E01 EA to 6o N to 6A to 6A O Eo F' 69 69 'V' 69 ti)z a to V y 0 000 O O V• U) 0 00 00 0 0 00 a0 00 O) N O O O M U) Co 000000 0 m 3 V CD 0 O M N 00 ,- M O 00 Op M O M M .-- N O N N V- O N O O U) O O M tD N N O O M M O O O O O O U) m ,-. .-- o4 ,-- c64 .-- 6 .- M (ei NON O CO 00 t.. a '9 to EA to fA 69 6A to to _O to 000 CD EA EA M OM) to Eo 6A 6A C 9 0) EA O to to EA 0 to to EA to Zto EA to co-to- U) LA to tow) to 0 000 0000 0 00 00 0 00000000000M 0 000000 0 a 0 000 0 0 U0 0 0 00 00 0 00000 N 0 0 0 U) 0 0) 0 0000 N O N C O U M N U U) N O O U) O 0 0 O U) O O V O (D 00 O 0 M U) 0 h o o Ui Ui C) W C+ m 01 CD CO N N O) V' O) U) O N V N O N V- N 0) tD U) U) N tb V' EA N O N 4N 9 V 0 e V 7. 6A N EA M N M N O D U D U D N V M N EA N Eo D n N CO M e- _ M D 0 00 0 f 6 o 9 69 V) t O D U 6 9 o C,) to 6A Eo 00 N Y VO O EA v) FA EA EA FA o 69 EA 6A bA to 6,1 - d9 N C z• U E M - 0 0 ao U) 00000 0 00 00 0 00000000000 (() 000000 U) " 0 O M N Nn- ,- .7 0 00 00 V' N O O CO O M N 0 0 .-- 0 N N Cn 0 N '9 0 N L V U) 666 M M O O U) U) e- dui M O O M o 0 0 o U a a a6A. 6AAL69 EA v)EA MEo 6A LO (0D696969E n 69N LA LA LAMLA69EA 6A N 6A 69 V' d9 6A M C 69 to N N O 0 0000 N NO 000 0 O N N 0 0 U1 0 .- e- O r- O 001- 000 U) 1- NN tD 0 N O HO r- 0 0 . N 0 V• CA V• V' .7 O N CD N N V CON N N M Cj t0 N .- MN. a 0 II II u.C W w J J _1 _1 _1 _1 W W J W 2 co (n a a J J J J w w J W co J J J 0 (0 H H ww Z F" 0 < W X Z W Z a D o6 a Z H a Z w z ce LL Z Z F- H H o }} O 3 p a ? ~ ? N 0 M 2 Z W Z 2 F- ><j a w 0 2 H 2 Q F I 00 w Y W w w ¢ W tri O CO HO a a } ¢ Q W X Y M W U m > w a d Q zo W W m -10 F- OW = a 017 _i M Eu ui Wz_w ° w ° ( w ¢ Q Z0Ya F 0 ? 1- v2Dw SwQ (J- 0 a) = ¢ < JZ w } J ¢ ¢ mU ° wZ � WO rn 3 OH pLL > ¢ YW < (n (n 2 ° -� } _W U) (n (n W ¢ 2 U a Q NY H Z W H a) a) 5 — _u.N r a a) ) LL (n J Z ¢ 0 ° p z ' N w — a - WOW < ¢ H J a i } X} w > O w — w U X ¢ 0 WzwZ -0O 1Z -w w 00 OJm4 2. < z aaU OHH z � U � pxamm O O a U W W W z — w - w p Z Z Z a — .4 2 W a 00 HMHX —, ) W JzzF-/ Z °azwg � mU � ggH � � VaW m ; 65p - DWWHH- Z Z J w J Z Z H -m U Z X W a . m U 0:1 _10 ° < < 0 . J ° ° w ¢ - 0 0 . W W w w ° m - ° w w 03 U > O LL O --I > a O m z ,- w w a 00 w 2 2 02J J 2mwww ? 0 - 5 - - 0-zzzpC� c� zzm J x o O >> aU xxww2 O p 0 0 w Wa — O H w z_ z �, > a > XOWpcn0 mc6 > X > WNOcC ° w0 ° a22 (� ¢ ¢ ¢ O2OJ -JFa- rea 0Q22 � WmmCDCDO X ¢ ce ¢ IX , _ (" acv : _ ¢ a ¢ tY � NYHOw000 ,? � •- 006cpmO0 � D OOH w aw W 2 ¢ J » c.9C7a m a ¢ a ¢ � � e- W e- .7a ¢ a ¢ MaHmW 500JJe- # #kwJZal- z -' • Cl) . Q OaOaa < < 0 H v O O O O 0 .- N M .7 U O N W 0 O N M m d 0O QC) Om W O0 00 00 O O NN N Z .- e- .- .- e- e- r- . . . . . . e- e- . . . . . . Ca W to W W W co co W W Ni Ni Ni N N N C 0) CO A CAa Ni O co OO V CA CT -4. c., Ni -+ 0 0 CO V CA CP A 3 3 Q > CO -i -, rrr2D � ZOTD 3Z 21 caCa. 71 nAA � ACnDDo? W ZCnT � C� W W -1 ._ -j Q < -' 0 -+ G� G� Cpr -< OOmO r B000m -1XFOO7v500C� �' W D0moC-- x Ei Cmr � N _i � Z -1m Tr > cz "I 0 = � o � mO nOODC<7 tci� (COom—iD � D -4 , ri MI N m � DG) � ZZDDZ ODD -I < Z m yT � � nz W 09 m� z < TZ�10zoDD O wmw zzr * c� 00 !' D z 73 im0 m1 3 � n W -1 (-) 1- mozoX _1 C co p - nWcmvm z mOT. m mD mZ Omcnv _lxrr - XOm - Q (n * o0 -1AxmZZ � -1 ZZ OGZZ � DZ � � O W Om0r0rr.°� mm � � cCi� rCZ D Z A _ x D O m D xi • D D x c m - (n ' z � w m 2 p p Ni W D A m , -i Z Om > x * D c z m N y m = z c ti Z m m OD m - r x 0 m X 0 m c D O W x Z D rCr D0 • n > x Z • m0 ._ m � � m 2rn � -< Ocx ZDD0 < K T 0 o3 i A ^) _ < C � X1 z -1 * X W mmZ � G5 G� , zccx z 0 0 m � u, Ao Z � z . - = D n LI vDi p rr- O cn 2 c� D O S cn 0 x (n 0 z m co m oC m .. m x N Z 00 mz (Dp < Ocnm c i m c _ C M m 7J co -� m< c° N D 2 %0 o x Z 0 m < D Z D �z„ 0 z m Z (D„ m -1 m c z z -i v' m x x m o -1 m mm rrDD m (n m rrrr (nmmcnrr r O -1 - m -nC) C) D -< > mmmm m > Dmmm co p Z Z N 2 2 A N - N N W C6 Ni CP CO CO CO A N — CI) V CO (P (n (n - _, Ni O Ni O O O O Cn - - (n N N O O (n C co En EA O C EA n) 41 Efl EA EA W EA EA W A (n EA EA '9 N � W 0 0 0 EA CP Efl EA On Ni 0 0 on On on 0 on A A C) 0 CP 0 0 -+ G) 0 0 W (O A 0 W CP A n < W A O O V A O N O O Co O Cn O W W (D ((P 0 00 0 o O 0 0 (n O O 0 0 0 0 0 0 O 0 O O _ N a T, o 2 o z Ej (A 1 i P E/f EA EA b9 V (A EA EA EA EA EA N 0 C V N N 4) EA EA EA EA N EA EA EA(b tD N fA y .n.EA N Ni (O O) V W W 10 V■ V Ni 6 Ni O _ W A Co O In Ni_ CA V D) 0 CO CP 0 Ni Ni C) V 0 (n V 0 0 0 W W A 0 CO CO 0 CO N V Co O O O O N Co O O O Ni O 4, 0 0 0 (n V O -4 A CO 3 IN N O O O O O V 0 O 0 0 0 0 V 0000 U) O O O cn CT (!( (n O O O O O (7f O O O O 0 O 6 0 0 0 0 0 0 O O CD C ya 7 Z co(A C,) co r W EA EA Ni A N EA EA S (A 0 N Ni Efl O (A 69 EA W N O Efl(A EA (n EA A A O (O 0 0 cn (n Cn O A (O 6 O CO O O zi O N O O O A O O V W W O O O N N O O in A N : W V 000 O 0 000000 0 O 0 0 CD a > co M Z a EA EA 4,EA EA EA 0 0 (A EA V EA E(19 EA EA Efl 0 0 01 Ni (D W y) W .....1 EA EA EA EA N EA EA EA CO (O N (A ( O y =� (A V A (O W In O -+ V O A A Ni'Co Ni A V (n Ni Ni Ni CJ CA 5 0 A A W CO W W -+ V 0 CP V (n (..n Ni 0 CO A V CP A -+ CP A CO -• Ni N 0 0 Ni CO 0 0 m CO A V 0 0 CT Ni Cn O Cn Ni (.) N N o 0 0 O O N O CD O 00 0 0 0 O o 0 0 0 o 0 O O O C EA m z N EA EA (A �+' O EA kA EA OO 0 (n EA Ni EA(A EA EA Ni V N EA EA(A A EA A A P. W Ni CO ()) W W O O A O) (n O A 0 A O Ni Ni -+ n O a W V N A 0 Ni (P 6 V A -+ N O O W A A 0 Q) CD (O gi (O Q) 0 V 0 Cn 0 o 4, 00 (1( 000 O O) O W W O 0) 3 - a 91 0 1 K o Z N 0 N EA 69 EA -4 5 r w ER EA EA EA V EA —EA EA -+ _ O n C V N N EA N EA 41 CO EA EA EA EA EA EA EA EA O (D N EA EA N » O Ni O O) (b j W W m CO — Cn Ni V -+ " Ni - (T O co - (0 co V co co O - O) 0 A V 0 V V V 0 Ni A co Ca 0 O Ni CP Ni 0 0 0 0 V CP W Ni co co (T 0 W -+ (D 0 A CP W 7 A m ur Cn A b O N N 0 0 N O O — 0 0 V O W O A (n Ni CA00 V 0 0 030 0 0 0 0 0 W 0 000 0 0 0 CD O C <A N O tn N EA EA ^' rn o) 'O H EA EA N V (n EA Cn EA EA EA EA N 0 CD EA EA(i9 0 EA CP A 4 0 W CD CA 0 O (0 O O A Cn O O A co A O Ni A f W N O O O A O O V W in O O O N (0 N O O A N f A W Ni CO 00 0 0 0 oO CO o 0000 (n (n O o o (n D a N (D 1 Z 0) O EA EA EA EA V EA EA EA(A EA 6- �_ c) F. A V N N � '4 CO EA EA EA EA EA EA W N":..Co O O EA W V 01 (7 A - (D CA O) ; Ca (D V V A A Ni co _ -� V (n co (n V CP V 0 (n V (P CP 0 O CA CO (.) 0 A CO Ni CO CA 0 m 0 0 A CO 0 0 CP CO 0 Ni 0 0 U) A Ca 0 0 Ni CA• N CO O 0 O O O O 0 O A O Cn 0 0 0 N V O 0 0 N 0 0 0 0 O O O N O O O O O O O O O O 6 Cn O O O 6 1 , 1 O 00 COO O N ON (00 0 0 LO COO n C)) N ) N O O O N LOU) O M O1 UN n U7 0) O U m 4 N V 0 0000 ( c To (141 0 6 V)6N9 V► ° o) CI ,.: -4 I- (1). ,- VI cO CO 2 . (A Vi W 0. a Q v m d 0 0 COO O (OD (+N) 00 00 d co N- CD VI va L C VI O 0 0 n 0 0 0 n 0 0 0 U) V 0 0 00 N U) (D M C O N O) N N 4 c0 U) O (D N N O) N O 66 O c0 co V U) N n n n 111 6? 0 0 CO (0 7 / N Vl N O 69 00 0 n UM V .O VI N V)V) a+ C O 0 - N d3 4A V3 'd' CD Z C0 >: 69 469, 'o 0 0- .0 - mL 0 (01 ° 7 (°nOM O .00 '-a 6 O) N M Uj 0 w0 6A V3 U) O r Vl 60 Z C N O 0 0 0 0 0 (O'') M 0 O 0 o 6 °o o n N U LOU) N N 00 M N U) N U) 4 O LOU') C W 00 M N M O ' W 0 el < O CO 6:1, li3 b:"1 OO N O V/ to-V CO O O r) O H I- V! V3 Vf ' (D Z to Vi d Q 0 m ; V 0 0 0 N O 0 U) N N CO U) t a W M O) V3 V) O .. O M Z c 69 m 0 0 °o °o °o (V) N 0 0 0 0 0 0) M CO C 0 o (n 0 0 66466 0 0 0 0 0) H O_ co co 0 (DCDU) 00 (0 (D o °D (°D 00000N m ` G li V 4 N V)N N 00 6A" V O 0 _O (O .' 69 V)V)6 p Vl y V3 -a m Vi V)` Z O v y O c m > U O O O (O c') 0 O O M d N a CO O W Vi V3 CO 7 +.' 69 N V! 6? M C Vf ' ,- ,- 00 V' 0) N- N a r 22 C W O O -, J Q W w w Ili N N a I ►_- w O 0 Q w o F w w w w w W W m w Z I- 2 w Z W Z 0 Z Z z D p W F w W W H S a' O - CO a' w O w W w w W W W Z ? Ziz Q I}a- ' S W ~ W � U W _ZQ -) W N Z W Q } Q Q Qw Q Q 0 F- W N Q S Q = m a' Q 2X1- M p Q W Q Q Q Q' Q 2 Q f-' Q J J O S l- ox N Q Z Z J a' m > > N > W > > W > cu Z Z Z Z O V CO V Z m Z 2 Z Z U Y Z Q Z Q Z , Z , 0 — (Q'' w - - aw � ") � a 5 ►W- Q .m.1 aai � � gW 'L3 QQV) QQU� QV> a •0 z a j z z z - M Zp w ce l- z a w J a z Z01- 01- 01- 01- 0 ~ m W NQp W wO ZQ ix W 1- > CC W . �" CC E" Cf F- mhm W H Z1S- Ut- QaQ 2QQZZ > � Q ? W Z � VOa � Q � ZwawdwawaW W Win D4C- P- Wes ? = = N3 ¢ wz Ws3D - Z1 - CO oQHQHQHQHoJF N .. 000020 � rt2ix � Q1- ww N0 1- 21r2 m 01- Cf I- II- IX I- Xa'I- W x Q0O W OMO Q O JOO '- O1- > J OOw ODOO < W00000000 OO 1i° # N CO Q Q 1L Z O N J Z J m to F- Z t- Z )- Z N Z - 1- 2 E E co (ON 00 O) m z _ _ _ _ - m • z M C CD CO 3 3 a Z < W -< < W - r- D _ Ov O -cO -100 0 -10 0 OOOOO 00OO m 5 z < Z r r � -1 -1 -I n ( < rD mD 5 mD Dr > 1 DD -1Dm D 6 D i < m r c m r m r c m r m r M r = r = r W x r < = r x o 5OD m -12. 50D m -17. 0DZ W W C - n m V' Z = 7Jr z Z r = M r Z Z r O E > > m m D m T. < ° mO < ° mxEi m ! C -1 ZOZZmx ° TxOmN - DD DDDW O Z Z ( co Z• = D = = Z = = = z Zc , Z -1 cco -I rD -1c0) -1 rD -1x -I , Co > > CO CO * » D m -1m czmm � m CzmDr , N A W z m z o z z m z o z < z D z z < z Z 03 c O m O z z O O m O Z z O m O x - w DOW A -1N > 0 .NzI, ;C 7J 0 0 MX > -I = 0D MZ . = 0D mccnm � � * O c A c n 0 7J C 5 .40c i < i i c z _ K I i I z > m > < m o � o � 0 - _ m m m z c Et3 m m m m m c m > 0 n S O" C O z 7 O. m .m m 3 m > m x CO °' o ri (n o. 0 1m (g n 0 co T, -BCD o a q CD - 0 W y 7 m o.q m� m N O W v V V 1 -' 03 C 7 a CD O) C) m ? C 7 co • CD N N O A n :r' C on � mCC moo < , n (W) N N K T a' C _ W O D) A z Kw a' (D O. a � N � �RI 0 (n . O Z EA A m CC C ) )) CO om EA EA - N O O 1 7 ', CO '� V EA N 00 0 Co_OD 0, fa7 (0 - 01 co 01 -co D) CD (D K co co 7 O CO co co O N N D) UI 01 o O U1 O N O -,. V A �I V V O O 0 U1 O co U1 W U1 U1 • n2 Dr) 01 01 ? A OZ C (D O 7 N N m p. 7 Z --1 0 cam o(K CD AA AA O co f m P. • a O C11 th ii N m . D7) CD C) 0 m CD D CD CD CO U1 O 0 N Fi rnC) ZO -o ID (� Z n 7• N U = m o Z W _ � to EA DC O a 7 M EA -I 1), N 0 ' -co EA -. V W V V 0 -� '„ (0 W V Cr) I V d CO N 0 ()t 0) A W - - j - A O co 0) - co P co (11 U1 A O CD N) 01 N N.) O W O A O - V V V V O O O U1 O V 01 N CO Co 0cD Z. D) D) O A0 O C (D W O O W W N 0 3 ,7-+• O -1 O N A A s O N 11 - .� o a y D OND C O < m n O m W o• adz ? (7 3 a (D 001 01 m_ n 7 m ON 17 on, N at 7 o W 1X A » fA EA � ti n O EA EA -- V W V V O o C W O 4•1 to EA V '� N CO 01 tD CO n co - co co W CO co UW) co 0) OW) 0 01 co co O W N 7 O V O N O O co N CO Co O QJ -0 Z) °) m er -0 (.710 _ 0C C 7. _. D . 0 - 5m � o • G nww = = D 0 O' • D ( m n x C N f r , C (00• C71 A O 7 ('p y Z a 0 O A O '0 W v E Cr) df EA -I — EA EA -. V C.) V V 0 A '� ao q V EA Co OD Co CD CO d j 0 A W.. CUD1 N CO(D C1 (N11 co W co c -4 0 W A CO C CO CO• O D) O O ? N O (o O O O 0 (1) 01 (11 01 O O O 0 0 ul 0 O O 0 u) O 0 O In N N 0 0 O V 00 N O M O O N OD U) N O O O O N O O O CO O O O n (O O I,- CA OD CO Cj O _O co n U) V M O N ei u) CO O (0 00 00 O_ t` co O) W o W O N C O O re CO O Cn co Cn U) CO 00 O) CO O) co Cn co N M O M U) W U) O (O O .-- M W t` .- CO N CD 0100 CO U) V ,- n Cn 0 N O N 69 69 69 V) N N CO CO M M N M V M N CO C Q (0 CO V9 V9 V) V9 0) 69 09 69 69(0 V)V)V9 V)69 (O O C u, Z ea 'O w O O O O U) U) O O O O U) CA U) M CO N I` V 01 Cr) N U) .O 0 0 N 00 O (O Cn O O U) O N- N M V N N M M U) O Cn N O O O n n M OO V t` (O V n N t` ,i n n n O N V m U V O O N- N CU U)V9 69 N V V N N M M U) Ch O M V to a OM 6 i» i» U) CO M 69 V) -c)) V9 V)V9(fl In o N-r- M Q O N N co V) 69 69 Vi V9 V)69 C I- 0 0 O O O 0 O 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 O O O O W O O O CO 0 0 O O O o 0 0 0 O O • O 666 N U) O V (O O CO O O N O U) N CO O O O O CO t` M O te O V h. N N N (O N 0 CO V M M N n CO CO N OO CV F=G _ n N O O Q) M N. N N co Cn ,- N N O CO e- CA N CD U NI O t` V O N M 00 M M 00 V N N V U) M N O Cn In o C)b9 V) V) V) U) 69 V) U) 69 V)CA V 69 CH V9 V)69 VC ) CV CO CO N O C Z 2 d 0 0 0 0 0 O O 0 O 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 . C CD CD OOO W In U) O O N OD M 0000 U) 00000000 V O 0 O O O O Q n O O N r- O O V m U) 6 O O O O O m 0 V F M CO n M N (') M V Cn co V) N co N N N co CO Ch OD N n V y 'C t- N TIME', 69 69 69 N V) O C•) V)d9 V)V9 Cn N n ,- N co a Cn N 69 N V) N 69.- N co' a !+ M V) 69 69 09 V) 69 09 69 V) C V) D T- O U) O O M N U) O O N N O O (n O V N � V M 01 V n CA ui O O .N- W et U) V OD CO V CO Z' a N J J W W J J J J W J J J I- W W J J J J W W W W W CO z H ' Z = F- R CC >- vi ui i 0 Z w C w m w J z z Z • < w2' CL CC a Zo 0z0 >.."" y Z < N- CN (N Z W W Z ; aw co 0 00W z 00a < m � � u) (n (ntn O z Z w < a s =a ¢ W - a Z N c m N OD ( P: w w W . Wl C X02 aQM as w '- OON � xx a aW 0 oOw w w > _ > Zoz o ~ > .. ppggcgi000com N. O > � � x1 � - z � ZZ < zzzo0 _mm w - 0 0 Y Y W w Q ¢ a Z Z m - } J ~ wF- a � (n uJ F_ OF aF- t- OD a a a � p (nazw t- _ � o0 a � a2rncn ? ?aQZZQQt- ~ 0 >O 1_ w w d w o x >- >- < 0 Q 1-- W0 z O a X x 2 2 Q Q z !! 0 Z Z _ z t- 0 0 4 Q Q < to m 01- W W w C a W W > > ce E . zaO � O > 5 = F_- H F wmx = 00- X d >- F- w ? QOOCrCrLUw- JJQ ¢ 0 a a �, F a � z z z wVwF - O � W0a a F t- � FQQae » } z z QQ /- ;ow � a ¢ ¢ t- (oF- acwW � Uwa � I-- F- a ¢ » _ r.� 00 (n CnaCO aNa W .- w W 0 > z h Z OO � � ww J O O '' J LL W 85 4 U U w U W U W 2 t 2 0 W p 0 Q J x O N W W 5 3 a a W F Q Q J in w w Q O w n a a N a iOn a O a Z 0 W - W Z O O w a O'O O O o Ev U) a CO CO amt- 00) 04) zo .- co ,- Oo ( V — vOO - F- W I- Z ya0;Oi) CO ,- - (D6 .- - ? N- E m V N O O CA,- N M V U co N- O Ch N N N Z It CO • V 0)) (N71 A W N .N.. O ((00 W V OA) ((1 A CO N A O CO CO V 0) (Wn CO W C4 07 N W O CO ND NJ NJ ND N7 a m CO CO V 0) (n 3 3 a -1 Z -1 pcn cn A () A 0A () A () N -- N j O 77 77 N Z -4 ( _ - 9 0 co 0 co co -• -•Q O0mr ' ; 00000x - " : O (nQvOmm > m 0009 ONNO NNNN m m � T Ell < nDrDnDnw (pm7723 m70 Z � SI ADC23 mm — mc " Aoo0XXXX N > om 0on 00 x r � O - - � r- r- x z m T 0) O77 O m m m m < < w O CA - G) Z ° = m -4 Dmco0231) no no C) mm . Z . n < ZZg0G) u0 -1 - oNi mmmm NA ° � o (I) --I O GG ODnm — mp73 m m � y � i _4 mm CO ZZ � � )3 m 73 73 73 =A =� � � 7J D � � m " O Dn= � 73 73 0m( Z - � Z -- Op � O = � 0 - v CO - Z m H mmZ r- nn 0 -i c) n) � n Ni Cn � 1 m cn � r- 7cnmG0) 'n m " m � � mD DDmm � i - cW - o n m m cn n zmgcm N — < m -ED m Dxp � CO CC m mwz C.6 cD � -1 m m D z Z ZZ ° 3 0Zm� D0 � -iD73 G) mZ — OD DZXE2 ...1 i °� � -Em � „ m0 = mO > � - m rnO p O › i CO A (n C > i n x O S D z ) C C pp (n C 0 ° z Z m O Z< m D D z m G) C n n ( x m m Z Z Z m Z z Z X OD ) C A cn 01 xi O Z �' G _m ° Z C Z - x Z ° x ° G) m Cl) rr- C) rm m m m r r r mmr cnrmmmmmmmmmmmmmmmm = -< m m -< m > D D D m m m D D -T1 -< m D D D D D D D D D D D D D D D D N 0 W O O -4 W A cn CO V O W -+ 01 O O O co "+ 0) (n — O O O - - 0) (P O O O O (71 -. CO -+ N W A _, -+ co N -4 N C 7 EA EA EA EA ^' N N (A EA EA!A En EA EA EA EA EA EA EA EA EA -0 EA EA Efl V j 0) (.) EA EA (A 0) -4 EA EA EA EA EA EA A A _A 0) 0) 0) 00 00 00 Oo O 00 , x EA EA -. Co (0 cn cn A A W N N 0) 0) W N EA V 01 co N -+ 00 OD 0) N N N N N N (j f) CO A A V (D O O 0 O O N 00 (n CO W (0 N N CO V (0 CO 0) 0) 0) (O QD N (n Ul cn N cn . O• EE O 0 (n N 0) 0 O O O -+ N U 0 C CO -+ W 0) -‘ A AC7 0CD 0CD 00CD 0000 cn N 0 O O O O O O 0 O O O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y) O' 1 -, C Z n O EA 0 (n co to to - co to to N N EA EA EA to EA EA EA EA EA EA 0 7 CO EA EA' EA EA N N CO -+ - W O EA EA EA t0 N EA EA EA EA' EA_' N N CA EA N -' (A-' d C) -I - A V co CO V (0 N W A (0 (0 O) N A O) 'co co co A N j W O O) co co A In co In P (O O A_ O (n (0 -+ CA O O A O -4 0) 0) 0) W t0 N N cn -4 CO A A V 0) A N N V (n N to cn O Na V O O O O A O CA CO W cn V V O CO -4 A N 0) Co O CO V A cn (T cn O (n O in V O OO -+ O O O O O O O O O CO W (n O O O 0 C O O O CD CD O CD CD O O O O N (n 0 O O O 0 O O O O CD O O O 0 O O O O O O O 0 O O O O O 0 CD O O O O C -1 EA EA EA EA :4' D 4,44,1 -4 EA EA EA EA EA EA EA EA EA EA EA M N A -, � 0D 0 A A EA EA EA A_ N EA EA EA EA EA EA EA EA N N N CO W co - n EA EA -4 O 0) O W O ppDo W N N A EA -+EA N W N V A CO N N V CO V CO A N n n C 01 01 -+ -+ (0 W (0 A 0) V 0) CO A CO O -+ W A N W V V CO (0 W W A CO (O CO (0 Ln (p CO O V O 0) CO -4 (O V .) N N A O 14 V N CO N V A W N N V CO V CO A N N a -4 0 (n 0 0 — (n 0) O O V 0) A N CO O N (..) A N W V V CO V -4 N CO CO V (n 0) N 1 Ro Z N O 0 0) vw a)) EA EA EA Ej EA EA EA N O EA O O N - -+ O V -+ W EA EA N EA EA' fA EA EA to to to EA to to EA EA EA y V EA (n in O (n OD (0 O A A — N . N)EA — V 0) D) W N EA EA EA A 0) O) — 00 0) co 0) — E 00 0) O V () (0 , (O A CO (n O CO co A co V V co 01 CO N (071 V N CO CO (O A A (O (O CO (O O n O) CA O CA O (n (0 CO (O A A O A O O O Co CO I (O CO V A N Co -+ A A W U7 O (O A N O J A W (n 0) Co (O V 0) W A A O CA 0 0 0 0 -, 0 O O O O O A N CO (n O O O 0 0 cn V --4 CO (J CO CO CO -+ O 0) A ■ • • CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 60 0 0 o v O o 0 0 0 0 0 0 O U) 0 0 O 00 O O M O O O O O O O O U) O 0 0 0 0 O .- N 0 0 0 `7 O O O C.) C) N 0 0 0 c0 O O UO U) Ti O O) O O O U) N- U7 O 0 0 N Tr U) N V OD O .5i U) O UO O U) O U) UO O N N O) N U) n M U) co O) N N O N CO N O O U) N Tr O .-- 0■ N N C N R C (0 V) N W O C) M CO CO Yi. (D N U) CO r- CO N- CO N U) N EA M U) 0 V) V)W.V)Vf V)V)N M .4 M N C) 7 O) O) co'N V) -N-UO M . M N V)- V)V3 te V) U) 69 69 V)C U)Ul fA V) OD V) 69 69 M69 69 V)N69 V) fA Vi C I-(O O O y Z 05 'mow N O O O O O O N- O N O O O O Co O O O U) O O M 00 O N Q) O 0 0 0 - V 0 0 .d !,- .- r- O O O V (D Cr Cr U) Cr O N- 0 O O O n O O C) CO O O O) O .- N '.f 00 OD N N m V V N N M O O M O Co O O 00 T- M M M N- N- Ti (•) O UO N- N M U) al O_ O O O O to EA V)O (D V O 69 69 EA V Tr V d' N V) O V9 EA V Vi N 69 V)V) 69 EA V)V) U) .0 a M V7 69 69 to V) V) tow. O V) V7 V) 4. V)u9 EA!A E9 d C F. 0 U) 0000OOill 00 0 0 0 0 0 0o U) 0000000 0 000 oo (na U) N- U7 O .- O O O .— O O O O O O O U) O N O O O O O .- O O 00 O O O n O U) OO N N n N O U) 6 UO 0. 6 N Ti _M O (0 00 O W O O co 00 Q) U) u) UO O (0 y- W OD N N (O m N N N O O O N O CO O O W CO O Yr NA O N- O C) O « CV Tr el 69 CD 0,U)EA M N- O co .- NT N. 0) OD U)(O I,- N O O (O U)Vl M R F- U N C61"..: O) O M V N- O O N V' U) . N'. N E9 Vf Vi EA 61 C N- V) V)(9 69 V) VI CA C 69 V Vi V)69 69 V>L 69 m U7 O G E. Z j 6. 13 N U) U) U7 0 0 0 0 0 O O O O O O O O O U) O O O O O O (n O O) OD U) U) C) O) r .a C O MU) O .— OOU) O U) O) M 1- CO T. (O ..- .1.- U) OON- MUO .- O V, .- M N- n .- r N M N N N� n 00 O OO W O U) O O TT N- O M U cc; N co M U) Ui .- O O O O m 0 V V EA(A CO (O O V)EA V)E9 N Yr V' V V' EA O A EA N Vi N 69 b EA EA 69 EA EA V► L. a VD CO EA V9 EA 69 EA A in EA V) (0 a C O U) O TY .- N CO O U) O 0 O O O O O N O U) .- U) O O O OD O 0 0 0 O O U) O O) N U) O .- O U) n N V 00 m N- 03 O U) O Ns <Y N N N U) O N O .- y- CO TY M Ono 0- U) OD (D 00 .- .- M O .- U N N V .- O O .- G .- N r )- LL LL Q Q LL LL } )- )- Z Z Z Z Z Z Z } Q y LL LL LL LL LL (L LL LL LL LL LL LL LL j co J J W W J J U (n O H H H I- H I- H N 0 J J W (n W y J J J J J J J J W } H Cl.Cr W w M Z (n cc • ZZp ZF o °o o° � � 0 CO CO � 2IW- � Q. F H WW J j > > a cn Om wz0 � = HZ Z w ! W Q 2 a u1 ((7> (wi) W H 0 > — LL 0 OJ z a Z D w m w U J w O 0 W 0 p p a I F O 0 H J Q• a - 1 O > m CO y 0 Z O H z > w z H z J O t Z — z Z w a Q r' w• 0a , ca cr z0 . J NO— z z 0 p LL 2 azw } = minpinQ >- ¢ , a m 0 Y 0- Dui F p X m O 0 U U w < z O x m H a W w 0 0 _� ? w 0 0 w Q >• F- ? W ZQ0ZWF-- Qa. > U (n (n --I ce z F- F; LLzUW � 22 >�- CV - 1- ,, cn J W } J 0 Zwpz � g j O N N) N N O A -• -• 0000 O O O O O tp OO V C T A W N -'C CO W N + O O CA V C) 0A W N - O O p V A N A W N -• 0 33 co J00CCr > Cmm 'Dm 300050 (^) i0Co - 0000 m0 -1739 >1D ,�x7DAA NmNAA D�7 > x › ._5. C O 0 W m D m W D x C D D D ry x x m O p o m N p m p m O 0 0 0 0 m O m y = m m O O 0 0 m - i O o - m m m m r 0 0 _< 0 r rnoop- > T0 - mm - z O< ? a) oTzKo ) G) Tzz ° zmz < -Imm rocoom * m ODDOOrp� �^ � m XCOm * * * C) 00 � W� D _I � Z ZrmO Omr_ � Z z mmmmwc Z� -i . m - rm � mmmODZ � � CZiO z � O � O � m ? z � �' m ? � D � ao DDmcx> m — C) mo 4 � O C) < D Zm - Sporn 00 m m- zm TE- � m ? m o 7,3, 2- MM w A Z O - O O > Z r 0) m Cn (n Cn � M 1 V) U) 1 fl1 > DOZ M D c) C) c Dm � m co > ,-- • -m rr — W W D mD < -m0 -i0 _ * W , Om � Z C D * D Drmr zr1 D Dx W nr � � mvCi mcCi> � = m Z D Co mmP , -ID m mO rr- O mmm m m3 r wrOz D I DOD m gym � � D -0 m X Co z m « m m A i O-0 rrl m o A r 0 -I(n K Kcz o cn2 r ,o mmm m m zm C c { 0 2 * c o ti z0 C Z z z m z Z -n 7 M m z> 0 I o s -1 HClC> rrr Co mrDDrrrrDDC co 2m rm m rrrr rrm m 7 Z Z -< -( COmm -( DmnnmmmmC') C) -< -< MD MD D mmmm mmD D N 2 2 x 2 0 f V W V O Cl) 01 V O) CA O -+ AK) _ V CA N O AA A co A O N A O O Ut - O N O Cn N N 0 O N O - 0 0 0 - O - -, O V) O O N N O O C P ) 0 ---J N 0 0 0 0 00 -4 N C 7 fA EA = 0) Cr) N EA N C) 01 01 0101 E Efl EA 0 (A (A W A A A V A A EA N (A V O A A A A UC) A EA UA (O O A A A A A fl A A n 0 W N Co O N w -∎ CA (D CN -+ N -, O O O O O C)- O O N N O (D 6106 W (D C A ca .- 6, 6' V W T N a 7 m 0 0 - 000m 0 0 - 0 0 N V - CO O O 01 0 O - 00 O ()1 A 01 (T - m O 0 N lD C Z n O EA 7 N A A N EA A A A A A A A A EA A O in O ffl Cr) (0 O N G EA EA fl EA EA fA fl W A A EA EA A A CO N A j V U A b A T A -• O N W N) N EA V b O O O N) T V O W 0 N 0 0 V 0 Co Cr) N A -. (7) ( N 0 EA W CO N (J1 - CO V N CA A 0 A CJ D A N A CA A CA CA (D 0) O A O - N N 01 0 00 003 N O V Ut W CO V N o O O N 0 0 0 0 O O O O O Cq W N N 0 0 0 O 66 O V N 6666 N) 001 O O 0 (31 0000 O - 0 0 0 0 0 C)) 0 0 0 0 0 O O W O O O 0000 000 O C 71 7 E_A EA EA _ > N V ) V - -A U A 0)) (O A A A EA EA A y - EA(A 69 W fA FA (A (A V Cn A A Vi EA A (A (A CD C (D (O (A A EA(A A(A A A F o W O O m O W N N w O O O - W w W ()1 003 - 4, A O O W W 00 A A O 4:. 14. 11N. 66 -+ - 0 - 0 0 6 A O O O N A O N) 0 O T ( W - O A I--46 -• -+ y 0 O N 0 0 0 0 0 O - D 0 0 T QA O m V UO W O 0 V UCO C A V O 0 a x O go Z N O (A O O EA � - E -I- EA EA AA A A EA EA - EA A EA a N N A 00 -'0- co EA EA CT EA V W 1 A A 0_ EA 0000 EA EA d (O V (0 OO ()1 ->•EA U1 -co v - - O)EA CO EA (D A OO (O N) A Cl) (1 CA -, co N CO N W EA V fA 5 N CC1 V A U1 N c0 Cl CO V O) V W m A Ca) Co (P -+ NA j 0 CO CA A CA N -• 03 .4 CO C) (T A O) 0 0 0 A A Cr) 01 01 (D 0 N) V V 0 Cn CO N CO A CA (0 N) W CD 0 0 - (D CO O 666666 O - o (O O O O N N Cn O N O O 66 616 O O V O Cb OO A V N O 000000 O 000 CO O O CT O O O N O O O O O O O 00100 000 O I I. • O O 0 0 000000 0 0 0 0 0 O M 0000 ,- O 0 0 O c) O) U) O O M N O N O O O) O1 0 0 N O N. N N 6 U) O _O O C ("7 (O O O U) U) N Uh 6 CO cf m 66666 C O) O O N0 ,- 000 M N- O _O M NO er a0 n A M N 00 00 7 U) N U) M MN MM Q) n .- M N lO C H tf) ,-69 M 0 0 H-)Ef)ff3 E+9 fH fA E�9 W '7 Ee to 0 W 0 O O N Z 06 mow "0 y O O 0 0 V7 M N O O U) 0O O O O N O O 0 U) 0 0 0 0 m O 0 0 N- O V r .- O CO U N O m c1.0 w GI M r M O .4 0 M O O O 06 O O N 0 O ^m t a EA fJ b969� W9 f9 EA EA d9 n �yg( 0 Wi �� N it Q to C m 0 O O O 000000 O O O O N ON 0 0 00000 0 O U O o 0 0 0 1- M O st00 U O O C O O a M U) N 00 O (O N U) N N- O) V co N N O V co U N 0 N V O 00001 .- 00 D U0 O () N U U ( 00 V N N p A N N A O) O 00 U 9 9 O N I (N U N M M U U U O N U O ..--- f) 00 W EA Of 7 m H UU) EA tan tN )(N W C F A (9 H O O Z 2. V 17; 0 O U) 0 0 0 0 0 0 0 003 to O O O O 03N .a O n O U) O M CO 00 O N- V' O co N. O O N 0 00 N N R O O M O V 00 ) N r U 6664 O �m U) U) 0 f169 to d9 Vj!fl V) 59 A Ea .` il a. U n 9 b9 » (7.,36,3-4- a G f» U) O O .- 000 .- .-- 0 0000 N O N •- Un U) N N r V O M V s- 00 O M N U) M N tD a 1) mm Z Z Q (/) w U w Q Q w W w U LL < } Q O O w W j I- U- Ur J J J U) W W (/) J J J J W (/) W a a J J W W W } ~ O W 2 CC w D Fes- wZU (n Z Q Z W z X re Ct 2 a U)) ) wDwU ZO 3 � Z N > m - W wW = Z uwi O a Q Q w 00 U x a Z Z O Wo U O_ U a O Z_ a DOaU 01- zww Q H QH � F- w v ';' - w zce Q~ z 0 J > � QQZ 15 (7) LL LLI Will w EOW ,- 0 Z Q N J U < (n m a w w CO U O Z a Ow ~ U .40 -4 Z 03 m o < 0 E m a < D w O X W ZO x z - w < OZ J W Z = Z > (0 0 Z O E F- 3 E Q O ? i3 w � Qm > N }UOOccu mgZNrn • W � � QQ N � Q aQJ• 0 z0 ^w ZQQjwWM > 0.1- JOOaz O , - ctZ ZQ � Z � 0 00 - U) 0Ow � FH Iii Z m_3 w O " Z U w g Q W S ~ w w W O Z w U Q w W O LU w Z W O z Q wmx MwM O ¢ ¢ 0 - ZO U > Zm = JJ F- w Q > ~ Q XSmU JZ O U - mW a QL,• > nce Z Z > a J z Xwz2OUI- F- Q � mm W UFZLL V) > ZO0 '"k2 Z Q < ZZ > 3 Q ~ W D 2 1-0_ 1- coODDatiQ00 1- w - 0 < F- w Z D ¢ -' a W I Z - - aUJwD m a a D ¢ w a m r° 0 - Z a = 0 0 0 Et W O l- W a. w Q w w = x N 3 Q W Z X I- }rmtOaO < Z (o = 00 - : a • (21- w , OO a _JOW OOn}' _JODOCO '- U)cp O F- > a 2r ^mlaw (n _ m (OQQ0 V aStv (na (/) (n3F- Z - QLLOZF- F- QZJJJ ( # F- C < H E E v Un U0 n 00 0n 0 N M v 661-- 0) O V N V m y C N N N N N N M M M M M M M M M M v V • z c m co o ( oAO JO cAn 33 a z -IFzHzHZ -� z -icn w rzr -lozm > Dcn _ jrrrz > zr -4pzm > Q x - m70 -1 ,3 -173-17) -1n > 3zI3 -1073X1 -1 mX) - > R31S3xlr•1 zC -l0MM -� �' = r 0 = � = � = Dr = rD- 1 m Z = Zr n � c z z m r � � -� � z = � = zr cC m A, N < cn cn cnZ DODD 4niz m , DO zzD z -1c) -iz m m.m m m m m m m m D p m z m r m x x > z Z * C) O O A Z > > 72 >Xi r m x x > -1m,,m -ix _1m -170 -1 , v rn o < � m � AmmOD2mvm 0m -10> �° O -1O -� 0HO -1OZ zm mmz -c -iA to - zz z � � m � z v zwzwzNz - z0 OvZEzmO xxz Elm -1 op OvzEzm0 -1 m D rn D D x m D m > ' D ' D ' D ' DD ."' Kcmw r > -i C w -iC -iN D z - z 0 z D z z D n- , z D z p D C v Z C n o = z D- 0 ° ;-. 3 c 0 m � mOmO � O < xD) O � � � C z � 0 C) x . . PmmmC D , D D m D D D Z < , w m x D A w = < x < ---1 N m i m C 7c m { C m x D x O z m rn oA z Z x D .. D z z 70< m m m Z m m m z m• m m E v N x x m m m m m v m z z m z z cm cm„ z m w z mm z -1 z m 07 m c m m mpm = � -m1 D S Ate , = m m 2 --I RI y mmCCD) D 2 2 in 0 N g V (O A C En En fJ EA -0 M CP.01 V Efl V) N OD V () 0) V —,NM—s v M a N V O bb O j G o V moo o N n 1 1 c Z n 0 N 0 W N N O) co co 0 V N N N C) ,A �//En En 1//Efl GI C N N 0 (AD O V V V C) U1 U) CO V V W (D A V Ut V V in V 0) -1 V A V 0 W 0 O O U) W N O O bib O 01 O 0 0 0 0 0 0 0 0 0 0 C --1 7 En r: D -'(n TA N En -0 N CO V V--s FA En A V 3. n = 03 O (.0 (I) W O m - d O 010C) O rn 1k Z 7 O) CO O CO Q) Ut CO (WD W N N _ !A fn _ En L/Efl y _ CD 0) CO (n CO V V A V - — CO V V in 0) 0) V Cl 0 0 CO U1 U) U) W 0 0 P A -- b W O in in W U7 0) O N N in N O O U1 O O O 0) 0 0 0 0) O O I M 01 0 CO 0) 01 V 0) M O N. (Of) 1')) 07 C7 O ai n 0 f 0) U M n C f- ) N r) ' 1� Tv o co co oo A O N C r 69 49 N- t9 CO C 0 O E9 69 O N N () Z ad O 'n >, CA Z N 'O (a c'ZI A 2. CO M t U 63- u u • CO rn a :c = a ^ r- 0 pp a . i � � � m o nui c ¢ m o 1.00 = 1.1_ 70c F- NZ (OCO - Om0 (0 (0 �V (0 M 0 M 0 (0 0 0 N-N K (N f CO f I- N ,-. (f) 0 0 (() N M n 0) (7?- 1-to co N C O v ocn 0 0 Z N O N U 0 d ati C m U V ` N z N M O N A N II l d o2 o rr- w c d c Uo a (� c7 c0_ ,91- d• N m 000m :90 » m O iii rn c Om � . y O LL C Z. L -0 1- 0 U I O Q a Cl) •O <n a C 0) U ca a) ¢ A E cc (a 'O D z 0 `o '0 U w W w m ¢ w W D Z ) W LC 0 C W O o > >Ill Z > Z_ F Z ¢ Z ¢ Z 0 m < Z > _ 201_ 1 D I- N- D I- � z Z 0 U < 0 Jz W 0 -IX oU JQ' 0 J O < §- w CL > CL 5.: s- . 0 < NZ � (') oaQzC Z 0 W 0 0 0 Q O w O z Z O W O O z z O w O n w —E U z I- z Z Z < Z > Z 0 Z Z Z 0 M Z W Z a _ 3 cc m � � z � z z c � ¢ ¢ ¢ ¢ -) rcnDr ¢ -) r (nD z - F. to mx mz im mz ¢ ¢ G z 01- z0 20 0 m L- F- Z1.._ LLIZ1- F- 1.- 1.11 M I- QwV y ~ 5 y W WZWC. O WU) < WQ00 W (° o < M W a w w p W w < < J CL J Z Z J Ct S J Z Z J 0 I Z CA ' > N W (n m z < 0 . .- w < 00 ¢ 1.- w < 00 O = J m O J z m J = J = J ce J LL J W 7 J LL J w D J LL N U - H - mr-- - NH - H- - I-- Iw- H0Hcw Ha - H- ccw F¢- Q x w 000 O0 < 00000 -10 >- 01- > 0 >-. 001- > 0 >- 0 •ci mzrZ _ rz mF- zrZI ¢ r1- r0) ¢ F- zI- V) ¢ F- - Z 1� 7 E E m . z r . Bonestroo �'� �� Rosene BIDDER: /,Lf/.?4. j' 9 1.66-i IL/ 'f vim Anderlik& II Associates Engineers E.Architects DOCUMENT 00410 BID FORM NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH BID COPY UTILITY AND STREET IMPROVEMENTS FILE NO. 000055-05140-0 OAK PARK HEIGHTS,MINNESOTA 2006 THIS BID IS SUBMITTED TO: City of Oak Park Heights,Minnesota City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 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 Project Site and become familiar with and is satisfied as to the general,local,and Project 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 Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project 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. 00005505140BIDFORM 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 Project Site which may affect cost, progress,or performance of the work or which relate to any aspect of the means,methods,to specific e means, sequences,and procedures of construction to be employed by Bidder,including applying 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 Project 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 Project Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Bidding Documents. 1, 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 res responsiveness,or esponsibility,and qua ifications before awarding a ontractgation and submit an evaluation concerning Bidder's p Bidder out of or relate waives such and investigation and evaluation,and statements made as a resultdthereof,except for statements that can arise out of or relate to such investigaho his be shown by clear and convincing evidence hallen e a contract intentionally false to and made with actual malice. Nothing in this paragraph to restrict Bidder's rights challenge FORM 00410-2 00005505140BIDFORM 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 SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1-SANITARY SEWER: 1 MOBILIZATION LS 1 $ $ 2 TRAFFIC CONTROL LS 1 $ 5 .60 $ 07-5:66-0=) 3 CONNECT TO EXISTING SANITARY EA 1 $ 566.00 $ 50006 SEWER 8"PVC PIPE 4 CUT 6"SERVICE INTO 8"PVC EA 1 $ 73D.C6 a $ 7,5D.a 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ ? $ 7a0 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $ Or1I $ ta" 15'DEEP f 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $ $ /a /�y l 9 O 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $ e90 $ Of 9 7'0 06 20'DEEP ,cam 9 4'DIAMETER SANITARY MH, 8'DEEP, EA 3 $ a5a $ INCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ /10. $ ,/ 7�6'6 OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ I $ /o4 9 60 12 IMPROVED PIPE FOUNDATION LF 400 $ / $ 00005505140BIDFORM 00410-3 BID FORM INo. Item Units Qty Unit Price Total Price 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ /7 DO $ a01/066 ENTRANCE J/ pp TOTAL SECTION A-NOVAK $ 4/�6d AVENUE NORTH-PART 1- SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ '5-00.6 $ . _000 CYO MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ 4&e.CO $ 4/0X. MAIN // �I , 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ 4400 $ <7 Dlo�` D4 17 8"DIP WATER MAIN,CLASS 52 LF 140 $ vV:(6 $ .5710 0) 18 10"DIP WATER MAIN,CLASS 52 LF 55 $ Z $ /7 06 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ -..3 $ 59 . 20 6"GATE VALVE AND BOX EA 4 $ 750.0) $ X666•60 21 8"GATE VALVE AND BOX EA 2 $ Y 7� ,2) $ / /Jr®.Q® 22 10"GATE VALVE AND BOX EA 1 $ /,IQO 22 $ / .&c 23 12"GATE VALVE AND BOX EA 4 $ /}Q 2OO $ 6 DDD.00 24 INSTALL HYDRANT EA 3 $ ‘ rQ�M $ 6O6:C9.DD 25 12"X 12"TEE EA 2 $ Z1 a) $ /(),06.06 26 12"X 10"TEE EA 1 $ aM $ ,15-D-66 27 12"X 8"TEE EA 2 $ 17190 07 $ 9g0•66 28 12"X 6"TEE EA 3 $ 4/715-e29 $ / i.a--664 29 8"X 6"TEE EA 1 $ &O/O-DO $ 306.OQ 30 8"X 8"TEE EA 1 $ �,2?-366 $ ,34 O 31 10"45 DEGREE BEND EA 4 $ d%�16 $ //6' . 60 32 12" 11.25 DEGREE BEND EA 3 $ clZ)0. $ 9aa. 4Q 00005505140BIDFORM 00410-4 BID FORM INo. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $ ■3/" .QZ $ 6,,?e). Qa 34 6"PLUG EA 1 $ /o(.Ov $ 76/e)QD 35 8"PLUG EA 3 $ /ve x $ J 5"Oa 36 10"PLUG EA 1 $ /a DD $ /52 0O 1 37 6"FITTING RESTRAINT EA 5 $ va 60 $ /0� 38 8"FITTING RESTRAINT EA 10 $ 4:OL) $ ASQ, 39 10"FITTING RESTRAINT EA 10 $ 46P.eZ $ 41o7Q• 40 12"FITTING RESTRAINT EA 30 $ \�?}• $ /566 a) 41 IMPROVED PIPE FOUNDATION LF 400 $ / a $ 4 42 INSULATION,2"THICK SY 75$ ` '. Z e $ a 2 60 TOTAL SECTION A-NOVAK $ /, 2 /a OO AVENUE NORTH-PART 2-WATER MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: 43 REMOVE 12"RCP STORM SEWER LF 6 $ 7 5. 61 $ 90•;16 PIPE 44 REMOVE CATCH BASIN EA 1 $ ■ CC9 G ) $ 39O 9O 45 CONNECT TO EXISTING CBMH EA 1 $ -a-eV $ (iD D() 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ 6•a) $ ////0 X 10'DEEP r� p 47 15"RCP STORM SEWER,CLASS 5,0'- LF 850 $ .�f . -f p $ a eFoo- 00 10'DEEP `/ 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ ,.56 $ /,:K9. 66. 10'DEEP 49 21"FLARED END SECTION, EA 1 $ /J/L % $ 4.Y 4.. DD INCLUDING TRASH GUARD 50 2'X 3'CB W/R3290VB CASTING AND EA 5 $ /Me).406 $ L.1566.60 CONCRETE ADJ.RINGS O 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ 49:52).e6 $ ///DO.DD AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM i INo. Item Units Qty Unit Price Total Price 52 4'DIA STORM SEWER MH,8'DEEP, EA 1 $ /g5b.QO $ 49:5e CY INCL R-1642-B CSTG AND HDPE ADJ RINGS 53 4'DIAMETER STRUCTURE LF 3.5 $ 7 *0• $ 7D• OVERDEPTH 54 CLASS III RANDOM RIPRAP CY 10 $ //(). 00 $ //0 00 55 4"PVC DRAIN TILE,SDR 35 LF 100 $ 9 6 $ 9 . 56 SILT FENCE,PERMEABLE LF 100 $ .5-D� $ (0060 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ ,r.. C) $ /715'60 AND WOOD FIBER BLANKET TOTAL SECTION A-NOVAK $ L.5.- 90.66 AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: 58 REMOVE BITUMINOUS PAVEMENT SY 90 $ Co,.W5 $ ,_5-� 6.-10 59 REMOVE CONCRETE CURB AND LF 125 $ 17`. X $ :�26. 9O GUTTER • 60 SAWING BITUMINOUS PAVEMENT LF 150 $ ;2 , ° $ '-5 7"-5:6° 61 ADJUST FRAME AND RING CASTING EA 1 $ DD•Ze $ 4492 OO 62 ADJUST VALVE BOX EA 1 $ L9O6.Ze $ 3&260 63 EXTEND HYDRANT BARREL LF 2 $ V 75 O<) $ 75e9: 64 VALVE BOX EXTENSION LF 3 $ ,___OM $ /50.6'0 65 SUBGRADE EXCAVATION CY 300 $ O• Jr $ //Om 66 SUBGRADE PREPARATION SY 9,115$ $ 17/ni. 75 67 COMMON EXCAVATION-TRAIL OR CY 390 $ 7'-5 $ A9,4 7..5:6 SIDEWALK Q '41`/ 68 AGGREGATE BACKFILL TN 7,610 $ (25- $ 'Iv 41‘ ' '-5D 69 AGGREGATE BASE,CLASS 5, 100% TN 4,760 $ /4 ). •W-5 $ 7f 790 0 CRUSHED 70 AGGREGATE BASE,CLASS 5, 100% TN 670 $ /6•+-Z $ 7D3W CRUSHED-TRAIL OR SIDEWALK 00005505140BIDFORM 00410-6 BID FORM ■ P INo. Item Units Qty Unit Price Total Price 71 TYPE MV 3 NON WEARING COURSE TN 810 $ 27/4.06 $ 440.00 MIXTURE(.W)6 72 TYPE MV 3 NON WEARING COURSE TN 1,620 $ 41 Dl $ 7/00 OCR MIXTURE(B) 73 TYPE MV 3 WEARING COURSE TN 840 $ 4<50?0 $ J 7 96 MIXTURE(E) 74 TYPE LV 4 WEARING COURSE TN 185 $ 40-,CO $ Y41/7`J0 MIXTURE(B)-TRAIL M $ ��,T/� 75 BITUMINOUS PATCHING SY 90 $ 76 BITUMINOUS MATERIAL FOR TACK GAL 175 $ S/0 $ c-5-44 �D COAT 77 PREPARATION OF BITUMINOUS LS 1 $ / d0'0O $ /544..00 BASE FOR WEAR PAVING (� 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ 9 $ L..1/3 6500 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ R00 $ 9406,00 RAMP ,'// $ 6 ��Q a0 80 TRUNCATED DOME PANEL SF 160 $ `7'' 81 6"CONCRETE DRIVEWAY SF 6,600 $ f/) $ wV ae x PAVEMENT /(�l.'7b ��'Q $ /1//1 1-/ �� 82 SIGN PANELS,TYPE C,HIGH SF $ ' INTENSITY //{� 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ //OO '7'D$ 60, oO PRIVATE UTILITY CROSSING 84 6"PVC,SCH 40, 1 CONDUIT FOR LF 220 $ /v? 00 $ a'?6 4"61 PRIVATE UTILITY CROSSING �� $ 85 4" SOLID LINE,WHITE PAINT LF 220 $ `7/ . .WO 86 4"DOUBLE SOLID LINE,YELLOW LF 420 $ PAINT 87 12" SOLID STOP LINE(BAR),WHITE LF 60 $ " OO $ /?O oO PAINT 88 12" SOLID LINE,YELLOW PAINT LF 100 $ "r 60 $ (770D'oO 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $ ` 4.'r` $ J4//�� 90 4" SOLID LINE,YELLOW PAINT LF 2,600 $ `4 $ 91 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ ' ` - $ 96. OO ARROW-PAINT //� �y 92 PAVEMENT MESSAGE,LEFT TURN EA 17 $ 00 $ / 46 ARROW-PAINT 0 3 93 4" SOLID LINE,WHITE EPDXY LF 220 $ 00005505140BIDFORM 00410-7 BID FORM INo. Item Units Qty Unit Price Total Price I 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ .15 $ 315.00 EPDXY .� r,-���r�� (�('� 95 12" SOLID STOP LINE(BAR),WHITE LF 60 $ :).15 $ C? 95. 00 EPDXY 96 12" 100 $ 75.00 SOLID LINE,YELLOW EPDXY LF $ �•� 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ . 1Q $ a 1l1• l.J 98 4" SOLID LINE,YELLOW EPDXY LF 2,600 $ , 40 $ 1040.'0 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ "I 5,VC) $ rl0.00 ARROW-EPDXY (} /�� A 100 PAVEMENT MESSAGE,LEFT TURN . EA 17 $ q�.W $ 'Co I5,00 ARROW-EPDXY W/'� f') f�`� 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ I 1 . $ .w EPDXY //� (�(� /�("� 102 PROTECTION OF CATCH BASIN IN EA 8 $ 3U.CC $ 3 oo`w STREET �'�( 103 BOULEVARD GRADING HR 16 $ (('��`15103 $ 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ 1.40 $ 1 0 W 40•W AND WOOD FIBER BLANKET 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700 $ 3 .ab $ 11 17 • M' TOPSOIL -7�y� /� ,[��('� (1 106 LIGHTING UNIT A EACH 2 $ a I W.0 $ ��/l w.` 0 107 LIGHTING BASE EACH 2 $ ucan $ i330 . 00 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ 3.a) $ 19,144.00 109 #8 AWG WIRE LF 20 $ 1 400 $ 33. C l 110 #6 AWG WIRE LF 5,405 $ I•( ) $ -1 d 1 (9.75 111 #3 AWG WIRE LF 40 $ I .13 $, (o 8.00 112 EQUIPMENT PAD EACH 1 $ (00,,CO $ (D10, 113 LIGHTING SERVICE CABINET EACH 1 $ $ 470. CO 114 NYLON PULL CORD LF 1,690 $ e 16 $ a 53 ' 5C) 00005505140BIDFORM 00410-8 BID FORM INo. Item Units Qty Unit Price Total Price I 115 PULL BOX EA 1 $ 051,OC) $ (D5•03 TOTAL SECTION A-NOVAK $ 4 /0 3 g9 9,-9 AVENUE NORTH-PART 4-STREET IMPROVEMENTS SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: /� (� � 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ 4 i�5 $ 3� J.00 117 REMOVE CONCRETE CURB AND LF 40 $ 4..95 $ 170' w CO GUTTER ��,,//�� 100.04 118 SAWING BITUMINOUS PAVEMENT LF 40 $ a. SC) $ 119 CLEAN PLUGGED FES LS 1 $ 3.5.a) $ 33S. 00 120 SUBGRADE EXCAVATION CY 100 $ (p .15 $ (6751 0O 121 SUBGRADE PREPARATION SY 2,325 $ • 45 $ I Oita ac 122 AGGREGATE BACKFILL TN 1,760 $ .©b $ 8 V gZ I CO 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ a $ La343 [ CRUSHED //�� 124 TYPE LV 3 NON WEARING COURSE TN 265 $ .44.c $ I I"7 39. MIXTURE(B) ('� (�Q' 125 TYPE LV 3 WEARING COURSE TN 280 $ 45.30 $ I a WU4•oV MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ 3. 1O $ 2.I 7. 00 COAT ����,, ��'� 127 PREPARATION OF BITUMINOUS LS 1 $ 1 i /^D.//W $ 1 500'CO BASE FOR WEAR PAVING 128 SAW AND SEAL TRANSVERSE LF 455 $ 4.50 $ 304/.50 JOINTS IN BITUMINOUS WEAR COURSE 129 B618 CONCRETE CURB AND GUTTER LF 1,015 $ "("�1.O %��$ q i i J oo 130 6"CONCRETE DRIVEWAY SF 2,325 $ 3.n $ s U 3b.00 PAVEMENT / Q 131 ADJUST FRAME AND RING CASTING EA 1 $ 4.1O $ CO.0C 00005505140BIDFORM 00410-9 BID FORM ' I No. Item Units Qty Unit Price Total Price I CO 132 ADJUST VALVE BOX EA 1 $ '00 $ WO'CO 133 SIGN PANELS,TYPE C,HIGH Sr 4.5 $ 35..a) $ ('Al INTENSITY + 0, 134 4"PVC,SCH 40,2 CONDUITS FOR LF 11.C 190 $ X) $ ONO' PRIVATE UTILITY CROSSING �(� -�] 135 4"DOUBLE SOLID LINE,YELLOW LF '` O 680 $ $ a / a PAINT 136 4"DOUBLE SOLID LINE,YELLOW LF 680 $ 15 $ V G� 'O 0 EPDXY yyam� O 137 SILT FENCE,PERMEABLE LF 50 $ 5.OV $ , 138 PROTECTION OF CATCH BASIN IN EA 2 $ 35000 $ lW l`'O STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ 1.40 $ 111$,C0 AND WOOD FIBER BLANKET $ 7S1 6S TOTAL SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS ALTERNATE NO.1-LUMINARE TYPE FOR NOVAK AVENUE ((� ( �('\ /y� NORTH: 2 $ 'lV`°r w $ CJLJ'lJ`J 140 DEDUCT FOR LUMINAIRE TYPE B ON EA NOVAK AVE.NORTH $ TOTAL ALTERNATE NO.1- LUMINARE TYPE FOR NOVAK AVENUE NORTH ALTERNATE NO.2-58TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 1 $ /y� /�(� $ 141 LIGHTING UNIT A EACH , 1 EACH 1 $ J DO` $ (10(100 I 00 142 LIGHTING BASE ^ RQ 143 1 1/2"PVC CONDUIT,SCH.40 LF 555 $ 'lo© $ ' U,O6 144 #6 AWG WIRE LF 1,635 $ 1 ' 3S. $aa)1. - TOTAL ALTERNATE NO.2-58TH $1C..JIIJG. STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00410-10 BID FORM 00005505140BIDFORM No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH: /�� �/'��('� ROO co 5 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ '(cO•1 O $ •Cl l TOTAL ALTERNATE NO.2A- $ 1(Da CO LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 146 LIGHTING UNIT A EACH $ 780 ()( $ aU CO 147 LIGHTING BASE EACH 1 $ (J .(O $ 6 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ `1• ( $ alVIIJT•Oo 149 #6 AWG WIRE LF 2,190 $ ' $ l (p•� TOTAL ALTERNATE NO.3-60TH $ �q g©' O STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 163.06 $ I/_�'/•C� 150 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ �) TOTAL ALTERNATE NO.3A- $ I(Co`co LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-11 BID FORM No. Item Units Qty Unit Price Total Price I BASE BID: SECTION A-NOVAK AVENUE NORTH: 4-t� ��Q TOTAL SECTION A-NOVAK AVENUE $ ► () NORTH-PART 1 -SANITARY SEWER $ I + R 3 TOTAL SECTION A-NOVAK AVENUE 1 1 NORTH-PART 2-WATER MAIN TOTAL SECTION A-NOVAK AVENUE $ O2 NORTH-PART 3-STORM SEWER ^ ��' �}� TOTAL SECTION A-NOVAK AVENUE $ 4 "! NORTH-PART 4-STREET IMPROVEMENTS J ��1 n�Q� TOTAL SECTION A-NOVAK $ LJJ i 62 LL T AVENUE NORTH SECTION B-NORWICH AVENUE NORTH: �� ACS TOTAL SECTION B-NORWICH $ -118 C V AVENUE NORTH-PART 1 -STREET IMPROVEMENTS $ �Q �/„�a5, TOTAL SECTION B-NORWICH AVENUE NORTH BASE BID SUMMARY: (� r ^�]�`�� TOTAL SECTION A-NOVAK AVENUE $ ( (D NORTH ! V (�( „C� TOTAL SECTION B-NORWICH $ �"1�[J V l.J AVENUE NORTH r�(��'��Cy!1� TOTAL BASE BID $ l `') 00005505140BIDFORM 00410-12 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1- $ LUMINARE TYPE FOR NOVAK AVENUE NORTH rr' TOTAL ALTERNATE NO.2-58TH $ 5 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.2A- $ O LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $ 8q 80. STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- $ ( ' oO`a) LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-13 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 /17.62_26c/. ! I ,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.: 00005505I400BIDFORM 00410-14 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: �J������1 d -d`���c.��.�' (SEAL)�/� State of Incorporation: Type(General Business,Professional,Service,Limited Liability): XL't 'L/ B . r .l (Signature) Name(typed or printed): C..MM S S J /ll4,4 o � Title: ,, Qi..eb/tr Attest A� AE U tiA /&A ORPORATE SEAL) (Signa ,orate Secretary) Business 4e'Odress�N'P.O..B,ox#'s); L 5`53 / Phone No.: 76 ` 4197- 4/a/ Fax No.: 7 J, - '/ 7 44' 00005 505 1400BIDFORM 00410-15 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 000055051400BIDFORM 00410-16 BID FORM WESTERN SURETY COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS,THAT WE Burschville Construction, Inc. 11440—8th Street N.E. Hanover, MN 55341 as Principal, hereinafter called the Principal, and the Western Surety Company,a corporation duly organized under the laws of the State of South Dakota,with Administrative Offices at 5201 Eden Avenue, Suite#300, Edina,Minnesota 55436,as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights, MN as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of Amount of 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 Novak Avenue North and Norwich Avenue North Utility and Street Imps. Oak Park Heights, MN 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 March 24,2006 Burschville Construction,Inc. (Principal) No Seal ����_I,�li� ,�1 ,i �' �� ,e,i`��_ �i,_ /J (Title) '(Witness T '!�� E. Schendel,President Western Surety Company (Seal) C(../LI.A.6trr■ 441.1" 7 /10•■ (Witness) Cedarleaf r, (Attorney-I ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF: COUNTY OF: On this day, March 24, 2006, before me personally come(s) James E. Schendel to me known, who, being by me duly sworn, deposes and says that he/she resides in the City of Hanover, MN,that he/she is the President of the Burschville Construction, Inc. the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. SHIRLEY ANN SHEETS / A ' / NOTARY PUBUC-MINNESOTA • MY COMMISSION EXPIRES 1.31-2010 Notary Public ACKNOWLEDGMENT OF SURETY STATE OF: Minnesota COUNTY OF: Ramsey On this day, March 24, 2006, before me personally come(s) Jack Cedarleaf II, to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or Attorney-In-Fact of the Western Surety Company, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. / 7 Notary Public 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 D R Dougherty,Jack Cedarleaf II, Kurt C Lundblad, C A Housh, E Lange, Individually of Saint Paul,MN,its true and lawful Attorney(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 20th day of October,2004. T�c 4WESTERN SURETY COMPANY w�7X44-. D tN p%; Illif..e, Paul .Bruflat,Senior Vice President State of South Dakota County of Minnehaha ss On this 20th day of October,2004,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 + + + D. KRELL November 30,2006 J t�NOTARY PUBLIC e��j + -` ••:r" SOUTH DAKOTA CERTIFICATE D.Krell,No ry 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 print dd/on the reverse h of' still in fo e. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this % day of �� ,A Ur.6. ��SUaET}co WESTERN SURETY COMPANY m40p : t�1z PhD _ Form F4280-01-o2 L.Nelson,Assistant Secretary 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. t . Bonestroo Rosene AndeNik& BIDDER: J O r-t41..i • 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 Project 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 Project 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 Project Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Bidding Documents. I. 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. 00005505140BIDFORM 00410-2 BID FORM 1 -_ 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 l SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1 -SANITARY SEWER: 1 MOBILIZATION LS 1 $ /7 /,0[ J.Ci $ /?(,r; '%c 2 TRAFFIC CONTROL LS 1 $ 067). (0 $ 0_5 3 CONNECT TO EXISTING SANITARY EA 1 $ /Ca).!Z $ I066. cb SEWER 8"PVC PIPE 4 CUT 6"SERVICE INTO 8"PVC EA 1 $ 133/. 5;5- $ / 2/. 55-- 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ r22. S-1 $ 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $,2/. $56r, l o 15'DEEP 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $,;1 . / $ /5466. t/o 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $623. /. $ 2!'a p`-'Q. -3O 20'DEEP 9 4'DIAMETER SANITARY MH,8'DEEP, EA 3 $ /9 )y. '1? $ 5'/3 INCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ /,33. .;1 s $ - c ' 61. OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ /, $ / 4, 675 12 IMPROVED PIPE FOUNDATION LF 400 $ , p $ Lf. Co 00005505140BIDFORM 00410-3 BID FORM INo. Item Units Qty Unit Price Total Price I 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ J(, ,2a' $ /6153- 4,C) ENTRANCE TOTAL SECTION A-NOVAK $ 5(1 7o AVENUE NORTH-PART 1 - SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ /C.a7). (.f $ ,a7c () c0 MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ 1516,cr.: $ 3C=c.c,ct-, MAIN 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ ? .'i:3 $ d,, ac 18 17 8"DIP WATER MAIN,CLASS 52 LF 140 $,C2q. 8.-3-3 $ Eft X' . © 18 10"DIP WATER MAIN,CLASS 52 LF 55 $3,f, / $ /398.76 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ .33_,:z3 $ j`(1 W7. 20 6"GATE VALVE AND BOX EA 4 $ 6-4 q. 35- $ a 93- Yv 21 8"GATE VALVE AND BOX EA 2 $ C/,2C.r/ $ /8''c.. a z 22 10"GATE VALVE AND BOX EA I $ a3 A' ,j6- $/3/,/. &J 23 12"GATE VALVE AND BOX EA 4 $//f€72. /La $ 6,3-9‘2.L`( 24 INSTALL HYDRANT EA 3 $ 2 P7-j .3 3 $ (o 85-_Q. £ er 25 12"X 12"TEE EA 2 $ 1-(<< ', 47 / $ 99 7 (3, 26 12"X 10"TEE EA 1 $ %/L%?. (r_3 $ yLP"J. Loa 27 12"X 8"TEE EA 2 $ `(( . /S $ 3,3&. 347 28 12"X 6"TEE EA 3 $ -.3`1/. $ /(75; -5 29 8"X 6"TEE EA 1 $ L2 7. L=7 $ -. G 30 8"X 8"TEE EA 1 $ 57. (LI $ ,25"--/. Lf 31 10"45 DEGREE BEND EA 4 $ ,92/F 774-, $ SX'7, Of 32 12" 11.25 DEGREE BEND EA 3 $ , O, $ 8'2c. & te 00005505140BIDFORM 00410-4 BID FORM . INo. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $ ,-77,3. 7/ $ .5 8'2. 4.91 34 6"PLUG EA 1 $ 103. (2 2 $ L '.& 2 35 8"PLUG EA 3 $ SS.CU $ , 53-‘ 6 36 10"PLUG EA 1 $ /3, _ ,.?62 $ /3,5, 2 1-e 37 6"FITTING RESTRAINT EA 5 $3 . L/ $ /7q (/5 38 8"FITTING RESTRAINT EA 10 $ Ll3 // $ 1-43i. /v 39 10"FITTING RESTRAINT EA 10 $ -5 '. t/,5` $ 5'-/11.,5b 40 12"FITTING RESTRAINT EA 30 $ Si.5T5 $ -i-7 4 6 -4?-ye/Z2 41 IMPROVED PIPE FOUNDATION LF 400 $ , U/ $ y• CD 42 INSULATION,2"THICK SY 75 $ 7 v/ $ .5 5. 7.5 TOTAL SECTION A-NOVAK $'f ,07L' .Q AVENUE NORTH-PART 2-WATER MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: 43 REMOVE 12"RCP STORM SEWER LF 6 $ /c,6 $ L o. PIPE 44 REMOVE CATCH BASIN EA 1 $ L )..c.o $ L175 aJ 45 CONNECT TO EXISTING CBMH EA 1 $ 7Oc)c).et' $ lc c: _c.cf 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ ,,5:.). •/r/ $ X3 j( '. 70 10'DEEP 47 15"RCP STORM SEWER,CLASS 5,0'- LF 850 $ 3:2. /'7 $ j' 5/1/ 10'DEEP 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ q62. g $ /o;sS ,- c; 10'DEEP 49 21"FLARED END SECTION, EA 1 $ 3 `'i t/. '7 6 $ S 7'7. lO INCLUDING TRASH GUARD 50 2'X 3'CB W/R3290VB CASTING AND EA 5 $ /5O(, z5 $ 2 ? ,77 y— CONCRETE ADJ.RINGS 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ 7% . Vic,, $ //713, AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM • INo. Item Units Qty Unit Price Total Price I 52 4'DIA STORM SEWER MH,8'DEEP, EA 1 $ /8,25 '7G $ /8 ?5 '70 INCL R-1642-B CSTG AND HDPE ADJ RINGS 53 4'DIAMETER STRUCTURE LF 3.5 $ /33 , -? $ V42 6, �,� OVERDEPTH 54 CLASS III RANDOM RIPRAP CY 10 $ /(.3. t Z> $ /o=5„5-. cb 55 4"PVC DRAIN TILE,SDR 35 LF 100 $ /3. 2±)- $ /3 75. en 56 SILT FENCE,PERMEABLE LF 100 $ c3, SZz $ . 'j6 . co 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ /.,9 0 $ /L/7 CC) AND WOOD FIBER BLANKET TOTAL SECTION A-NOVAK $ -g AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: 58 REMOVE BITUMINOUS PAVEMENT SY 90 $ 6-,..?(_) $,tea.'7. c 59 REMOVE CONCRETE CURB AND LF 125 $ 4/.;2,>; $ �,2.�. w GUTTER 60 SAWING BITUMINOUS PAVEMENT LF 150 $ ,3e, $ 3'15.5. r 0 61 ADJUST FRAME AND RING CASTING EA 1 $ ?52;5 .0-o $ , 5b,ca 62 ADJUST VALVE BOX EA 1 $ /5b.c-r; $ lI .ct) 63 EXTEND HYDRANT BARREL LF 2 $ -f( 'I. ;v0 $ i716. V(> 64 VALVE BOX EXTENSION LF 3 $ 6(5'. -7,2 $ /'7 r. /to 65 SUBGRADE EXCAVATION CY 300 $ L". 3 $ , [,4(q. eip 66 SUBGRADE PREPARATION SY 9,115 $ . 401 $ ,.N.;?S ;3,; 67 COMMON EXCAVATION-TRAIL OR CY 390 $ 7. 3.)' $s3 N(yLe_ `ib SIDEWALK 68 AGGREGATE BACKFILL TN 7,610 $ :::,'-7.,2 5— $ ,3ei`152. 69 AGGREGATE BASE,CLASS 5, 100% TN 4,760 $ /o?. / $ li c%'?&. 3c CRUSHED 70 AGGREGATE BASE,CLASS 5, 100% TN 670 $ /3. .37 $ 3; 7/. .3(; CRUSHED-TRAIL OR SIDEWALK 00005505140BIDFORM 00410-6 BID FORM INo. Item Units Qty Unit Price Total Price I 42,51 3 4062.62o 71 TYPE MV 3 NON WEARING COURSE TN '&" 810 $ / $ d,,,; • • i MIXTURE(E) ``(/. do 72 TYPE MV 3 NON WEARING COURSE TN . o 1,620 $ - - $ ?' MIXTURE(B) /,� `(/•?. 5'2 3f7 //g, %3 0 73 TYPE MV 3 WEARING COURSE TN 't=�`> 840 $ 52:)-:-1.1-.0- $g1 ,)_ 0 MIXTURE(E) 5 K. 'l /0 /3`. 8:r 74 TYPE LV 4 WEARING COURSE TN `) 185 $ S4 $ —• is MIXTURE(B)-TRAIL 5L2. 15 5Z6 :AO ( 75 BITUMINOUS PATCHING SY 90 $ $ . 2 2; . 76 BITUMINOUS MATERIAL FOR TACK GAL //%175 $ j:/6::,',3— $ .- --- COAT 77 PREPARATION OF BITUMINOUS LS 1 $ 73 1,/...t)Z $ `33 1. Sb BASE FOR WEAR PAVING 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ I. L(O $ 3.2 � -f,a' 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ Lf Y 5._ $ W51). aU RAMP 80 TRUNCATED DOME PANEL SF 160 $ /7. 3 $ 7,5O(f AO 81 6"CONCRETE DRIVEWAY SF 6,600 $ L. (.o. 5" $ c34:4„90. cv I/0 ol iz.` PAVEMENT , `i64.0 j 82 SIGN PANELS,TYPE C,HIGH SY 104.5 $ . ,,?5 $ IJ INTENSITY 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ /. /0 $ MO/. G/) PRIVATE UTILITY CROSSING 84 6"PVC,SCH 40, 1 CONDUIT FOR LF 220 $ /f' ,.C $ 43.;-5./, tic-3 PRIVATE UTILITY CROSSING 85 4"SOLID LINE,WHITE PAINT LF 220 $ –,20 $ 9'/. Cyr 86 4"DOUBLE SOLID LINE,YELLOW LF 420 $ « j(0 $ /Le.3, cO PAINT 87 12"SOLID STOP LINE(BAR),WHITE LF 60 $ r 3 4( $ //D , E/a PAINT 88 12" SOLID LINE,YELLOW PAINT LF 100 $ (. 3,1 $ / /. co 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $ ,0 $,5, -5-. 40 90 4" SOLID LINE,YELLOW PAINT LF 2,600 $ • (20 $ :5,,7o. LCD 91 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ I`/• [o $ '?,5. ;7e) ARROW-PAINT 92 PAVEMENT MESSAGE,LEFT TURN EA 17 $ W. /0 $ 7Lf y. lc ARROW-PAINT 93 4" SOLID LINE,WHITE EPDXY LF 220 $ 1 3'2 $ 8/, f 0 00005505140BIDFORM 00410-7 BID FORM I No. Item Units Qty Unit Price Total Price I 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ • 74 $ 3/U: 3o EPDXY 95 12"SOLID STOP LINE(BAR),WHITE LF 60 $3. L>k $ ,71.2 , 3c; EPDXY 96 12"SOLID LINE,YELLOW EPDXY LF 100 $ 3. i,>7; $ .31.0f!.1. co 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ • /$- $ X2 '13. 7 98 4"SOLID LINE,YELLOW EPDXY LF 2,600 $ , 3'2 $ ?/.9,2. Ci 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ c1114.,sti $ /8 Y. a ARROW-EPDXY 100 PAVEMENT MESSAGE,LEFT TURN EA 17 $ 1 L. '' $ /G766 . Ab ARROW-EPDXY 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ j/. 6, $_ 5- -/- 3b EPDXY 102 PROTECTION OF CATCH BASIN IN EA 8 $ ,),3. , $ 33 &S. c STREET 103 BOULEVARD GRADING HR 16 $ /;?. CO $,; [i, •cz 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ /, a e., $ c •9(2. 0D AND WOOD FIBER BLANKET 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700 $ 2'73 $ `?3'2/. c-Fw TOPSOIL 106 LIGHTING UNIT A EACH 2 $ gc`1.L/J $ 5 6 f C.ia 107 LIGHTING BASE EACH 2 $ te;Z, .-52) $ /3(,c CO 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ 3. ?b, $ / 3:3/0. y U 109 #8 AWG WIRE LF 20 $ /aC( $ tU,ic, 110 #6 AWG WIRE LF 5,405 $ (. 3 el $ 7S 1. _(5 111 #3 AWG WIRE LF 40 $ /. '7 $ es,;;. SO 112 EQUIPMENT PAD EACH 1 $ /c, 36 . ce. $ 6'30. c-L> 113 LIGHTING SERVICE CABINET EACH 1 $ 40 4/3,L?L. $ '/'i'-(3. t7& 114 NYLON PULL CORD LF 1,690 $ // $ ( '5-90 00005505140BIDFORM 00410-8 BID FORM I No. Item Units Qty Unit Price Total Price I 115 PULL BOX EA 1 $ (Q< ; . b-b $ (s2, ;,7. TOTAL SECTION A-NOVAK ( AN(c� s-zt/ 5 j AVENUE NORTH-PART 4-STREET {'C /fJ"'1 ,n' / 7 IMPROVEMENTS (4}� SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ y r.2.0 $ ,j j o , a. 117 REMOVE CONCRETE CURB AND LF 40 $ q. 2e., $ Pc'Q. a GUTTER 118 SAWING BITUMINOUS PAVEMENT LF 40 $ '. 3(' $ 4,L 119 CLEAN PLUGGED FES LS 1 $ `316. co _ $ ;?/5 '1) 120 SUBGRADE EXCAVATION CY 100 $ &. 4,3 $ 1.033. a) 121 SUBGRADE PREPARATION SY 2,325 $ 11,2 $ 7 767 5b 122 AGGREGATE BACKFILL TN 1,760 $ j:.2 7 $ CO�1 440. 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ / . [' $ J`I<3%(. 'ii.:< CRUSHED 124 TYPE LV 3 NON WEARING COURSE TN 265 $ L f 1, '2 o $ 8 j L) . )' MIXTURE(B) 125 TYPE LV 3 WEARING COURSE TN 280 $ CO, Li 3 $ (( '1-16'- CIO MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ .2. u 3 $ 13 /1 U COAT 127 PREPARATION OF BITUMINOUS LS 1 $ 3 c(0, C.C'? $ q0 C D BASE FOR WEAR PAVING 128 SAW AND SEAL TRANSVERSE LF 455 $ IX Lick $ 'C 21 ,..3o JOINTS IN BITUMINOUS WEAR COURSE 129 B618 CONCRETE CURB AND GUTTER LF 1,015 $ 9. 41 0 C l J y( C) 130 6"CONCRETE DRIVEWAY l5 SF 2,325 $ �7'. 3 ,� $ /0 l L3. PAVEMENT 131 ADJUST FRAME AND RING CASTING EA 1 $ X51%.et) $ 6z.% Czw 00005505140BIDFORM 00410-9 BID FORM INo. Item Units Qty Unit Price Total Price I 132 ADJUST VALVE BOX EA 1 $ / -2,5'.c) $ /26: w 133 SIGN PANELS,TYPE C,HIGH SY 4.5 $ "76,Q . ;7 _ $ /IS- /3 INTENSITY 134 4"PVC,SCH 40,2 CONDUITS FOR LF 190 $ 4/, /p $ '777. a) PRIVATE UTILITY CROSSING 135 4"DOUBLE SOLID LINE,YELLOW LF 680 $ c(p $ 9')Q Cr PAINT 136 4"DOUBLE SOLID LINE,YELLOW LF 680 '7 EPDXY $ $ 3 � 137 SILT FENCE,PERMEABLE 3 J� LF 0 $ $ /75;. c 138 PROTECTION OF CATCH BASIN IN EA Z$ t ‘I 3 51) $ Y7 6Z, STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ I. ,2 1.2 $ /6 CD, a AND WOOD FIBER BLANKET TOTAL SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS ALTERNATE NO.1-LUMINARE TYPE FOR NOVAK AVENUE NORTH: 140 DEDUCT FOR LUMINAIRE TYPE B ON EA 2 $ /5-5--. Ln'=, $ ..,_ /G. c- NOVAK AVE.NORTH TOTAL ALTERNATE NO.1 - LUMINARE TYPE FOR NOVAK $ 3/0, cv AVENUE NORTH ALTERNATE NO.2-58TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 141 LIGHTING UNIT A EACH 1 $ ( `??oci. 'I? $'79"cll. t(7 142 LIGHTING BASE EACH 1 $ 6'8;2. jo $ C . .sZ} 143 1 1/2"PVC CONDUIT,SCH.40 LF 555 $ 3, 2 IS $ 90136 So 144 #6 AWG WIRE LF 1,635 $ /.3 7 $ . ) 1,2. by- TOTAL ALTERNATE NO.2-58TH $ -2-S)6—/t ,f. STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-10 BID FORM • No. Item Units Qty Unit Price Total Price ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH: 145 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ /5s:<r 7 $ 45:5 C TOTAL ALTERNATE NO.2A- LUMINAIRE TYPE FOR 58TH $ 155 . c � STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 146 LIGHTING UNIT A EACH 1 $ 6?; C n c/2 $ SC5?, 'f J 147 LIGHTING BASE EACH 1 $ &D. 2 $ C.P o7 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ 3 21, $ ; '2 ? . qO 149 #6 AWG WIRE LF 2,190 $ .3(—) $3 T ya /0 TOTAL ALTERNATE NO.3-60TH $ 3i y STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 150 DEDUCT FOR LUMINAIRE TYPE B EA $ 15157 CO TOTAL ALTERNATE NO.3A- LUMINAIRE TYPE FOR 60TH $ ' %u STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-11 BID FORM • No. Item Units Qty Unit Price Total Price BASE BID: SECTION A-NOVAK AVENUE NORTH: TOTAL SECTION A-NOVAK AVENUE $ Cj( / l ?o ,2 2. NORTH-PART I -SANITARY SEWER TOTAL SECTION A-NOVAK AVENUE $ `-13, 6?Le- NORTH-PART 2-WATER MAIN TOTAL SECTION A-NOVAK AVENUE $ (p( 75 NORTH-PART 3-STORM SEWER TOTAL SECTION A-NOVAK AVENUE \� } NORTH-PART 4-STREET IMPROVEMENTS 4 6)55 6961,3A TOTAL SECTION A-NOVAK -$- ,3cJ /A', �C� 5 AVENUE NORTH SECTION B-NORWICH AVENUE NORTH: TOTAL SECTION B-NORWICH $ `/ 30 'S ') AVENUE NORTH-PART I -STREET IMPROVEMENTS TOTAL SECTION B-NORWICH $ 'n.3621.55 AVENUE NORTH BASE BID SUMMARY: ��;A L(�65����' TOTAL SECTION A-NOVAK AVENUE �� NORTH TOTAL SECTION B-NORWICH $ 3� C) AVENUE NORTH II TOTAL BASE BID y \ � 11 `7J.SO: 6, 90 00005505140BIDFORM 00410-12 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1 - $ 7) (0 ,00 LUMINARE TYPE FOR NOVAK AVENUE NORTH TOTAL ALTERNATE NO.2-58TH $ 15\ 1.2 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.2A- $ LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $13 1 e), -7 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505I40BIDFORM 00410-13 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 e j'1 � t-/ ,20 C.;(47: 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.: 000055051400BIDFORM 00410-14 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: ,ti G;^-0.'l .(e 6)1,5 r ( J3)L (SEAL) Af 0 State of Incorporation: n, ?.,y.U/,r c ,„„ Type(General Business,Professional,Service,Limited Liability): 9:7,,c 44j;Lz4` c.Q —(Signature) Name(typed or printed): Title: t ,l 1....'G P /i x 1 k..h?2,( Attest - - , t' �' (CORPORATE SEAL) (Signature of CorporhQ Secretary) Business Street Address(No p.p.Box#'s): /Y1l�a )1 r-;fr', ( 1� /�> &' ((. Ac,ic--,. 4-,er-- /),4 ki ...-5,5-‘ 7 y Phone No.: -2( J ,. `t ,0 3 Fax No.: 6” .< 1()g-- q 000055051400BIDFORM 00410-15 BID FORM Y. 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 000055051400BIDFORM 00410-16 BID FORM * 1 TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA BID BOND KNOW ALL MEN BY THESE PRESENTS,THAT WE Northdale Construction Company, Inc. 14450 Northdale Blvd. Rogers, MN 55374 as Principal, hereinafter called the Principal, and the Travelers Casualty& Surety Company of America, a corporation duly organized under the laws of the State of Connecticut, with Administrative Offices at One Tower Square,Hartford, CT 06183-6014, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights, Minnesota as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of Amount 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 Novak Avenue North & Norwich Avenue North Utility & Street Improvements 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 March 24,2006 Northdale Construction Company, Inc. (Principal _- No Seal r Le/Lt Z �`) , ..__i : (Title) Witness ,\� Travelers Casualty& Surety Company of America (Seal) 4 /1,9d /. /� (Witness) _ /i Gam--_-� ack Cedarleaf I , (Attorney- . t) i , 1 , ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF: /6,niX-.z ; `et. COUNTY OF: / f—t°e_/I,Y„20 / On this day, March 24, 2006, before me personally come(s)lho 4_ ft);1447, ,to me known, who, being by me duly sworn, poses and says that he/she resides in the City of Rogers, MN, that he/she is the O,i-c c 4,.4_`0,, of the Northdale Construction Company, Inc. the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. q rw`t:., sHERI A.KULZER 1 c 1 Notary Public ��� �� Minnesota ` Ct �t�■My Commission Expires January 31,2010 Notary Public ACKNOWLEDGMENT OF SURETY STATE OF: Minnesota COUNTY OF: Ramsey On this day, March 24, 2006, before me personally come(s)Jack Cedarleaf II, to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or Attorney-In-Fact of the Travelers Casualty & Surety Company of America, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. V :,, 1:‘-,,.,, , j rf r it Err�� r;'^ ' � iac i T I'4 /AO/ s',- r,< Notary Public 'r jig ■1v Cciim s n car rc J,rL y 31,2008 < I . TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: C.A. Housh, Christine M. Hansen, D.R. Dougherty,E. Lange,Jack Cedarleaf II,Kurt C. Lundblad, of St. Paul, Minnesota, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign,execute and acknowledge,at any place within the United States,the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice 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 Resident Vice Presidents,Resident 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 in the future with respect to any bond or undertaking to which it is attached. (02-05)Unlimited - • . . » • 4uapisa id eo!A JoivaS eJeuiwag seIogo!N AEI t�Y 4:1 T9'� � et, *.. IN o� O Z961 o > 'aklOAldvH "UW"gYH• .vr 1 Wb' h•nsrO oNY 4C° 4.08nS01). OZ Jo ifep sigl palua •inouoauuo0;o oms `pioJusH JO SnD agl u!`,fusduio3°quo aotgp auioH am le paps pus paugi5 •33.10j ti!MOU ate'Alu0111ny JO 01e00.10D OM UT uuoJ las ss `sioloana jo smog agl Jo suoriniosag 2uipums oip ii p `a.iouuaipJnJ pus poi uooq lou seg pus ao.ioj iin3 ut sureuiai 1fluoipny 3o alsoga0 pus ifauiolly 3o Ian10d pogoune pus Stgo2ozo3 agl legl AdLLuaD AHII2idli OQ `inoiloauu00 JO alsiS DIP 3o suops.iodmo 3ioois'ANIVdIAWOO A.L'IV11SV3 NO,LJNIIIARIVA Puu ANIVAIA1O0 A,L22If1S (NY AZ'IVIISVO SZI3'I3nVU,L VORIIIIAiy 30 ANIVdIAIOO A.LIIHIIS (NV AL'IVIISVO SHII'IIIAVIZ JO ;uapisaid aa!A JOivaS `pauSisiapun agl `I II,LVOIdI.LIIII3 ;ineai;al•O anew o!14nd AJe4ON 9002 'OE aunt seJidxe uoissiu woo Avg 002 �,':� 0111104 4 —Frfri31W-7. o 3oaiagl suoriniosag Suipueis alp iapun aor+go Jag/sni jo Suogins suorisiodioo ail jo 31egaq uo luaumilsui pies aig palnoaxa ags/ag legl pus `swas omodioo Bans ais luaumilsut puss agl of paxgju Sims agl legl `suoileaodioo pies Jo slum agl mow'ags/a 1 Imp `.luaunulsut anogs all palnoaxa goniM pus ui paquosap suotisiodioo DIP `ANIvJIAiOO AZ'Iyf1Sy0 NIOZONIIIAIHy3 PQe ANYJIAWOO A,LIIHf1S (NV A.L'Iyf1SWD SMIarIIIAVII,L `VOIHIIIAiy 3O ANiydIAIOO A1 31111S UNV A.L'IVfISVO SHII'IIIAHHL Jo;uapisaad aa!A.iotuas ST ags/aq legl :,fes pus asodap pip `u.ronns ifinp aui Sq 2uioq 'own `untou)i aui of NOSdIATOH.L •At II`Jaoao aureO Aiisuos.iad aui aiojaq SOOZ `aunt JO Lisp iP£i s?ip u0 ;uapisaid aoinaoivag 0 . 4 Z ~W6'S a " `C 9 fr4 „uosduiogl •M e6aoaO ' Nss oA1e i` NNO A9 O Z 86 I > baVH 9a 434 h'/lSV9 ONY ; 1). num • Q2IOd.LIIVH dO A.LNf1O0 AMYdIAIOO A.L'IY11SV3 NOIONMARIY3 P-10.11 11311.SS{ ANYdWO0 AIM'S MTV A.L'IynsVO SH3'I3nA'2LL NORMAN 30 A■IValklO0 AIM-1S(INd A1,'IVIIS113 SH3'I InV LI 1f1D1.13aNNO3 dO aIV'S 'SOOZ`aunt 3o duP MEI snit paxi s olazag aq of slum alejodioo 1Tagl pue;uap18aad aa!A ao►ua5 min,iq pauVis oq of luaunulsui sng pasnso ansg ANiddIAiOO A rwasVO NO.LONIINiHVI Pug ANVIIAMOD AJ IIIS (NV A.L'IVIISI O SHII'IIIA�IL `VORIIIIAIV 3O AN V/IIA1O0 Al UI1S axv A.L'wnsy0 sualanvui, `3OIIZIIIHM SSIINLLIM NI cli "II lh' ,II".,I O nlllllfliu,,,,,1'I O U _ ° a. 5 Z .� s se „InllllllllluullIIP C:--- a 'II II 1111111, I M ,gull 11I4.4 Q c o . `n I iiiii - O - E U ill _ 0 _ • '111111....,41111''' Ip„11141 ,l _ — imp fill II _ 0 - I .III VIII -////////////%// � E-E I hlull,l,,� / /Illlpl'' T Q1 Q IIIIIIIIIDI II II -c ;•itc• , , "FFJj 0 i IIIIIIIIIIIIIII' [i� ",' �'iii;�il4�ii :� % '� - 41',�. • to• t %.:21 k....7?..4 1111'.1 ?.t.."1 :.'--. . ' Iliff'.'-./S'.'4 ./ $: VIII'1tiI,, �- �S xV - ;, dlllll - dhl Qr t 111111 _ _ C/� _ _ O - _ ,.., , -,.. I-- -•—t- E - -� ° L IIIIIIII I l II III _ C ;Iiii aIIII;Ibwlll 1 .. :.:3' II I. U ifili IIIIII IIIII _ © C 1-ci " 1 cw I• _ _ J %.... c,..4 . Eel Nil o U : A o - ,.,- -4 UN_ /g, P -4 ,,u II iv Olio' vV, • , • - Bonestroo II Rosene 1 � BIDDER: \J A y a- ` {A } vi Anderlik& Associates . - DOCUMENT 00410 Engineers&Architects BID FORM NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH UTILITY AND STREET IMPROVEMENTS FILE NO. 000055-05140-0 OAK PARK HEIGHTS,MINNESOTA 2006 THIS BID IS SUBMITTED TO: City of Oak Park Heights,Minnesota City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 1.01 The undersigned Bidder proposes and agrees,if work this as specified or indicated inithe Bidding Documents Owner the prices and included in the Bidding Documents to perform all P 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 a for including days without limitation Openmgse d al s g h h with the disposition of Bid Security. The Bid will remain subject to p 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 g Documents, which is hereby related data identified in the Bidding Documents,and the following Addenda,receipt of Addendum Date Adden o IA _ ` r B. Bidder has visited the Project Site and become familiar and with and is satisfi of the work.the general,local,and Project Site conditions that may affect progress, C. Bidder is familiar with and is satisfied ed as to all federal,state,and local Laws and Regulations that may affect cost,progress,and performance D. Bidder has carefully Project jest Si all:and reports of explorations and tests of hys cal conditions in or relating elating to existing surface or contiguous to the Project S subsurface structures SC-4.02 at aor nd contiguous reports and drawiingstof Hazardous Facilities)which have been that have been identified in SC-4.02,and(2)rep identified in SC-4.06. BID FORM 00410-1 00005505140BIDFORM nse uences for not doing so)all additional or and carefully q E. Bidder has obtaine d an Y studied(or accepts the consequences supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions (surface,subsurface,and Underground Facilities)at or contiguous to the Project 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 Project 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 Project Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Bidding Documents. 1. 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. 00410-2 BID FORM 00005505140BIDFORM 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. INo. Item Units Qty Unit Price Total Price I SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1 -SANITARY SEWER: 1 MOBILIZATION LS 1 $ /7 /0 Cp..a $ /7 L9 Go.(0 2 TRAFFIC CONTROL LS 1 $ 257). (0 $ 1.25)' UL) 3 CONNECT TO EXISTING SANITARY EA 1 $ /Cal.f $ /C.)OO• Cl.) SEWER 8"PVC PIPE 4 CUT 6" SERVICE INTO 8"PVC EA 1 $ / 3/. .`i.5" $ 1_43/. !)5- 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ I22. c5.-2 $ LA 4. b G 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $,-,2/.8,2 15'DEEP $ lS 410 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $,- 3, /:Z 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $,;,T=3. /1 $ 2O p& . D 20'DEEP / $ �'Il 3 `�� 9 4'DIAMETER SANITARY MH,8'DEEP, EA 3 $ ! 0 V. 4/7 INCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ 133, ,2') $(96,Z/p. Cl(' OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ /, 31 $ /63-44 S 12 IMPROVED PIPE FOUNDATION LF 400 $ i U I $ 47 ` Co 00410-3 BID FORM 00005505140BIDFORM No. Item Units Qty Unit Price Total Price I 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ /Cc_-,2 g $ ft c,2` ce o ENTRANCE TOTAL SECTION A-NOVAK $ a %• " , AVENUE NORTH-PART 1- SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ /CCC?. et:. $ ,;?ex ).co MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ i57,6,cc $ �'C O .cL MAIN 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ ,.a75.eta $ d,7a`/•/-( 17 8"DIP WATER MAIN CLASS 52 LF 140 $ ,;,j. 83 $ q(XC' ,2cs 18 10"DIP WATER MAIN,CLASS 52 LF 55 $ 3,1. t(..2 $ 0.28 j D 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ 33 ,z3 $,.5-`i IN 7.20 20 6"GATE VALVE AND BOX EA 4 $ ( Sq. -3_=,- $ oR 7:3'7,'Vo 21 8"GATE VALVE AND BOX EA 2 $ 6%;2O.Gf $ /8 'o. (3,z 22 10"GATE VALVE AND BOX EA 1 $ /301. ',3 $/3,/i./. 23 12" GATE VALVE AND BOX EA 4 $/6"%3. /L $ 623-9,2. La 4 24 INSTALL HYDRANT EA 3 $ a?) ,'i(. ,t2 3 $ L0 C 5,2• £ c? 25 12"X 12"TEE EA 2 $ L(ig, ci V $ !% 7 R3 26 12"X 10"TEE EA 1 $ 4/41'7. (s.3 $ y(P 7. 6,3 27 12"X 8"TEE EA 2 $ 'IN. /;'? $ fit.'. e 28 12"X 6"TEE EA 3 $ :.3`//. 8 $ /(75: -5 29 8"X 6"TEE EA I $ 0235: G;7 $ 235• G 30 8"X 8"TEE EA I $ .957. '/ $ ,-2s/. '//. 31 10"45 DEGREE BEND EA 4 $ ,9,2f. ?Lo $ 3, 1,-). (:>`i' 32 12" 11.25 DEGREE BEND EA 3 $ , L7, ,2 $ 812c . & 4e 00005505140BIDFORM 00410-4 BID FORM No. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $,-77.3. 7/ $ 58"7. 34 6"PLUG EA 1 $ fog, $ (a.& 35 8"PLUG EA 3 $ 8S.oCc $ 6 .SS /3 36 10"PLUG EA 1 $ /3S._ $ /35. ,? Le 37 6"FITTING RESTRAINT EA 5 $ 3`1. G'j $ /7.3 ,/5 38 8"FITTING RESTRAINT EA 10 $ 1!3 11 $ 413/. /O 39 10"FITTING RESTRAINT EA 10 $ 5' . t/S $ 5`1 V.fib 40 12"FITTING RESTRAINT EA 30 $ A /.57s $ "1�/�/Lz 41 IMPROVED PIPE FOUNDATION LF 400 $ , U( $ L7. 60 42 INSULATION,2"THICK SY 75 $ 7, `i $ TOTAL SECTION A-NOVAK $c(?i 02 AVENUE NORTH-PART 2-WATER MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: 43 REMOVE 12"RCP STORM SEWER LF 6 $ /C .0C) $ LO.'- PIPE 44 REMOVE CATCH BASIN EA 1 $ L('2 :w $ L(75 GD 45 CONNECT TO EXISTING CBMH EA 1 $ lock) -`t• $ _W,iJ 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ >. `/(-/ $ /3 /(''• 7v 10'DEEP 47 15"RCP STORM SEWER,CLASS 5,0'- LF 850 $ 3.2.. I'? $ 10'DEEP 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ go?. $ 'so 10'DEEP 49 21"FLARED END SECTION, EA 1 $ 3 '2 L/. '6 $ 3 7`/' to INCLUDING TRASH GUARD 50 2'X 3'CB W/R3290VB CASTING AN D EA 5 $ /561. '1 $ '77=‘(?. -7-y CONCRETE ADJ.RINGS 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ (61•3_22. 20 $ //773 AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM No Item Units Qty Unit Price Total Price 52 4'DIA STORM SEWER MH, 8'DEEP, EA 1 $ l� .�.� '�G $ ��X25 1'l'� INCL R-1642-B CSTG AND HDPE ADJ RINGS $ 53 4'DIAMETER STRUCTURE LF 3.5 $±3-3—(2±L— OVERDEPTH $ 7 �� 54 CLASS III RANDOM RIPRAP CY 55 4" PVC DRAIN TILE,SDR 35 LF 100 $ �`> $ 56 SILT FENCE,PERMEABLE LF 100 $ � `�Z3 _ 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ y- ��' AND WOOD FIBER BLANKET $14_g_251-0 TOTAL SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: $ 58 REMOVE BITUMINOUS PAVEMENT SY $ 90 $/Q r� 59 REMOVE CONCRETE CURB AND LF 125 $ �/.;���s — $ GUTTER 150 $ 01 c, $2`1,�' r�� 60 SAWING BITUMINOUS PAVEMENT LF 61 ADJUST FRAME AND RING CASTING EA 62 ADJUST VALVE BOX EA I $ /5-- - $ 63 EXTEND HYDRANT BARREL 64 VALVE BOX EXTENSION 65 SUBGRADE EXCAVATION LF LF CY 300 $ (' > $ 66 SUBGRADE PREPARATION SY 9,115 $ �� $ 67 COMMON EXCAVATION-TRAIL OR CY 390 $ � 3.� $ SIDEWALK 68 AGGREGATE BACKFILL � 7,610 $ ';-,�3 — $ 0 4,760 $ �•� . /`'3 $ `'��!'7(�'• ,`'�C: 69 AGGREGATE BASE,CLASS 5, 100% TN CRUSHED 670 $ 70 AGGREGATE BASE,CLASS 5, 100% CRUSHED-TRAIL OR SIDEWALK BID FORM 00410-6 00005505140BIDFORM I No. Item Units Qty Unit Price Total Price I 40,5cl 34412.610 V S ` a� ► 71 TYPE MV 3 NON WEARING COURSE ' 810 $ r $�!, U C�'1 7� c.. MIXTURE(E) 1 I �' /(p. �> 1,620 $ -�+�- r r $ '4 5:- -.' 72 TYPE M V 3 NON WEARING COURSE TN y L, S 3 /( �, MIXTURE(B) // . , 73 TYPE MV 3 WEARING COURSE TN 3-51 840 $ 7). `/U $ 4 0.)J MIXTURE(E) 5�' 51 /0 /3`I- 85— TN t"`� 185 $ (—Mai $_ --"-^ y 74 TYPE LV 4 WEARING COURSE Iz �� a� MIXTURE(B)-TRAIL $ _ . SY �� 90 $ ,. 75 BITUMINOUS PATCHING /mac' 'L23 Y jpc) .25'- 76 BITUMINOUS MATERIAL FOR TACK GAL 4/4175 $ ::: ._. ±.__-- _ $--,-_ -:St:=2:: -.__(..---A- i COAT 77 PREPARATION OF BITUMINOUS LS 1 $ c43 `(• `)b $ 9,51. .f_322 BASE FOR WEAR PAVING 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ %. t t G $ 3,2 '251.Co 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ q. t[.5- $ Vt./5D• cl) RAMP $ ,9,50(1. &-) 80 TRUNCATED DOME PANEL SF 160 $1,2,:13____ 81 6"CONCRETE DRIVEWAY SF 6,600 $ /• ( • 5 J�- 1r, 4 L� PAVEMENT ( T 82 SIGN PANELS,TYPE C,HIGH SY 104.5 $ , a 5 $ _ ..'..." INTENSITY 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ L7- /0 $ MO/.• a) PRIVATE UTILITY CROSSING 84 6"PVC,SCH 40, 1 CONDUIT FOR LF 220 $_2 Lf_ $ /3 G%. PRIVATE UTILITY CROSSING $ �/y c� 85 4" SOLID LINE,WHITE PAINT LF 220 $ .„2 c:, 7 86 4"DOUBLE SOLID LINE,YELLOW LF 420 $ « li 4 $ //,z3- 60 PAINT //r� ,..Y_2 87 12" SOLID STOP LINE(BAR),WHITE LF 60 $ ` — PAINT �� cf 88 12" SOLID LINE,YELLOW PAINT LF 100 $ 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $2,2_0___________ $s-�7. c>✓ 90 4" SOLID LINE,YELLOW PAINT LF 2,600 $ • ,?v $ 5,96• a.) 91 PAVEMENT MESSAGE,RIGHT TURN EA ARROW-PAINT 92 PAVEMENT MESSAGE,LEFT TURN EA 17 $ LH. /0 $ 7c17 '70 ARROW-PAINT $ ;3 ,f 93 4" SOLID LINE,WHITE EPDXY LF 220 $ + :3 Q • 00410-7 BID FORM 00005505140BIDFORM INo. Item Units Qty Unit Price Total Price I f 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ . 74 $ 3/o. 3o EPDXY 95 12" SOLID STOP LINE(BAR),WHITE LF 60 $3. co 1? $ ,;12e). EPDXY 96 12" SOLID LINE,YELLOW EPDXY LF 100 $ 3. 6,3 $ 3 to%5. co I 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ • j5- $ ,2 L13. -2 7 98 4" SOLID LINE,YELLOW EPDXY LF 2,600 $ :3'% $ � �'� 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ %<{. $ /8q. a) ARROW-EPDXY 100 PAVEMENT MESSAGE,LEFT TURN EA 17 $ J II. 5) $ /626/P. Ab ARROW-EPDXY 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ 71 (A,S. $_ lJ S . 5b EPDXY 102 PROTECTION OF CATCH BASIN IN EA 8 $ g().3. 3 $ -3'3 : • co STREET 103 BOULEVARD GRADING HR 16 $ /;).' CO. $;;.-,7a' .cv 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ /, 2 6 $ 6i"5/2/A2. '° AND WOOD FIBER BLANKET 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700 $ � ' $. '23V. G%w TOPSOIL 106 LIGHTING UNIT A EACH 2 $ ge,,Lii7 $ J /t[ j 57.9"/ 107 LIGHTING BASE EACH 2 $ ts%e;?. :-.5-2) $ /3 L2 5_CD 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ 3. ')(i. $ / 3:3i d. '/O 109 #8 AWG WIRE LF 20 $ j C.)/ $ tU'`-° 110 #6 AWG WIRE LF 5,405 $ (. 3 C% $ 7 /2-l 5' 111 #3 AWG WIRE LF 40 $ I. 7a $ e9" So 112 EQUIPMENT PAD EACH 1 $ /L,,36 . Chi $ 6,30• C7) 113 LIGHTING SERVICE CABINET EACH 1 $ Li`l L 13,1.2 L2 $ `7 Ct Lf3. t' 114 NYLON PULL CORD LF 1,690 $ • / j $ i S S:-90 0000550514OBIDFORM 00410-8 BID FORM ■ I No. Item Units Qty Unit Price Total Price I I 115 PULL BOX EA 1 $ 6 2. )) $ 63.2 TOTAL SECTION A-NOVAK 0,4<)(4). � �� i, AVENUE NORTH-PART 4-STREET (� 14' J `/4�'.,1+ (' IMPROVEMENTS Ll SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ if .o $ 3/o g` 6.0 117 REMOVE CONCRETE CURB AND LF 40 $ L(- ,20 $ 1(0 '° C.£) GUTTER 118 SAWING BITUMINOUS PAVEMENT LF 40 $ '. Su $ et);?. 0,) 119 CLEAN PLUGGED FES LS 1 $ ,_.--17/,5". (0 _ $ ..?/.5.(1) 120 SUBGRADE EXCAVATION CY 100 $ &. ;3,_-3 $ t83. a) 121 SUBGRADE PREPARATION SY 2,325 $ , yf2 $ %74.0. 52) l 122 AGGREGATE BACKFILL TN 1,760 $ j. .2, $ 04/0. W 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ /. . /j $ 1,f,34. .-5-L) CRUSHED 124 TYPE LV 3 NON WEARING COURSE TN 265 $ 4/1. --26 $ /11045. `,-> MIXTURE(B) 125 TYPE LV 3 WEARING COURSE TN 280 $ L,?. (I 3 $ 11 61-1 62- 1 o MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ •?. 673 $ 0, 4./- /G? COAT 127 PREPARATION OF BITUMINOUS LS 1 $ 3 YG. ( $ 4{0. CO BASE FOR WEAR PAVING 128 SAW AND SEAL TRANSVERSE LF 455 $ 1- ,I( $ ,x(:,07 j'. 3c3 JOINTS IN BITUMINOUS WEAR COURSE 129 B618 CONCRETE CURB AND GUTTER LF 1,015 $ q. 40 $ '511/. co 130 6"CONCRETE DRIVEWAY SF 2,325 $ 11. 3 '> $ /0/(3. 96- PAVEMENT 131 ADJUST FRAME AND RING CASTING EA 1 $ 3Z.et) $ 2'%. co 00005505 L40BIDFORM 00410-9 BID FORM No. Item Units Qty Unit Price Total Price I 1'32 ADJUST VALVE BOX EA 1 $ l Ys. $ /25 ci- 133 SIGN PANELS,TYPE C,HIGH SY 4.5 $ C7 - ,)S $ /1g. /3 INTENSITY 134 4"PVC,SCH 40,2 CONDUITS FOR LF 190 $ 11./G $ .79. C-n PRIVATE UTILITY CROSSING 135 4"DOUBLE SOLID LINE,YELLOW LF 680 $ , 4(G $ ,912/. GC PAINT 136 4"DOUBLE SOLID LINE,YELLOW LF 680 $ • '7 $ )3.«r^ EPDXY 3..;)Z) 137 SILT FENCE,PERMEABLE LF $ /75-, c`Z) 138 PROTECTION OF CATCH BASIN IN EA 2 $ 4 zi ;,23: 5v $ 840. 6Z' STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ /. .2 t $ //Cam. AND WOOD FIBER BLANKET TOTAL SECTION B-NORWICH $ 71� 3(I. AVENUE NORTH-PART 1-STREET IMPROVEMENTS ALTERNATE NO.1-LUMINARE TYPE FOR NOVAK AVENUE NORTH: 140 DEDUCT FOR LUMINAIRE TYPE B ON EA 2 $ /57 . C $ /6, c NOVAK AVE.NORTH TOTAL ALTERNATE NO.1 - $ 3/0, cv LUMINARE TYPE FOR NOVAK AVENUE NORTH ALTERNATE NO.2-58TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 141 LIGHTING UNIT A EACH 1 $ c i L%c/. '12 so 1. y? 142 LIGHTING BASE EACH 1 $ &'8 , r-io $ 623;?...5-0 143 1 1/2"PVC CONDUIT,SCH.40 LF 555 $ _3. 7 Lc $ ,904 f2 c3 144 #6 AWG WIRE LF 1,635 $ /.32 $ TOTAL ALTERNATE NO.2-58TH $ -5'S /' STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 0041040 BID FORM No. Item Units Qty Unit Price Total Price ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH: 145 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ /,SST(,i $ /SS . TOTAL ALTERNATE NO.2A- $ /53 C-0 LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 146 LIGHTING UNIT A EACH 1 $ 6)S06-4 41) $ -2�' e"i• `11 147 LIGHTING BASE EACH 1 $ 52' $ 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ $ 'O 149 #6 AWG WIRE LF 2,190 $ $3 `7'f TOTAL ALTERNATE NO.3-60TH $ ��i/%� . Y J STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: _ _ 150 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ ' 15 ��,L`i� $ /�`� - TOTAL ALTERNATE NO.3A- $ LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE _ I! 00005505140BIDFORM 00410-11 BID FORM • No. Item Units Qty Unit Price Total Price BASE BID: SECTION A-NOVAK AVENUE NORTH: TOTAL SECTION A-NOVAK AVENUE $ ( i ?O '2\-1 Z NORTH-PART 1 -SANITARY SEWER TOTAL SECTION A-NOVAK AVENUE $ l3, 671,2--2 5 NORTH-PART 2-WATER MAIN TOTAL SECTION A-NOVAK AVENUE $ �`) 7 NORTH-PART 3-STORM SEWER O \r TOTAL SECTION A-NOVAK AVENUE c G � r^ IMPROVEMENTS STREET J )Us`5l�/ /961 ` TOTAL SECTION A-NOVAK C c JJ'-f� ;J; AVENUE NORTH SECTION B-NORWICH AVENUE NORTH: TOTAL SECTION B-NORWICH $ r l/ 1 'SQj AVENUE NORTH-PART 1 -STREET IMPROVEMENTS TOTAL SECTION B-NORWICH $ r. U2 I.s AVENUE NORTH q BASE BID SUMMARY: jd � TOTAL SECTION A-NOVAK AVENUE '->1 —F44 S NORTH TOTAL SECTION B-NORWICH .-A I AVENUE NORTH TOTAL BASE BID ` -" KA 014 7 15 OJO, 90 X. 00005505140BIDFORM 00410-12 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1- $ 7 (0 ,O LUMINARE TYPE FOR NOVAK AVENUE NORTH C �Q TOTAL ALTERNATE NO.2-58TH $ '�51• 1Z STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.2A- $ 1 ' `(( LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $ l3 1 e), (-7 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- ` $ ! O LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-13 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 11(1a, 041 c9 '-/ ,20Ct.( 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.: it 000055051400BIDFORM 00410-14 BID FORM I 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�)�;^- ie 6,715-tr. (,y , :1:A7 (SEAL) A;c .l«-k State of Incorporation: ilk/ 4t/k c . o ti.,...._ Type(General Business,Professional,Service,Limited Liability): - ,'h;43 By: (Signature) Name(typed or printed): ,; , 4_ W 1 l.2_65 k„ Title: L1 4....e ; P/ ' . !2-?2<--r. Attest � � � ;�.1 C �� f�, (CORPORATE SEAL) (Signature of Corpora Secretary) Business Street Address(No P.O.Box#'s): H V Phone No.: -2 J 1-1,;?6 - qgc,28 Fax No.: -76,3 L 5'" q e,-, 1 1 000055051400BIDFORM 00410-15 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 000055051400BIDFORM 00410-16 BID FORM r TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA BID BOND KNOW ALL MEN BY THESE PRESENTS,THAT WE Northdale Construction Company, Inc. 14450 Northdale Blvd. Rogers, MN 55374 as Principal, hereinafter called the Principal, and the Travelers Casualty& Surety Company America, a corporation duly organized under the laws of the State of Connecticut,with Administrative of Offices at One Tower Square,Hartford, CT 06183-6014,as Surety, hereinafter called the held and firmly bound unto mmistrative Surety, are City of Oak Park Heights, Minnesota as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of Amount of -- for the payment of which sum well and truly to be made, the said Principal and the said Bid- ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, irm these presents. aid Surfirmly bind Y+ ly by WHEREAS,the Principal has submitted a bid for Novak Avenue North & Norwich Avenue North Utility & Street Improvements Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal into a contract with the Obligee in accordance with the terms of such bid, and give such b may be specified in the bidding or contract documents with good and sufficient p 1 shall enter performance of such contract and for the prompt payment of labor and material and a bonds as prosecution thereof, or in the event of the failure of the Principal to t surety for the faithful bond or bonds, if the Principal shall pay to the Obligee the difference furnished in the P enter such contract and give such between the amount specified in said bid and such larger amount for which the Obligee m nce not to exceed the penalty hereof contract with another party to perform the work covered by said bid, then this obligation shall be n void, otherwise to remain in full force and effect. g may in good faith null and Signed and sealed this March 24,2006 Northdale Construction Company, Inc. (Principal r \ No Seal (Witness ,‘ —__L.i (Title) /f2o na3 /4- r'i,I.9 :4L,, Travelers Casualty& Surety Company of America (Seal) /- (Witness) �/// ' �� 411, ,ack Cedarleaf I (Attorney- t t r ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF: /.�?6, ; e COUNTY OF: /4„ On this day, March 24, 2006, before me personally come(s) , me known, who, being by me duly sworn, poses and says that he/she resides in the City� to Rogers, MN, that he/she is the � ty of Company,Inc. the corporation described� and which executed of the Northdale Construction he/she knows the seal of the said corporation; that the seal affix dtto the said instrument is; that corporate seal; that it was so affixed by the order of the Board of Directors of said corporation h and that he/she signed his/her name thereto by like order. SHERI A.KULZER ► '`— Notary.Public ibliv Minnesota ► 4 My Commission Expires January 31,2010 Notary Public ACKNOWLEDGMENT OF SURETY STATE OF: Minnesota COUNTY OF: Ramsey On this day, March 24, 2006, before me personally come(s) Jack Cedarleaf II, to me personally knownAttorney-In-Fact, who of the being by Travelers me duly Casualty sworn&, did Surety say that he is the of aforesaid America,ofa fico cer oration; or Company that the seal affixed to the foregoing instrument is the corporate seal of said corporation, rp said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, that authority of its board of directors; and the aforesaid officer acknowledged said instrument t by the free act and deed of said corporation. to be � Public ���/ Notary P �' Y('c��rrs irn s rc LPL ry 1.2003 y VU' ' . Bonestroo n ICE Rosene BIDDER: d C. ; fi Anderlik& ti Associates Engineers&Architects DOCUMENT 00410 BID FORM NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH BID COPY UTILITY AND STREET IMPROVEMENTS FILE NO. 000055-05140-0 OAK PARK HEIGHTS,MINNESOTA 2006 THIS BID IS SUBMITTED TO: City of Oak Park Heights,Minnesota City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 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 31J 5/0 3/c2/Q� B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general,local,and Project 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 Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project 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. 00005505140BIDFORM 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 Project 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 Project 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 Project Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Bidding Documents. I. 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. 00005505140BIDFORM 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 SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1-SANITARY SEWER: 1 MOBILIZATION LS 1 $ 33/103/6f) $ 33/1604e0 2 TRAFFIC CONTROL LS 1 $ &Qt/da $ oC/C3C3 3 CONNECT TO EXISTING SANITARY EA 1 $ Ud i a© $ Z aI d® SEWER 8"PVC PIPE 1 �" 4 CUT 6" SERVICE INTO 8"PVC EA 1 $ ! 3 7./;00 $ /3 7, !610 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ c7 a f q5 $ )'g5/ 1C 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $ 5:135 $ .0237Ul)-5- 15'DEEP 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $ // agn°61 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $ 30/ 10 $ )7 09/a® 20'DEEP 9 4'DIAMETER SANITARY MH,8'DEEP, EA 3 $ )Sea,oQ $ /-7 coop` 1.0 INCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ ! / °C $ 3670/' OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ lI 6)6' $ Fe 5/461 12 IMPROVED PIPE FOUNDATION LF 400 $ // CO $ 1f QOl o0 00005505140BIDFORM 00410-3 BID FORM INo. Item Units Qty Unit Price Total Price I 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ i 5;°Q $ Cc-)1 CC ENTRANCE TOTAL SECTION A-NOVAK $ALS:11%. AVENUE NORTH-PART 1- SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ /1 35j/oo $ 70'//oo MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ inie)6 $ )'.7b1/a4® MAN 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ a 6/35 $ a6C,M 17 8"DIP WATER MAIN,CLASS 52 LF 140 $ c3' 55 $ 427740 7, 'c 18 10"DIP WATER MAIN,CLASS 52 LF 55 $ 35 30 $ 191/150 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ 331 50 $ 5-#7-94e0 20 6"GATE VALVE AND BOX EA 4 $ ? r Q o $ 3e'/a2 21 8"GATE VALVE AND BOX EA 2 $ I11;-'/60 $ ZL3a,Oo 22 10"GATE VALVE AND BOX EA 1 $ / jd 462 $ i51d1 4°d 23 12"GATE VALVE AND BOX EA 4 $ /74x,a $ 7O ' 24 INSTALL HYDRANT EA 3 $ 13'l/ c© $ 7173.00 25 12"X 12"TEE EA 2 $ 3a100 00 $ 'Woo 26 12"X 10"TEE EA 1 $ 33U10c $ 3 3 J 27 12"X8"TEE EA 2 $ 313/do $ 46O© 28 12"X 6"TEE EA 3 $ ,C1,0/00 $ g-70,00 29 8"X 6"TEE EA 1 $ .67 l r ea $ d® /00 30 8"X 8"TEE EA 1 $ 4/ ,0O $ W‘,616) 31 10"45 DEGREE BEND EA 4 $ il. i10° $ 1 gt 1 OC 32 12" 11.25 DEGREE BEND EA 3 $ O`'3giCd $ 7orgcvs 00005505140BIDFORM 00410-4 BID FORM INo. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $ ) 37/00 $ I/76/60 U/Q0_ 34 6"PLUG EA 1 $ 3C/.ci© $ 3C)00 35 8"PLUG EA 3 $ 53!ec $ /5 /1D0 36 10"PLUG EA 1 $ Moo $ Moo 37 6"FITTING RESTRAINT EA 5 $ 36100 $ /3O, CO 38 8"FITTING RESTRAINT EA 10 $ 35;00 o© $ .3 50, 00 39 10"FITTING RESTRAINT EA 10 $ 17,o' $ 1-176)60 40 12"FITTING RESTRAINT EA 30 $ �.061 $ 1756/00 41 IMPROVED PIPE FOUNDATION LF 400 $ 1//°C $ 1600 " 42 INSULATION,2"THICK SY 75 $ JO'ge $ 756 00 TOTAL SECTION A-NOVAK $ I 66)11`660 AVENUE NORTH-PART 2-WATER '/ MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: 43 REMOVE 12"RCP STORM SEWER LF 6 $ AO/ 00 $ ‘Oteo PIPE 44 REMOVE CATCH BASIN EA 1 $ 3Oc 40 $ 3co,co 45 CONNECT TO EXISTING CBMH EA 1 $ 060/00®100 $ J/co', cc 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ .36175 5 $ ll 10'DEEP Cr � �� 47 15"RCP STORM SEWER,CLASS 5,0'- LF 850 $ �'i✓° $ 5;0 10'DEEP 33175 )35-0/00 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ $ 10'DEEP ! /� 49 21"FLARED END SECTION, EA 1 $ JO 4<//(a $ )o C//c o INCLUDING TRASH GUARD I c75;00 �� ��� 50 2'X 3'CB W/R3290VB CASTING AND EA 5 $ $ CONCRETE ADJ.RINGS 33 f)�j,Q 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ 3 © $ [ -/<2 O/Q AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM INo. Item Units Qty Unit Price Total Price 52 4'DIA STORM SEWER MH,8'DEEP, .EA 1 $ 07,E 5664, $ 23 9 0/t) INCL R-1642-B CSTG AND HDPE ADJ RINGS f 53 4'DIAMETER STRUCTURE LF 3.5 $ 3N,00 q/Qc $ '/]1/7;©® OVERDEPTH //�� �1 54 CLASS III RANDOM RIPRAP CY 10 $ 5(�i t✓ $ 5Z5/0° ®o 55 4"PVC DRAIN TILE,SDR 35 LF 100 $ 31 C° $ 3°0 c'O 56 SILT FENCE,PERMEABLE LF 100 $ 7/50 $ 752 l v 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ 4/75 $ 1/- ` 05 AND WOOD FIBER BLANKET � � , !� �f TOTAL SECTION A-NOVAK $ l� j ,/�j AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: ��// 58 REMOVE BITUMINOUS PAVEMENT SY 90 $ 6/ 00 $ ✓'740i CPO 59 REMOVE CONCRETE CURB AND LF 125 $ )1/00 $ 5c),0a GUTTER 60 SAWING BITUMINOUS PAVEMENT LF 150 $ "/a C) $ 33di�C, .�/ 61 ADJUST FRAME AND RING CASTING EA 1 $ acs Go $ 5700,00 62 ADJUST VALVE BOX EA I $ 3601,6e, $ 300,0a 63 EXTEND HYDRANT BARREL LF 2 $ / ©Cf ro $ 8/ Z o , 64 VALVE BOX EXTENSION LF 3 $ Jo MO $ 3 ac/ oo 65 SUBGRADE EXCAVATION CY 300 $ ‘i-0 0 $ /Sao,00 66 SUBGRADE PREPARATION SY 9,115 $ 0 r 3 ? $ 31/ 3,70 67 COMMON EXCAVATION-TRAIL OR CY 390 $ 7, ci $ 730,a4 SIDEWALK -7� 68 AGGREGATE BACKFILL TN 7,610 $ ii/9d $ 3 /a eoa 69 AGGREGATE BASE,CLASS 5, 100% TN 4,760 $ IC, JO $ l U e7,6`,,0 CRUSHED ' Q 70 AGGREGATE BASE,CLASS 5, 100% TN 670 $ 1, / f 7 5 $ CJ5)71o'��J / e CRUSHED-TRAIL OR SIDEWALK 00005505140BIDFORM 00410-6 BID FORM INo. Item Units Qty Unit Price Total Price I 71 TYPE MV 3 NO WE RING COURSE TN 810 $ Hot 1/0 $ 3p` �O'"/o 00 MIXTURE f J /� �/j 3 2`� 72 TYPE MV 3 NON WEARING COURSE TN 1,620 $ 3 g,5-o $ 6 d` noc) MIXTURE(B) 73 TYPE MV 3 WEARING COURSE TN 840 $ }-gi 55 $ 393 400 MIXTURE(E) 74 TYPE LV 4 WEARING COURSE TN 185 $ 11713© $ g7.5-e/5.° MIXTURE(B)-TRAIL z 75 BITUMINOUS PATCHING SY 90 $ I/O,©© $ 3‘X'D0 76 BITUMINOUS MATERIAL FOR TACK GAL 175 $ //.5e $ 41‘2,50 COAT 77 PREPARATION OF BITUMINOUS LS 1 $ 5Y616 0 $ 55©0-0) BASE FOR WEAR PAVING 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ gt`C $ 31 17a75. 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ ill 30 $ )3601 60 RAMP 80 TRUNCATED DOME PANEL SF 160 $ 16,50 $ )61/0,00 O,CC 81 6"CONCRETE DRIVEWAY SF ,600 $ yrV® $ 97 7,Xj,00 PAVEMENT f f /6176 fi 82 SIGN PANELS,TYPE C,HIGH J5! 44945 $ ch iA v0 $ /'1O4t, OO INTENSITY Q �] 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ Q % / $ I / /‘,1069 PRIVATE UTILITY CROSSING Q "�/ 84 6"PVC,SCH 40, 1 CONDUIT FOR LF 220 $ U° $ ) l C4i6t, PRIVATE UTILITY CROSSING 85 4" SOLID LINE,WHITE PAINT LF 220 $ of l5 $ I/1I t�(j 86 4"DOUBLE SOLID LINE,YELLOW LF 420 $ 0 1 3 8 $ I 511(O PAINT 87 12" SOLID STOP LINE(BAR),WHITE LF 60 $ /1 75- $ 105000 PAINT 7.� 175//), 88 12"SOLID LINE,YELLOW PAINT LF 100 $ i $ (Ja 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $ (5 fr i 9 $ 30g:75 90 4" SOLID LINE,YELLOW PAINT LF 2,600 $ CJ, 19 $ 1/(71/,a' 91 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ b/ ,dO $ 'J1•(X) ARROW-PAINT /� 92 PAVEMENT MESSAGE,LEFT TURN EA 17 $ 14)461 $ 71-/r Do ARROW-PAINT '� 93 4" SOLID LINE,WHITE EPDXY LF 220 $ 69,3.5 $ 77,/� 00005505140BIDFORM 00410-7 BID FORM • INo. Item Units Qty Unit Price Total Price 1 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ 017d $ 7/1062 EPDXY 95 12" SOLID STOP LINE(BAR),WHITE LF 60 $ 31 5-0 $ g JO,®o EPDXY 96 12"SOLID LINE,YELLOW EPDXY LF 100 $ 3 50 $ 35aoo 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ O,11/ $ .7,5 98 4"SOLID LINE,YELLOW EPDXY LF 2,600 $ d,3,' $ q/0/00 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ 761,00 $ /430/61° ARROW-EPDXY 100 PAVEMENT MESSAGE,LEFT TURN EA 17 $ % $ X30/1)0 ARROW-EPDXY . 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ f®;5® $ .054° EPDXY 102 PROTECTION OF CATCH BASIN IN EA 8 $ 35Jz Oc $ d©/oo STREET /� 103 BOULEVARD GRADING HR 16 $ OCIT6�1 $ 3p`OaaOo 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ //30 $ 73g616(° Q© AND WOOD FIBER BLANKET 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700 $ a/30 $ it0er00 TOPSOIL ^� 106 LIGHTING UNIT A EACH 2 $ )4 7t/ e) '35 n$ /de 107 LIGHTING BASE EACH 2 $ Z 5-01°0 $ / 3 ao,a0 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ 31 Z 0 $ 0 7 i ec9 109 #8 AWG WIRE LF 20 $ 1l O0 $ ga/dC 110 #6 AWG WIRE LF 5,405 $ )i 35 $ 7 9(p/75 111 #3 AWG WIRE LF 40 $ I 14 5 $ 6‘40 112 EQUIPMENT PAD EACH 1 $ ‘GWIO0 $ ‘614 06 113 LIGHTING SERVICE CABINET EACH 1 $ q 7/o,-40 $ 117/0/aQ 114 NYLON PULL CORD LF 1,690 $ 61 I O $ MC/id° 00005505140BIDFORM 00410-8 BID FORM INo. Item Units Qty Unit Price Total Price I 115 PULL BOX EA 1 $ I 50 de $ ‘5-‘,/ 90 TOTAL SECTION A-NOVAK "Vig_8;35 AVENUE NORTH-PART 4-STREET IMPROVEMENTS SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: ( 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ 1/,®o $ 9�a 0�q 117 REMOVE CONCRETE CURB AND LF 40 $ '//005 $ /61 00 GUTTER �j �l 118 SAWING BITUMINOUS PAVEMENT LF 40 $ sf /)ld $ gig/ 119 CLEAN PLUGGED FES LS 1 $ 3 MOO $ 3O0/aC 120 SUBGRADE EXCAVATION CY 100 $ J/00 $ zoo,ao 121 SUBGRADE PREPARATION SY 2,325 $ /38' $ gD 3/50 122 AGGREGATE BACKFILL TN 1,760 $ iii 70 $ C) 46 iV" 00 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ /0/10 0 $ / 'U e 7/C® CRUSHED 124 TYPE LV 3 NON WEARING COURSE TN 265 $ '1/ !12. $ ` ! /o t/al✓ MIXTURE(B) f j� 1 I q 125 TYPE LV 3 WEARING COURSE TN 280 $ 2 //"f Q $ /�/3 /, !/J MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ a/°C2 $ 110/' COAT 127 PREPARATION OF BITUMINOUS LS I $ )0Qa4a $ WC(00 BASE FOR WEAR PAVING ,! �� M3,31C 128 SAW AND SEAL TRANSVERSE LF 455 $ / $ JOINTS IN BITUMINOUS WEAR COURSE Y 7 Q ').5 129 B618 CONCRETE CURB AND GUTTER LF 1,015 �015 $ 5 $ Q v 130 6"CONCRETE DRIVEWAY SF 2,325 $ 11,24:, $ ,/ 7 5,440 PAVEMENT 131 ADJUST FRAME AND RING CASTING EA 1 $ 5a016" $ 5'CC,40 00005505140BIDFORM 00410-9 BID FORM No. Item Units Qty Unit Price Total Price 132 ADJUST VALVE BOX EA 1 $ 3 may®® $ 30a<0c, 133 SIGN PANELS,TYPE C,HIGH P 4.5 $ )5;00 $ / /50 PW0 eeg INTENSITY n Q� 134 4"PVC,SCH 40,2 CONDUITS FOR LF 190 $ 'ji 5v $ U J! 't,55. 60 PRIVATE UTILITY CROSSING � 3� , /��� 'ro 135 4"DOUBLE SOLID LINE,YELLOW LF 680 $ $ PAINT 7 1-17‘462 136 4"DOUBLE SOLID LINE,YELLOW LF 680 $ 0/761 $ EPDXY 137 SILT FENCE,PERMEABLE LF 50 $ 67,00 $ ii 5ofac. 138 PROTECTION OF CATCH BASIN IN EA 2 $ 350,0e $ /c'oi oc STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ hi-10 $ / /7 7 f ao AND WOOD FIBER BLANKET TOTAL SECTION B-NORWICH n r' � $ AVENUE NORTH-PART 1-STREET � ,A iJCI 5y 1 L5 IMPROVEMENTS ALTERNATE NO.1-LUMINARE TYPE FOR NOVAK AVENUE NORTH: 140 DEDUCT FOR LUMINAIRE TYPE B ON EA 2 $ I 5-5 do $ 3i of oc NOVAK AVE.NORTH TOTAL ALTERNATE NO.1- $ 3i 0/Oo LUMINARE TYPE FOR NOVAK AVENUE NORTH ALTERNATE NO.2-58TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: /� 141 LIGHTING UNIT A EACH 1 $ 6a 7 $ (/ 70100 142 LIGHTING BASE EACH 1 $ t WO $ .,. D DG poi )` ) °F .'" • 644 143 1 1/2"PVC CONDUIT,SCH.40 LF 555 $ 3,5f $ '-'MI!. 144 #6 AWG WIRE LF 1,635 $ f/3.2 $ 2/ 3124 TOTAL ALTERNATE NO.2-58TH `� STREET NORTH AND NORWICH if 17 Lf 7 , 1 O 14 AVENUE NORTH LUMINAIRE / 8g/41 00005505140BIDFORM 00410-10 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH: 145 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ /r CcG $ TOTAL ALTERNATE NO.2A- $ 155;a0 LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: �' 146 LIGHTING UNIT A EACH 1 $ ,9) 7/67 $ X67/67 147 LIGHTING BASE EACH 1 $ ‘5640 $ 6 54 co 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ 3/5 R $ g4/4X 149 #6 AWG WIRE LF 2,190 $ 1' 32 $ u 70/U 4 TOTAL ALTERNATE NO.3-60TH $ v v 5,17 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: /� �j 150 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ / //4� $ /,0D TOTAL ALTERNATE NO.3A- $ /59M# LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-11 BID FORM No. Item Units Qty Unit Price Total Price BASE BID: SECTION A-NOVAK AVENUE NORTH: C, TOTAL SECTION A-NOVAK AVENUE $ "T L/ d 5 NORTH-PART 1 -SANITARY SEWER TOTAL SECTION A-NOVAK AVENUE $ /06 1114// h IZC NORTH-PART 2-WATER MAIN 6113,�� TOTAL SECTION A-NOVAK AVENUE $ J NORTH-PART 3-STORM SEWER /� �f C� TOTAL SECTION A-NOVAK AVENUE $ 3 /�j9/O/'9 ✓ NORTH-PART 4-STREET IMPROVEMENTS �� � / q��� TOTAL SECTION A-NOVAK $ 7 AVENUE NORTH / SECTION B-NORWICH AVENUE 4`�� q � 9 5`i 1 5 NORTH: TOTAL SECTION B-NORWICH $ AVENUE NORTH-PART I -STREET q 64 , 15 IMPROVEMENTS m. TOTAL SECTION B-NORWICH $ 11611117 AVENUE NORTH BASE BID SUMMARY: g TOTAL SECTION A-NOVAK AVENUE $n� g - 5/, � NORTH ,✓7; 7 If f TOTAL SECTION B-NORWICH JJV ``�7 $ J AVENUE NORTH ,� TOTAL BASE BID 00005505140BIDFORM 00410-12 BID FORM • No. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1- $ 3 J Cl Oc, LUMINARE TYPE FOR NOVAK 17 AVENUE NORTH ' f)4'7/S I 0 TOTAL ALTERNATE NO.2-58TH 74 76, 96 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.2A- $ 155,00 LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $ g O Q 6 ,69 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- $ `1 5 5! LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-13 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 / / 4 R U 1-7 g, 1-1 ,20 ag 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.: 000055051400BIDFORM 00410-14 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: (De la IL5 P AZ J"J.-XI V(1 (SEAL) State of Incorporation: / /lov cf, Type(General Business,Professional,Service,Limited Liability): By: ka X1 I , (Signature) Name(typed or printed): k, l(,A 1 4 /T N/✓t A e,e Title: Attest ar if (CORPORATE SEAL) (..i gna re of Corporate Secretary) Business Street Address(No P.O.Box#'s): P o, Beo c, 1500 I PhoneNo.: del_ 3C-6575 FaxNo.: ! "//v-3V1H 0000550514001311DFORM 00410-15 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 000055051400BIDFORM 00410-16 BID FORM "w THE AMERICAN INSTITUTE OF ARCHITECTS woo m AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that wee BOWER IASrPHAL r and address INC.Ilegal title of Contractor) insert 15001 Hudson Road Lakeland, MN 55043 as Principal, hereinafter called the Principal, and FEDERAL (INS USRANCEa e and ddress or legal title of Surety) 15 5 -Mountain View Road Warren, NJ 07061 a corporation duly organized under the laws of the State of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto)) name and address or legal title of Owner) CITY OF OAK PARK HEIGHTS, MN as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ 5� I� FIVE PERCENT (5%) OF TOTAL AMOUNT OF BID - for the payment of which sum well and truly to be made, the said Principl and the and severally,Surety,bi bd ourselves, our heirs, executors, administrators, successors and assigns, jointly these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) Novak Avenue North and Norwich Avenue North Utility and Street Improvements NOW, THEREFORE, if the with the Obligee in accordance with the terms ofesuch bid,and fgive such bond or bonds as may be specified inothe bidding B or Contract f labor Documents furnished sufficient prosecution thereof, in performance such uretofcthe Principal to enter such y eof between the amount spec specified nnsaidfbid and nsuch larger pam unt for which the Obligee mays in good ef the contract he with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise eQ remain in full force and effect. da of March 2(106 Signed and sealed this 24th y TOWER ASPHALT, INC.— _ (Princip. (Seal) " (Witness) B (Tit e) President Mike Let, FEDERAL INSURANCE COMPANY (Seal) ty) (Witness) 0i/L.:L..1 1a�I. /�.-.L_ Linda K. Fren h ( ftle) Attorney-in-Fact AIA DOCUMENT A310• BID BOND•AIA®• FEBRUARY 1970 ED•THE AMERICAN INSTITUTE Of ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 • let Printed on Recycled Paper 9/93 ACKNOWLEDGMENT OF CORPORATION State of MINNESOTA ) ) ss. On this 24th day of March 2006 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. it owi"Wwevwww,A,.."ANAIV"AAMAAw a )166t 6) ' ' A1rEOLSON Notary Public Count My commission expires -,c , res Jzn 31,2010 ■ ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ) ) ss. On this 24th day of March 2006 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 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. 1:-.,-• _ n ni i NICOL OLSON Notary Public County, sOTA My commission expires ,t "yC :._^1E a,Jzn 31 2.)1() r POWER Federal Insurance Company Attn: Surety Department. . IC: . 'Chubb 15 Mountain View Road OF Vigilant Insurance Company Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 CHUIE3'B 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 / 4 ' 4 /Kenneth C.Wendel,Assistant Secretary JO .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 y NpTAR y �` Ncr Public,Solo Jefl�r �� > 1 • No.2321097 1, _.��,_J ,y pU BL\4a Commission�; Oct.25, 9 Notary Public dEAy 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 March 24, 2006 ,,ormiv your `04"-4,, 00}} l9 40° oit 1, oi.• •�'DIANP'• b new / 'fry'oe _ 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 Bonestroo Rosene BIDDER: �� IL 'i \t . *ft -� Anderlik& M Associates Engineers&Architects DOCUMENT 00410 BID FORM NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH BID COPY UTILITY AND STREET IMPROVEMENTS FILE NO. 000055-05140-0 OAK PARK HEIGHTS,MINNESOTA 2006 THIS BID IS SUBMITTED TO: City of Oak Park Heights,Minnesota City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 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 Ko. S. \`J ,2c0C.0 H6-7. 4.--/7-..////9-1 4110. (1 .636)(-, B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general,local,and Project 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 Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project 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. 00005505140BIDFORM 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 Project 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 Project 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 Project Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Bidding Documents. I. 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. 00005505140BIDFORM 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 SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1-SANITARY SEWER: � 1 MOBILIZATION LS 1 $ g }77/' 04 �9 7 7/ 2 TRAFFIC CONTROL LS 1 $ ,;23e), $ 2,934- G_DO 3 CONNECT TO EXISTING SANITARY EA 1 $ /(060. 00 $ /‘&6,0, 06 SEWER 8"PVC PIPE 4 CUT 6" SERVICE INTO 8"PVC EA .1 $ 9 7(). 0 f�t) $ `7 70.1:26 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ ,30.(k) $ 9co. 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $ ?' go $ /_24-// 0 0 15'DEEP 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $ -37 1DO $ l / 7a i e O 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $ 361, 50 $ 20'DEEP 9 4'DIAMETER SANITARY MH,8'DEEP, EA 3 $ 79'e/ 00 $ ffv?a D' OD INCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ / g9, $ 3d' V' cá OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ /' U $ 9CD6' 12 IMPROVED PIPE FOUNDATION LF 400 $ $ //9 0 ' O® 00005505140BIDFORM 00410-3 BID FORM INo. Item Units Qty Unit Price Total Price 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ ,/7, 30 $ 3, 7&, 00 ENTRANCE TOTAL SECTION A-NOVAK $ ger pmt oS- AVENUE NORTH-PART 1- SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ A0,36.(4) $ '{GO( O.06 MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ /3de3,■00 $ a?4447-'03 MAIN 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ q 4, �S o $ ,/3 a, st) 17 8"DIP WATER MAIN,CLASS 52 LF 140 $ ,;?9•5D $ i//30,D 0 18 10"DIP WATER MAIN,CLASS 52 LF 55 $ 36, 00 $ /9x5—/03 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ .361 ,k-c) $ (PS a7c►7'66 20 6"GATE VALVE AND BOX EA 4 $ 999 . Do $ 3996,DO 21 8"GATE VALVE AND BOX EA 2 $ /14 ,4-'0' Q?3 $ ,R5-&0-ez) 22 10"GATE VALVE AND BOX EA 1 $ / 7,: e:), 36 $ /7,Ro,36 23 12"GATE VALVE AND BOX EA 4 $4V 70 '33 $ Y z,S01 0 3 24 INSTALL HYDRANT EA 3 $ 3 47 J z-)$ 9 7D,13() 25 12"X 12"TEE EA 2 $ 5,66 $ /6 + 06-) 26 12"X10"TEE EA 1 $ V ' L03 $ Sa-5-‘ DQ 27 12"X8"TEE EA 2 $ 1 3-,(90 $ /10 Si)/0 28 12"X 6"TEE EA 3 $ S 'g7) ) $ X 4'75:00 29 8"X 6"TEE EA 1 $ ,r3 S7 LCi $ Fa 5'D L7' 30 8"X8"TEE EA 1 $ g. 3 ,z)D $ Y25: 00 31 10"45 DEGREE BEND EA 4 $ 6'&/, 06 $ y�i 06 32 12" 11.25 DEGREE BEND EA 3 $ &kg, 40 $ oG 7 06 00005505 140BIDFORM 00410-4 BID FORM INo. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $ ''g'9` c $ /5 7 .O d 34 6"PLUG EA 1 $ 1-//!P /66 $ l-//6,0O 35 8"PLUG EA 3 $ 27/& /DU $ /Idlik 6 36 10"PLUG EA 1 $ J///, OD $ //e . '60 37 6"FITTING RESTRAINT EA 5 $ i i 4 0 $ /4/ '66 38 8"FITTING RESTRAINT EA 10 $ 39,46 $ 3944,66 6G 39 10"FITTING RESTRAINT EA 10 $ ) 7- /G $ 57/, 6 6 40 12"FITTING RESTRAINT EA 30 $ 7S>i 66 $ 6?,O0 41 IMPROVED PIPE FOUNDATION LF 400 $ ` $ //a U ' co 42 INSULATION,2"THICK SY 75 $ ,/0 $ /&75-7, TOTAL SECTION A-NOVAK $/ici 9 419 7 3a AVENUE NORTH-PART 2-WATER MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: 43 REMOVE 12"RCP STORM SEWER LF 6 $ 39, 50 $ 4 33 6' PIPE 44 REMOVE CATCH BASIN EA 1 $ //,,3, of) $ /63 , 630 45 CONNECT TO EXISTING CBMH EA 1 $ 6 6Y,, C 0 $ &‘,g, 2O 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ ,1,.5--,5-C, $ /0 P�5 , GG 10'DEEP I"di -.,;3, 2 v 47 15"RCP STORM SEWER,CLASS 5,0'- LF 850 $ $ a3 9 70, 00 10'DEEP _ 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ 35,, 1 a $ /4/ 04/, oO 10'DEEP 49 21"FLARED END SECTION, EA 1 $ 734/Z',06 $ /3 G)` 00 INCLUDING TRASH GUARD 50 2'X 3'CB W/R3290VB CASTING AND EA 5 $ /&4/, . 06) $ 8 0C),06 CONCRETE ADJ.RINGS 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ ,. /.5-4,03. $ /a 9D1, Cr) AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM No Item Units Qty Unit Price Total Price 52 4'DIA STORM SEWER MH,8'DEEP, EA 1 $ a 7.5 0.�O $ r. 750 DU INCL R-1642-B CSTG AND HDPE ADJ RINGS 53 4'DIAMETER STRUCTURE LF 3.5 $ 9e7 t&Z) $ 17i 7� OVERDEPTH 54 CLASS III RANDOM RIPRAP CY 10 $ p e/i270 $ ,9-96,7.0() 55 4"PVC DRAIN TILE,SDR 35 LF 100 $ $ /2.2), 00 56 SILT FENCE,PERMEABLE LF 100 $ //, C9 $ 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ 44/ $ A//, 75 AND WOOD FIBER BLANKET tP _ TOTAL SECTION A-NOVAK $ 6)/6/, AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: 58 REMOVE BITUMINOUS PAVEMENT SY 90 $ a • '7.5_ $ 02��•��O 59 REMOVE CONCRETE CURB AND LF 125 $ ' 3 5 $ 7/8 ; 75- GUTTER 60 SAWING BITUMINOUS PAVEMENT LF 150 $ S $ 61 ADJUST FRAME AND RING CASTING EA 1 $ 57 D O $ 57‘- C9 0 62 ADJUST VALVE BOX EA 1 $ 37' /0 $ S 2 /6) 63 EXTEND HYDRANT BARREL LF 2 $ 1/6,/, DU $ .?ao7, ('(� 64 VALVE BOX EXTENSION LF 3 $ /0 7 00 $ /, 0O 65 SUBGRADE EXCAVATION CY 300 $ 57) $ 5 /0 0 66 SUBGRADE PREPARATION SY 9,115 $ 0 ,0/ $ 9/, /5 67 COMMON EXCAVATION-TRAIL OR CY 390 $ ,57) $ .3 3/3-, DC SIDEWALK 68 AGGREGATE BACKFILL TN 7,610 $ g ,9t; $ 6 7 7,-29, Co 69 AGGREGATE BASE,CLASS 5, 100% TN 4,760 $ /0, -30 $ i/9Dag/ CC) CRUSHED ` 70 AGGREGATE BASE,CLASS 5, 100% TN 670 $ 5 /0 $ / C' ?/7, CC) CRUSHED-TRAIL OR SIDEWALK 00005505140BIDFORM 00410-6 BID FORM INo. Item Units Qty Unit Price Total Price I 1 71 TYPE M V 3 NON WEARING COURSE TN 810 $ 9° ' q 0 $ 3 3 l,q' 06 MIXTURE(E) � 41 9& ‘- ' �C� 72 TYPE MV 3 NON WEARING COURSE TN 1,620 $ 7 , /0 $ MIXTURE(B) 73 TYPE MV 3 WEARING COURSE TN 840 $ 444% 0 $ 2 7 b z-ii, L3(.) MIXTURE(E) 74 TYPE LV 4 WEARING COURSE TN 185 $ //7, /0 $ Y7/3, 5-6 MIXTURE(B)-TRAIL 75 BITUMINOUS PATCHING SY 90 $ // ,/0 $ 90q,00 76 BITUMINOUS MATERIAL FOR TACK GAL 175 $ :5;65 $ ',l',= - COAT 77 PREPARATION OF BITUMINOUS LS 1 $ -6V6,00 $ 3-76-7 ,60 BASE FOR WEAR PAVING 9 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ , <, �?$ 0'&8. 66 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ 5: 7D $ . 7o), 00 RAMP 80 TRUNCATED DOME PANEL SF 160 $ ,76), :!..30 $ 17//21 6 81 6"CONCRETE DRIVEWAY SF 6,600 $ 3, $ ,2_5-0S2). 0 c) PAVEMENT 82 SIGN PANELS,TYPE C,HIGH SY 104.5 $ .5-, /(_) $ '/D&01 / INTENSITY 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ 5, qS $ , ,/ /0 D PRIVATE UTILITY CROSSING // 84 6"PVC,SCH 40, 1 CONDUIT FOR LF 220 $ //' 4 o $ 7s 1)3 00 PRIVATE UTILITY CROSSING ICJ 85 4" SOLID LINE,WHITE PAINT LF 220 $ O d 1? 4$ 7'/4 86 4"DOUBLE SOLID LINE,YELLOW LF 420 $ 0 / -32- $ /5 9,& U PAINT 75 87 12"SOLID STOP LINE(BAR),WHITE LF 60 $ /t 7J $ /!(2 , 00 PAINT 88 12"SOLID LINE,YELLOW PAINT LF 100 $ /' 75 $ /75", O 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $ ,r/'1 $ .3e 76-- 90 4" SOLID LINE,YELLOW PAINT LF 2,600 $ 0, /9 $ L/t y,. Ci 91 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ a, 5--ti $ g-5; 0C ARROW-PAINT 92 PAVEMENT MESSAGE,LEFT TURN EA 17 $ 7/,.9?/57- $ 74,? '`T) ARROW-PAINT 93 4" SOLID LINE,WHITE EPDXY LF 220 $ 0/3 5 $ 77, a6 00005505140BIDFORM 00410-7 BID FORM No. Item Units Qty Unit Price Total Price 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ d • T/ $ 93 k 0 EPDXY 95 12" SOLID STOP LINE(BAR),WHITE LF 60 $ �; 55 $ a/3 1 0 b EPDXY 96 12" SOLID LINE,YELLOW EPDXY LF 100 $ 3, 55 $ 3'33- DO 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ 0. /( $ `7,5) 98 4" SOLID LINE,YELLOW EPDXY LF 2,600 $ (7/34,2 $ 9/0'06) 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ 2/, /0 $ / O�/°?0 ARROW-EPDXY _! p 100 PAVEMENT MESSAGE,LEFT TURN EA 17 $ y'/, /O $ /57 O- 70 ARROW-EPDXY 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ /0 ' &o $ 5-30, 6)0 EPDXY 102 PROTECTION OF CATCH BASIN IN EA 8 $ 0/ � $ 61, OS STREET 103 BOULEVARD GRADING HR 16 $ /5-0 f zQ $ 4/DD, Cn 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ // at) $ 9/ 2o ,Co o AND WOOD FIBER BLANKET _G� 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700$ g/ $ 7/s✓ 1 OD TOPSOIL 106 LIGHTING UNIT A EACH 2 $ d`5`si,, ODs 57 ?,CO 107 LIGHTING BASE EACH 2$ -575Z, 00 $ JP/ ' °0 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ a. 78 $ 9,Y /. .Rb 109 #8 AWG WIRE LF 20 $ /Oi $ O -a D 110 #6 AWG WIRE LF 5,405 $ /•a7 $ 6,S-6 44 3S- 111 #3 AWG WIRE LF 40 $ .O $ Y0 .kO 112 EQUIPMENT PAD EACH 1 $ 5Z)4, , 6 o $ y')6, - 03 113 LIGHTING SERVICE CABINET EACH 1 $ 6, 5-79. 00$ (0, 71. O C 114 NYLON PULL CORD LF 1,690 $ /L O/ $ / 7 '' 96 00005505140BIDFORM 00410-8 BID FORM • No. Item Units Qty Unit Price Total Price I 5-e, 062 5-e, 062 lPc ,OO C) 115 PULL BOX EA 1 $ 41 0 TOTAL SECTION A-NOVAK $ ya/, ,' 7/ AVENUE NORTH-PART 4-STREET IMPROVEMENTS SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ /,4 67 $ / oa 117 REMOVE CONCRETE CURB AND LF 40 $ 3, 3r $ / 3 Sf o O GUTTER 118 SAWING BITUMINOUS PAVEMENT LF 40 $ S 5 $ /a 2.OP 119 CLEAN PLUGGED FES LS 1 $ a-74f da $ 0 120 SUBGRADE EXCAVATION CY 100 $ 66,S"b $ TS-4 0c2 121 SUBGRADE PREPARATION SY 2,325 $ 0,C'/ $ 122 AGGREGATE BACKFILL TN 1,760 $ CC, qO $ 4 66 OD 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ /2. pV $ op CRUSHED 124 TYPE LV 3 NON WEARING COURSE TN 265 $ 7 ' $ /O, ?8'SiS, MIXTURE(B) 125 TYPE LV 3 WEARING COURSE TN 280 $ 44v,i9p $ /6 9(5: 00 MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ 3,5 s- $ 2 SD COAT 127 PREPARATION OF BITUMINOUS LS 1 $ 506,Co $ 6.or. BASE FOR WEAR PAVING Q/ 128 SAW AND SEAL TRANSVERSE LF 455 $ "r 3o $ / 77(0„5 JOINTS IN BITUMINOUS WEAR COURSE p G 129 B618 CONCRETE CURB AND GUTTER LF 1,015 $ P. O 0 $ r#Q.32,00 130 6”CONCRETE DRIVEWAY SF 2,325 $ .3, g0 $ . 835";OD PAVEMENT 131 ADJUST FRAME AND RING CASTING EA 1 $ 57.2, D , $ s/.,d D 00005505140BIDFORM 00410-9 BID FORM No. Item Units Qty Unit Price Total Price 132 ADJUST VALVE BOX EA 1 $ 97/0 $ S 7/D 133 SIGN PANELS,TYPE C,HIGH SY 4.5 $ 3SY17 $ /5 1:3 INTENSITY ` '/ 134 4"PVC,SCH 40,2 CONDUITS FOR LF 190 $ 100 $ /0 OO PRIVATE UTILITY CROSSING /�, 135 4"DOUBLE SOLID LINE,YELLOW LF 680 $ t ,3S $ 'T v Sg. PAINT a 136 4"DOUBLE SOLID LINE,YELLOW LF 680 $ G, 7/ $ �0 2'$O EPDXY 137 SILT FENCE,PERMEABLE LF 50 $ 4e,5- $ A 0 2.50 138 PROTECTION OF CATCH BASIN IN EA 2 $ 0,49/ $ a 0 Z STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ 1'.2 0 $ / 5. ` ,o AND WOOD FIBER BLANKET TOTAL SECTION B-NORWICH $ 7 9 5-5k.8'7 AVENUE NORTH-PART 1-STREET IMPROVEMENTS ALTERNATE NO. 1-LUMINARE J S ki S TYPE FOR NOVAK AVENUE /77, 3� G NORTH: 140 DEDUCT FOR LUMINAIRE TYPE B ON EA 2 $ / , O NOVAK AVE.NORTH TOTAL ALTERNATE NO.1- $ 5 e •`9; V LUMINARE TYPE FOR NOVAK .g571 0 AVENUE NORTH ALTERNATE NO.2-58TH STREET v S NORTH AND NORWICH AVENUE �' NORTH LUMINAIRE: �. 27.5-g/,� O O !�.'/. O C) 141 LIGHTING UNIT A EACH 1 $$`�-��--�-7'- . t14-a_P-- i 4. 5>"-- , C2OX15 757,, ,00 142 LIGHTING BASE EACH 1 $ ,J S V-, a - .7 Es' /S4a, 90 143 1 1/2"PVC CONDUIT SCH.40 LF 555 $ —r P � ' 274,141--22-r /, a7 a07�. L/5 1/S 144 #6 AWG WIRE LF 1,635 $ 2 o-o-i 4-3-‘7,0v— TOTAL ALTERNATE NO.2-58TH $ O 97 7 ?5- STREET NORTH AND NORWICH s` ✓s AVENUE NORTH LUMINAIRE 7 00005505140BIDFORM 00410-10 BID FORM L No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH / 7 7 0 D /77. 0 0 r AND NORWICH AVENUE NORTH: 145 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ ` ` 7,0V $ 770 ' TOTAL ALTERNATE NO.2A- " LUMINAIRE TYPE FOR 58TH l7 7 S , ©c� STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET v j vs NORTH AND NORWICH AVENUE ��406 ,r NORTH LUMINAIRE: 146 LIGHTING UNIT A EACH 1 $ DD $ V S SSL, 0v . a0 147 LIGHTING BASE EACH 1 $ $ 'G? v5 , 7.S ?05 /, a v °S 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ -- 5 s1/3 9,, 00-- V5 /. 7 /,� 3�� VS 149 #6 AWG WIRE LF 2,190 $ I. 0 ' $ TOTAL ALTERNATE NO.3-60TH �J.O 0 STREET NORTH AND NORWICH 7 975, US AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH V AND NORWICH AVENUE NORTH .5 LUMINAIRE: ' / 77' /--77 . Q O 1/ 150 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ ' TOTAL ALTERNATE NO.3A- $ 15 'V S LUMINAIRE TYPE FOR 60TH /7 7, e STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505I40BIDFORM 00410-11 BID FORM No. Item Units Qty Unit Price Total Price I BASE BID: SECTION A-NOVAK AVENUE NORTH: TOTAL SECTION A-NOVAK AVENUE $ NORTH-PART 1 -SANITARY SEWER TOTAL SECTION A-NOVAK AVENUE $/;;?9‘/9 73 0 NORTH-PART 2-WATER MAIN // // TOTAL SECTION A-NOVAK AVENUE $ t%/0�/ NORTH-PART 3-STORM SEWER j TOTAL SECTION A-NOVAK AVENUE $ `7a/a a`�' 7/ NORTH-PART 4-STREET IMPROVEMENTS TOTAL SECTION A-NOVAK $ S 2- Z{ G AVENUE NORTH SECTION B-NORWICH AVENUE NORTH: TOTAL SECTION B-NORWICH $ 7 £53, R 7 AVENUE NORTH-PART 1 -STREET IMPROVEMENTS TOTAL SECTION B-NORWICH $ .7 AVENUE NORTH BASE BID SUMMARY: TOTAL SECTION A-NOVAK AVENUE $ 70 G Z - Z/ NORTH TOTAL SECTION B-NORWICH $ 7 955 8', g7 AVENUE NORTH �` TOTAL BASE BID $ 7 g 7 S' ' 3- 00005505140BIDFORM 00410-12 BID FORM 1 • No. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1- $ 36-71, 06 LUMINARE TYPE FOR NOVAK AVENUE NORTH TOTAL ALTERNATE NO.2-58TH $ t' 75 34. STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE /TOTAL ALTERNATE NO.2A- $ / 7 , 00 LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $ 7q 755-0 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- $ / 7 7" b e LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-13 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 'mc. ay ,201)(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.: 00005505I400BIDFORM 00410-14 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: i" A'eN CM uCAT101(\ ` \EAL) State of Incorporation: 61\v\E. a. Type(General Business,Professional,Service,Limited Liability): (D F,1 L F ' t41E5 S By: Aga yew (Signature Verlyn Schoep Name(typed or printed): Vice President/COO Voe Title: Vice Pr�esiden�t/cnn 36-a .kEel vsk- Attest ,. CSI V 15156(`(CORPORATE SEAL) (Si ture of Corporate Secretary) Business Street Address(No P.O.Box#'s): z3Z( o 0404 S Fes. r , v\-1 (r)arnKan� , C`��I S'S0 3I Phone No.: (p 5 i'g37.f%_S Fax No.: ( 1 "-/ 7' 99 30 000055051400BIDFORM 00410-15 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 000055051400BIDFORM 00410-16 BID FORM _ THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Park Construction Co. 500 73rd Avenue NE, #123, Minneapolis, MN 55432 as Principal, hereinafter called the Principal, and Western Surety Company 101 S. Phillips Avenue, Sioux Falls, SD 57192 a corporation duly organized under the laws of the State of SD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights 14168 Oak Park Boulevard, 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 Novak Avenue North, Norwich Avenue North Street and Utility Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and 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 15th day of March 2006 Park Construction Co. (Seal) �CR>((/`�'�-E.0 (Principal) (�C� VettpSctroep t ess) lea P dent/C00 By: (Tide) Western Surety Company (Seal) (Sure ) (Witness) 14-(Ad. ,BY� (Tide) Att Fact L rie F. P ug AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 SIAIEOI- MINNESOTA ) COUNTY OF HENNEPIN ) ss: On March 15 , 2006 , before me, A Notary Public within and for said County and State, personally appeared Laurie F. Pflug known to me to be the Attorney-in-Fact of the Western Surety Company corporation described in and that executed the within and foregoing instrument and known to me to be the person who executed the said instrument in behalf of said corporation and he duly acknowledged to me that such corporation executed the same. `A`"'ig!".: JILL N. SWANSON ` NOTARY PUBLIC-MINNESOTA C •, tiv canmlmon twes Jan. t 2om n III 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 Richard G Donovan, Nina E Werstein, Laurie F Pflug, Jill N Swanson, Jerry Ouimet, Dennis G Loots, B L Kellar, 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 6th day of April,2005 -, WESTERN SURETY COMPANY vO?p4�J�^q * Paul .Bruflat,Senior Vice President State of South Dakota County of Minnehaha ss On this 6th day of April,2005,before me personally came Paul T'. Bruftat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Fails,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 444444444444444444444444+ D, KRELL rs November 30,2006 s s NOTARY PUBLIC M.;t C ALA- %%%%%.00000004444+ CERTIFICATE D Krell,No ry 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 I have hereunto subscribed my name and affixed the seat of the said corporation this 15 day of March 2006 ^r"�o WESTERN SURETY COMPANY iN�O� 41:04 �k DPK� 2g 'Form F4280 Ot-02 .Nelson,Assistant Secretary • 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. 1 1' X74 f ••• 0000 8 CONSTRUCTION CO. MEETING OF THE BOARD OF DIRECTORS OF PARK CONSTRUCTION COMPANY A meeting of the Board of Directors of Park Construction Company was held on Friday, March 12, 2004, whereby a resolution was passed authorizing the following individuals to sign on behalf of the corporation. Individually, with their signature, they are authorize to enter into any and all contractual obligations on behalf of this corporation. d Bruce R. Carlson—President/EEO Officer Jeffrey R. Carlson—Vice President/General Superintendent/Dispatcher Verlyn Schoep—Vice President/ Chief Operations Officer _ John Hedquist—Vice President/Treasurer/ Secretary/Chief Financial Officer Phillip Casanova—Asst. Corporate Secretary A further resolution was passed authorizing the following individual to sign the corporation in a conditional capacity. Individually, with his signature, he ois authorize to sign bidding documents on behalf of this corporation. d Michael Nottestad— Safety Director/Project Manager t...�I '1 cretar ,__ ; .� y Date 500-73rd Avenue NE ® Suite 123 `1\„%fAR��+, Minneapolis, MN 55432 y� cc? Telephone 763.786.9800 Fax 762 7RF one ,....r) ,..., ...:\,...H----3 ,1.-, 4.\ ...) 0 . ,',IIs�n�!IIIIIiumi!r,.'i f/‘ -----"-- -.....0 111.-,,:.1.!"--'41 rcl �. - ..,k - , � i= gjri) :1,' ' 0 0 ,III li.I lill H A ,11,1„,,„,,,,,loi ;:4, 2 R cs" . ..- 0.4 . • = 111111 mmli! u! oI r C III> II, --, E-. ►� _ C I 11111111111 _ tii , III,, nu°u__„ r .`C �'' 'I I — = nmin H. IIpUIi II 9 i� // � '.yi f�� r .� 1 1. all ..5. �,� :Qp. : i :�'^ I •7_1[11171 •C.-.) � ~ e. •.;..t',c. ' .•7.,`�'•� I .c.,.: v_, •• ': 110...01104 II I 1.-1 t ■ % ..,,,, ms im i ' g I r�. : lel = l I�,.!lu C _ to �} ,1111,. ID I.N. llu, Ii''am o :r-% ®CD gi...T .,111 ■1 .DU 1 ( 1 cn O 8 = ,.., ,;4.% 0,,%-i- .- `� = O niil Pu „ 01 a ,,Ili,. u.. Bonestroo t,� n C Rosene BIDDER: A.SC t i. t S kL, coon S, M0 Anderlik& 0 Associates Engineers&Architects DOCUMENT 00410 BID FORM NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH UTILITY AND STREET IMPROVEMENTS BID COPY FILE NO. 000055-05140-0 OAK PARK HEIGHTS,MINNESOTA 2006 THIS BID IS SUBMITTED TO: City of Oak Park Heights,Minnesota City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 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 1 3-15-06 •QD-ab B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general,local,and Project 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 Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project 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. 00005505140BIDFORM 00410-1 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. INo. Item Units Qty Unit Price Total Price I SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1-SANITARY SEWER: 1 MOBILIZATION LS 1 $ 60000.°° $ �/- O0 C00°D 2 TRAFFIC CONTROL LS I $ 4316.6° $ alb.6° 3 CONNECT TO EXISTING SANITARY EA 1 $ �.Jf,O�0 $ 582,44 SEWER 8"PVC PIPE 4 CUT 6" SERVICE INTO 8"PVC EA 1 $ S 11.g0 $ 217.86 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ 11.$ $ S�5 5 0 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $ 13.65 $ 161L-1. 5 15'DEEP p 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $ 18�a $ 1 a G43.° 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $ a),DO $ 1$9O OD 20'DEEP r' 9 '4'DIAMETER SANITARY MH, 8'DEEP, EA 3 $ a3q .0° $ Ii 8a.0b 1NCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ 1575° $ a3 iy °D OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ 1.05 $ O"15.- 12 IMPROVED PIPE FOUNDATION LF 400 $ 1.19 $ I %.63 00005505140BIDFORM 00410-3 BID FORM 1 INo. Item Units Qty Unit Price Total Price I 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ (o,a5 $ 3 �S Q,00 . ENTRANCE TOTAL SECTION A-NOVAK $ q 3(08(0 00 AVENUE NORTH-PART 1 - SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ I 1 yy.33 $ aasg.00 MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ 3 L a" $ (Oq g ,aa MAIN 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ .:)a $ I _I 1I.q. 17 8"DIP WATER MAIN,CLASS 52 LF 140 $ �7,al $ 3817$� 18 10"DIP WATER MAIN,CLASS 52 LF 55 $ 3 9.3 4 $ 1 V V V,1 6 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ 391 .35 $ (0145961.6° 20 6"GATE VALVE AND BOX EA ,$ g 9q`S 1 $ . (13S (34 coq-.89 21 8"GATE VALVE AND BOX EA 2 $ t,A ! $ a t . ° 22 10"GATE VALVE AND BOX EA 1 $ I7O3,q $ r,Qa l a 23 12"GATE VALVE AND BOX EA 4 $ 173 , IS $ 113ga0 a° 24 INSTALL HYDRANT EA 3 $ 3119?I $ f263=1).63 25 12"X 12"TEE EA 2 $ 5.aa $ 650.44 26 12"X 10"TEE EA 1 $ 31-19, $ 391.(1b 27 12"X8"TEE EA 2 $ 3Is.15 $ (D ) 30 28 12"X6"TEE EA 3 $ aO 1 .g� $ 869,61 29 8"X6"TEE EA 1 $ 171,1 $ ,Iga'o 30 8"X8"TEE EA 1 $ Ill 93 $ ig 3 31 10"45 DEGREE BEND EA .., $ ' J $ (094.82 a) / 63 32 12" 11.25 DEGREE BEND EA 3 $ aa3. $ 60. 00005505140BIDFORM 00410-4 BID FORM 1 No. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $ aai a7 $ LI 52.6q 34 6"PLUG EA 1 $ 38,3$ $ 38 3s 35 8"PLUG EA 3 $ 9 I.y1 $ I t-lot.4 36 10"PLUG EA 1 $ 1/1.11 $ 1/. 71 37 6"FITTING RESTRAINT EA 5 $ 6, 3 $ S 38 8"FITTING RESTRAINT EA 10 $ o�a,' $ „o .{� 39 10"FITTING RESTRAINT EA 10 $ 3i4 3 $ 3q3.40 40 12"FITTING RESTRAINT EA 30 $ 53,53 $ 1 1045 to 41 IMPROVED PIPE FOUNDATION LF 400 $ l.'1 $ 688. 42 INSULATION,2"THICK SY 75 $ I d.10 $ '7 51.513 TOTAL SECTION A-NOVAK - $ (Q 5 1 57.35 AVENUE NORTH-PART 2-WATER MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: c a 4 4 0 o 43 REMOVE 12"RCP STORM SEWER LF 6 $ p, $ l ag, PIPE 44 REMOVE CATCH BASIN EA 1 $ ayy.ua $ agq•y, 11` 45 CONNECT TO EXISTING CBMH EA 1 $ f�8.) $ 4 1 8, �M 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ COIb a4, $ is �1 .gA 0' "RCP STORM SEWER,CLASS 5,0'- LF 850$ a� Al $ 3 �� .�Ii 47 15" 10'DEEP 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ ,36.31°(b.� $ 1454,4° 10'DEEP � 49 21"FLARED END SECTION, EA 1 $ I 4 0 rr'- a `v $ I qgq INCLUDING TRASH GUARD (� �; 50 2'X 3'CB W/R3290VB CASTING AND EA 5 $ l L O`► .I $ 1 O4Q.V) CONCRETE ADJ.RINGS o 2 �j 7� 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ 1333.15 33.15 $ lOgg$, v AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM No. Item Units Qty Unit Price Total Price 52 4'DIA STORM SEWER MH,8'DEEP, EA 1 $ i g qq g, $ 1 9q cl I INCL R-1642-B CSTG AND HDPE ADJ RINGS C 53 4'DIAMETER STRUCTURE LF 3.5 $ /610) $ S(0 60 OVERDEPTH lO x.00 (_ gyp, (1 54 CLASS III RANDOM RIPRAP CY 10 $ .� � "- $ j. (J 55 4"PVC DRAIN TILE,SDR 35 LF 100 $ 1 5.15 $ 15 " 6-06.6D e 56 SILT FENCE,PERMEABLE LF 100 $ 1, $ „Ali, 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ 81 _ $ k35.1.15 AND WOOD FIBER BLANKET // o/ TOTAL SECTION A-NOVAK $ (U 1 7&. AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: ^^ 58 REMOVE BITUMINOUS PAVEMENT SY 90 $ of.i $ I S9.d° 10 59 REMOVE CONCRETE CURB AND LF 125 $ Qt. $ d6a1 GUTTER O° //,,cc,,�� °a 60 SAWING BITUMINOUS PAVEMENT LF 150 $ 3, $ 4150. 61 ADJUST FRAME AND RING CASTING EA 1 $ y 00.°° $ BOO °b 62 ADJUST VALVE BOX EA 1 $ 1(CO3°D $ I t,0.6D 63 EXTEND HYDRANT BARREL LF 2 $ 3 Li 3.0 $ IO3(0 3° 64 VALVE BOX EXTENSION LF 3 $ 1661°1 $ 500.01 65 SUBGRADE EXCAVATION CY 300 $ 8.4° $ d Sao_O0 66 SUBGRADE PREPARATION SY 9,115 $ ►`la $ 3$a8.3° 67 COMMON EXCAVATION-TRAIL OR CY 390 $ 10 .50 $ I0 q 5.°b SIDEWALK G 68 AGGREGATE BACKFILL TN 7,610 $ p,4° $ (039a(-1.60 69 AGGREGATE BASE,CLASS 5, 100% TN 4,760 $ I � .66 $ S413(O0,00 CRUSHED (� (�` 8D 70 AGGREGATE BASE,CLASS 5, 100% TN 670 $ 1 3 9$ I l 1. CRUSHED-TRAIL OR SIDEWALK 00410-6 00005505140BIDFORM BiD FORM INo. Item Units Qty Unit Price Total Price 71 TYPE MV 3 NON WEARING COURSE TN 810 $ 43.6) $ 3y 830,0b MIXTURE A&q 72 TYPE MV 3 NON WEARING COURSE TN 1,620 $ 4.3.(S0 $ (o96 IDO.°C) MIXTURE(B) 73 TYPE MV 3 WEARING COURSE TN 840 $ 47,6D $ 3g483.6b MIXTURE(14 6 eit 74 TYPE LV 4 WEARING COURSE TN 185 $ 47'6b $ G(pn5,60 MIXTURE(B)-TRAIL o `� 75 BITUMINOUS PATCHING SY 90 $ c944 75 $ taa. 7.56 76 BITUMINOUS MATERIAL FOR TACK GAL 175 $ 3 OD $ 5c)5,00 COAT 77 PREPARATION OF BITUMINOUS LS I $ 8CO.p0 $ $OO,b0 BASE FOR WEAR PAVING 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ 8 g3 $ 3 I Jai °5 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ /.32. $ '7 280.6) RAMP /_ 80 TRUNCATED DOME PANEL SF 160 $ '1a �D .6) $ -1.10,Q6 81 6"CONCRETE DRIVEWAY -SF 6,600 $ 3,� $ p���� oa PAVEMENT 82 SIGN PANELS,TYPE C,HIGH VSF Cr ,.'6$ c)5 9 9 $ 11 d64,I4 INTENSITY 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ 8 ,O 8 $ .3555:)° PRIVATE UTILITY CROSSING 84 6" PVC,SCH 40, 1 CONDUIT FOR LF 220 $ •u,1 $ A�i 60 PRIVATE UTILITY CROSSING 85 4"SOLID LINE,WHITE PAINT LF 220 $ •A° $ iq,00 c.10 $ 1�0 0o 86 4" DOUBLE SOLID LINE,YELLOW LF 420 $ • $, PAINT 87 12" SOLID STOP LINE(BAR),WHITE LF 60 $ l .o p q $ I O ,° PAINT o'f 88 12"SOLID LINE,YELLOW PAINT LF 100 $ I ~,D $ I 0 0 M Ob as 00 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $ I $ 3a5, 0 90 4" SOLID LINE,YELLOW PAINT LF 2,600 $ • a $ 5 W. 0' a0 91 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ LI , I° $ �g, ARROW-PAINT ' , 92 PAVEMENT MESSAGE,LEFT TURN EA 1b 17 $ 1 I�. $ 7 4 974 ARROW-PAINT b 93 4"SOLID LINE,WHITE EPDXY LF 220 $ , 1 $ S I • 00005505140BIDFORM 00410-7 BID FORM • I No. Item Units Qty Unit Price Total Price I 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ ./4 $ 318 P EPDXY 95 12"SOLID STOP LINE(BAR),WHITE LF 60 $ 3.0 $ .026.2 0 EPDXY ob 96 12"SOLID LINE,YELLOW EPDXY LF 100 $ ,3.6$ $ 36g 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ , 15 $ a'13?5 98 4"SOLID LINE,YELLOW EPDXY LF 2,600 $ 137 $ q6Q.60 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ 9(.f 5D $ (S9.bb ARROW-EPDXY 100 PAVEMENT MESSAGE,LEFT TURN EA 17 $ q�,SO $ I 6D(O 53 ARROW-EPDXY O CO 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ 11, $ 551, EPDXY 102 PROTECTION OF CATCH BASIN IN EA 8 $ 1 b3,60 $ 13 CI A.6° STREET 103 BOULEVARD GRADING HR 16 $ 89 as $ £4 O 9 0 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ '.81 $ I -j a is.°0 AND WOOD FIBER BLANKET [[ L 60 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700 $ J.54 $ 10152. TOPSOIL 106 LIGHTING UNIT A EACH 2 $ a j L13 ab $ 5836.P` 107 LIGHTING BASE EACH 2 $ /15,OD $ i'i 30.OD 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ �`"7 $ �3�q�.60 109 #8 AWG WIRE LF 20 $ '6 $ a i,ad 110 #6 AWG WIRE LF 5,405 $ 1 .45 .4 5 $ /78 3,7.4-5 111 #3 AWG WIRE LF 40 $ O $ 1Q ,00 112 EQUIPMENT PAD EACH 1 $ 4C:10 00 $ / /ti 00 (9 t/3lJ. 113 LIGHTING SERVICE CABINET EACH 1 $ 5 1761,02 $ 5) 79,02 D 114 NYLON PULL CORD LF 1,690 $ '' $ 1 85, 000055OSI40BIDFORM 00410-8 BID FORM • • INo. Item Units Qty Unit Price Total Price I 115 PULL BOX EA 1 $ i 15.60 $ '/'5.'1) TOTAL SECTION A-NOVAK $ Li q89(06.1.° AVENUE NORTH-PART 4-STREET IMPROVEMENTS SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ c�, I(3 $ 155'p ° 117 REMOVE CONCRETE CURB AND LF 40 $ o ,I 0 $ 8'4.60 GUTTER 118 SAWING BITUMINOUS PAVEMENT LF 40 $ p0 $ 100.°° 119 CLEAN PLUGGED FES LS 1 $ ( 550.6) $ 155b,00 120 SUBGRADE EXCAVATION CY 100 $ g443 $ 000.61 121 SUBGRADE PREPARATION SY 2,325 $ t~°, $ 'I( 5� 122 AGGREGATE BACKFILL TN 1,760 $ ,`'t° $ I L,)7 g-I.60 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ 1 1 ." $ laga5 CRUSHED 124 TYPE LV 3 NON WEARING COURSE TN 265 $ 43.`13 $ 11315.an MIXTURE(B) 125 TYPE LV 3 WEARING COURSE TN 280 $ 4T 00 $ 1 31100.Cip MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ 3.6t) $ a JO.QO COAT 127 PREPARATION OF BITUMINOUS LS 1 $ k 00 60 $ Cyr ,OD BASE FOR WEAR PAVING O 128 SAW AND SEAL TRANSVERSE LF 455 $ Li'Ll $ Q01.36 JOINTS IN BITUMINOUS WEAR COURSE 129 B618 CONCRETE CURB AND GUTTER LF 1,015 $ O ,l3 $ 9663,g 5 130 6"CONCRETE DRIVEWAY SF 2,325 $ 3 ). $ 8 C.) l L•56 PAVEMENT 131 ADJUST FRAME AND RING CASTING EA 1 $ II 1 60 .80 $ 406.6D 00005505 I 40BIDFORM 00410-9 BID FORM • • I No. Item Units Qty Unit Price Total Price I 132 ADJUST VALVE BOX EA 1 $ `(d 00 $ 166 65 133 SIGN PANELS,TYPE C,HIGH ,,YS(+I 4.5 $ 2/_? $ 65.3 INTENSITY 134 4"PVC,SCH 40,2 CONDUITS FOR LF 190 $ S eig $ I .5 ,aD PRIVATE UTILITY CROSSING l 135 4"DOUBLE SOLID LINE,YELLOW LF 680 $ •LID $ 01 7d.6) PAINT 14 6 136 4"DOUBLE SOLID LINE,YELLOW LF 680 $ • $ 503 EPDXY 137 SILT FENCE,PERMEABLE LF 50 $ oC, ! $ I 65, 138 PROTECTION OF CATCH BASIN IN EA 2 $ I(p D.OD $ 33k STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ 1•S 7 $ a 3'1ti"el AND WOOD FIBER BLANKET �;� TOTAL SECTION B-NORWICH $--()3159 i 1"' • AVENUE NORTH-PART 1-STREET IMPROVEMENTS ALTERNATE NO.1-LUMINARE TYPE FOR NOVAK AVENUE NORTH: 140 DEDUCT FOR LUMINAIRE TYPE B ON EA 2 $ 176.5(-3 $ .3(4 I,'D NOVAK AVE.NORTH TOTAL ALTERNATE NO.1- $ 3y 1. LUMINARE TYPE FOR NOVAK AVENUE NORTH ALTERNATE NO.2-58TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 141 LIGHTING UNIT A EACH I $ a9L.13 6 $ act y 3 6 142 LIGHTING BASE EACH 1 $ 115,6° $ '715, a() 143 1 1/2"PVC CONDUIT,SCH.40 LF 555 $ �,� $ '$6-lo 144 #6 AWG WIRE LF 1,635 $ I. $ a39o.15 TOTAL ALTERNATE NO.2-58TH $ O a 15,7 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-10 BID FORM I I No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH: 145 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ 170.5°D $ /10,50 TOTAL ALTERNATE NO.2A- $ I IO U . 50 LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 146 LIGHTING UNIT A EACH I $ cr N 3 a b $ ag y 3 a6 147 LIGHTING BASE EACH 1 $ I 15.613 $ el 15°° 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ 3,4 $ A5,6° ° 149 #6 AWG WIRE LF 2,190 $ `,LI 5 $ 3115.56 TOTAL ALTERNATE NO.3-60TH $ 9-1461.31° STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 150 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ I'J0,�a $ 116,5° TOTAL ALTERNATE NO.3A- $ P70.5° 5" LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-11 BID FORM • No. Item Units Qty Unit Price Total Price I BASE BID: SECTION A-NOVAK AVENUE NORTH: TOTAL SECTION A-NOVAK AVENUE $ G 3036. NORTH-PART I -SANITARY SEWER TOTAL SECTION A-NOVAK AVENUE $ O 5 151.35 NORTH-PART 2-WATER MAIN TOTAL SECTION A-NOVAK AVENUE $ '1$6 60 NORTH-PART 3 -STORM SEWER TOTAL SECTION A-NOVAK AVENUE $ `'!y 8G WO.1 NORTH-PART 4-STREET IMPROVEMENTS ,�(� TOTAL SECTION A-NOVAK $ 'CJ 5t15. AVENUE NORTH SECTION B-NORWICH AVENUE NORTH: TOTAL SECTION B-NORWICH $ 83159 .93 AVENUE NORTH-PART I -STREET IMPROVEMENTS q3 TOTAL SECTION B-NORWICH $ O 3'159.q3 AVENUE NORTH BASE BID SUMMARY: I ' TOTAL SECTION A-NOVAK AVENUE $ )Oci 5q6.�5 NORTH ++ C� TOTAL SECTION B-NORWICH $ 83']59 , 13 AVENUE NORTH 3$ TOTAL BASE BID $ i�t3 355. 00005505140BIDFORM 00410-12 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1- $ 341.6° LUMINARE TYPE FOR NOVAK AVENUE NORTH TOTAL ALTERNATE NO.2-58TH $ 15.1 , STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.2A- $ tO1�� LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $ q1145.36 STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- $ 5 LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-13 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 (}'lurch a&1 ,20_0(0 If Bidder Is: An Individual Name(typed or printed): 71' By: (SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O.Box#'s): Phone No.: Fax No.: 000055051400BIDFORM 00410-14 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: -CA,Sch 1 Cs kl t Sn s c. (SEAL) State of Incorporation: 1 nnA so-t4 Type(General Business,Professional,Service,Limited Liability): GPpt cd at.,A S I nr.SS ( B : - y / : gnature) Name(typed or printed): Tha /,-,S 1 $G/� ,c(,/e/ Title: CFO Attest C (CORPORATE SEAL) (Signad e of Corporate Secretary) Business Street Address(No P.O.Box#'s): pct 3 t fro sf Altil. MN 55109 Phone No.: 6)5 1.'77'7- 13 /3 Fax No.: 651--77-)-72qa 000055051400BIDFORM 00410-15 BID FORM •A Joint Venture Joint Venture Name: (SEAL) (SEAL) By: (Signature of joint venture partner) Name(typed or print 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 000055051400BIDFORM 00410-16 BID FORM cue • Bid or Proposal Ohio Farmers Insurance Co, Bond One Park Circle, PO Box 5001 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 co Center, Ohio, as Surety, are held and firmly bound unto the corporation with Principal Office at Westfield 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 yment 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 Twenty-first day of March 2006 WHEREAS the said Principal is herewith submitting proposal for Novak Avenue North and Norwich Avenue North Utility and Street Improvements Project 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 notified in writing of the award of such contract to Principal.or if the Principal or Surety days after being 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 Y1e er, -,�(°H10 FARMERS FARMERS INSURANCE OMPANY ;•■ p b Y pans, .. , • ey-in-fact BD 5048.L(11/97) i I 10016—Acknowledgment by Corporation or Association. (Rweaed tom $t$tP of Minnesota torn«-aer;.Co..Mtnneapow.anno. Ramsey ((s. On this 21st day of March 2006 County of y ) before me appeared Gayle Ritzer to me personally known, who, being by me duly sworn, did say that She is the o T.A. Schifsky&Sons, Inc. SeGretaty f that the seal affixed to the foregoing instrument is the corporate seal of said corporation, a corporation, (It no seal. ao attar. and stripe nut above as to corporate peal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors ; and that said Gayle Ritzer acknowl edged said instrument to be the free act and.deed of said eorpor t' n. ^w. JEANNE R.HARTMAN _ i 'f. ,►— --, , /4.7 .:' NotaryPublic Ramse Notary Pri'blic Y County, Minnesota y Commission ExpiresJanu 31,2010 ► My commission?/ rssioix expires January 31,2010 ACKNOWLEDGMENT OF SURETY STATE OF Minnesota }ss. COUNTY OF Ramsey On this 21st day March 2006 personally appeared before me Dorothy A. Szczepanski, who being duly sworn did depose and say that she is the attorney-in-fact 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 Corporation. ;/ 8D5439RIPrintedla71 ✓� �c ■ 4, JEANNE R.HARTMAN ► Nolafy Public 4;, 4 Notary Public: s ► Minnesota ■ 1 �° �Commission Expires Jarxeary 31,2010 • - - - - - t I R- • THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 01/30103,FOR ANY PERSON OR PERSONS NAMED BELOW. , ,General POWER NO. 2283102 02 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers insurance Co. Westfield Center, Ohio Know All 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 nt NORTH ST.PAM. and State of omits true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, plate 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 GIJ RANTEE,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: "8e 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 notices and documents canceling or terminating the Company's it hiIity 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 ,r'"„•,,,,,',., u Seals O�Sr „ �, ,.�ap�;r Nf, !ry;So, �, '” :::"'c,,,.4 WESTFIELD INSURANCE COMPANY Affixed `vi .4. 'tpo+ c o: •L.p: i ""� ... *� WESTFIELD NATIONAL INSURANCE COMPANY ��rx= ;_ ;mow; :Z- :�: �gt OHIO FARMERS INSURANCE COMPANY Ilii N"';:' L��"�,L�� SEAL ITil ,,e IV. 1848 l �' f 1 arc,tedt_aA)14‘.. 11 State of onto '%N„ .- ••• ••''s 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 are such corporate seats;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal A�` Affixed 4 "A y+ //. Ar z;�\\1Ulij �`� State of Ohio �T William J. Kahelin,A'•rney at Law, Notary Public County of Medina ss.: '+.��• ft`o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) s,gTE o f G,, I, M. Brooks 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 21st day of March A•D•, 2006• 4ri r,..,—;.\\0 A I'.0.• ..1.,--... / ..-* . \ % iii -370.04 f. (•'ti .....:.....At s�?: r s� , 1848 a '�.-, :7• •:o, 3 :�,, M. Brooks Rorapaugh Secre ry $e, .. .,.•,• M.,..,aoof BPOAC2(combined)(06-02) Bonestroo 0 a BIDDER: Anderlik& VI An rl Associates Engineers&Architects DOCUMENT 00410 BID FORM NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH UTILITY AND STREET IMPROVEMENTS BID COPY FILE NO. 000055-05140-0 OAK PARK HEIGHTS,MINNESOTA 2006 THIS BID IS SUBMITTED TO: City of Oak Park Heights,Minnesota City Hall 14168 Oak Park Boulevard Oak Park Heights,MN 55082 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 Project Site and become familiar with and is satisfied as to the general,local,and Project 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 Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project 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. 000055OSI40BIDFORM 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 Project 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 Project 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 Project Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Bidding Documents. I. 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. 00005505I40BIDFORM 00410-2 BID FORM I 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 SECTION A-NOVAK AVENUE NORTH: SECTION A-NOVAK AVENUE NORTH-PART 1-SANITARY SEWER: 1 MOBILIZATION LS 1 $ $ 2 TRAFFIC CONTROL LS 1 $ $ 3 CONNECT TO EXISTING SANITARY EA 1 $ $ SEWER 8"PVC PIPE 4 CUT 6" SERVICE INTO 8"PVC EA 1 $ $ 5 6"PVC,SCH.40 SERVICE PIPE LF 30 $ $ 6 6"PVC SANITARY SEWER,SDR 35, 10'- LF 45 $ $ 15'DEEP 7 8"PVC SANITARY SEWER,SDR 35, 10'- LF 670 $ $ 15'DEEP 8 8"PVC SANITARY SEWER,SDR 35, 15'- LF 90 $ $ 20'DEEP 9 4'DIAMETER SANITARY MH,8'DEEP, EA 3 $ $ INCL R-1642-B CSTG&HDPE ADJ RINGS 10 4'DIAMETER SANITARY MANHOLE LF 15.2 $ $ OVERDEPTH 11 CLOSED CIRCUIT TV INSPECTION LF 805 $ $ 12 IMPROVED PIPE FOUNDATION LF 400 $ $ 00005505140BIDFORM 00410-3 BID FORM INo. Item Units Qty Unit Price Total Price I 13 TEMPORARY ROCK CONSTRUCTION TN 120 $ $ ENTRANCE TOTAL SECTION A-NOVAK $ AVENUE NORTH-PART 1- SANITARY SEWER SECTION A-NOVAK AVENUE NORTH-PART 2-WATER MAIN: 14 CONNECT TO EXISTING 12"WATER EA 2 $ $ MAIN 15 CONNECT TO EXISTING 8"WATER EA 2 $ $ MAIN 16 6"DIP WATER MAIN,CLASS 52 LF 86 $ $ 17 8"DIP WATER MAIN,CLASS 52 LF 140 $ $ 18 10"DIP WATER MAIN,CLASS 52 LF 55 $ $ 19 12"DIP WATER MAIN,CLASS 52 LF 1,640 $ $ 20 6"GATE VALVE AND BOX EA 4 $ $ 21 8"GATE VALVE AND BOX EA 2 $ $ 22 10"GATE VALVE AND BOX EA 1 $ $ 23 12"GATE VALVE AND BOX EA 4 $ $ 24 INSTALL HYDRANT EA 3 $ $ 25 12"X 12"TEE EA 2 $ $ 26 12"X 10"TEE EA 1 $ $ 27 12"X 8"TEE EA 2 $ $ 28 12"X 6"TEE EA 3 $ $ 29 8"X 6"TEE EA 1 $ $ 30 8"X 8"TEE EA 1 $ $ 31 10"45 DEGREE BEND EA 4 $ $ 32 12" 11.25 DEGREE BEND EA 3 $ $ 00005505140BIDFORM 00410-4 BID FORM INo. Item Units Qty Unit Price Total Price I 33 12"22.5 DEGREE BEND EA 2 $ $ 34 6"PLUG EA 1 $ $ 35 8"PLUG EA 3 $ $ 36 10"PLUG EA 1 $ $ 37 6"FITTING RESTRAINT EA 5 $ $ 38 8"FITTING RESTRAINT EA 10 $ $ 39 10"FITTING RESTRAINT EA 10 $ $ 40 12"FITTING RESTRAINT EA 30 $ $ 41 IMPROVED PIPE FOUNDATION LF 400 $ $ 42 INSULATION,2"THICK SY 75 $ $ TOTAL SECTION A-NOVAK $ AVENUE NORTH-PART 2-WATER MAIN SECTION A-NOVAK AVENUE NORTH-PART 3-STORM SEWER: 43 REMOVE 12"RCP STORM SEWER LF 6 $ $ PIPE 44 REMOVE CATCH BASIN EA 1 $ $ 45 CONNECT TO EXISTING CBMH EA 1 $ $ 46 12"RCP STORM SEWER,CLASS 5,0'- LF 430 $ $ 10'DEEP 47 15"RCP STORM SEWER,CLASS 5,0'- LF 850 $ $ 10'DEEP 48 21"RCP STORM SEWER,CLASS 4,0'- LF 40 $ $ 10'DEEP 49 21"FLARED END SECTION, EA 1 $ $ INCLUDING TRASH GUARD 50 2'X 3'CB W/R3290VB CASTING AND EA 5 $ $ CONCRETE ADJ.RINGS 51 4'DIA.CBMH W/R3290VB CASTING EA 6 $ $ AND CONC.ADJ.RINGS 00005505140BIDFORM 00410-5 BID FORM INo. Item Units Qty Unit Price Total Price I 52 4'DIA STORM SEWER MH,8'DEEP, EA 1 $ $ INCL R-1642-B CSTG AND HDPE ADJ RINGS 53 4'DIAMETER STRUCTURE LF 3.5 $ $ OVERDEPTH 54 CLASS III RANDOM RIPRAP CY 10 $ $ 55 4"PVC DRAIN TILE,SDR 35 LF 100 $ $ 56 SILT FENCE,PERMEABLE LF 100 $ $ 57 SEEDING,INCL SEED,FERTILIZER, SY 35 $ $ AND WOOD FIBER BLANKET TOTAL SECTION A-NOVAK $ AVENUE NORTH-PART 3-STORM SEWER SECTION A-NOVAK AVENUE NORTH-PART 4-STREET IMPROVEMENTS: 58 REMOVE BITUMINOUS PAVEMENT SY 90 $ $ 59 REMOVE CONCRETE CURB AND LF 125 $ $ GUTTER 60 SAWING BITUMINOUS PAVEMENT LF 150 $ $ 61 ADJUST FRAME AND RING CASTING EA 1 $ $ 62 ADJUST VALVE BOX EA 1 $ $ 63 EXTEND HYDRANT BARREL LF 2 $ $ 64 VALVE BOX EXTENSION LF 3 $ $ 65 SUBGRADE EXCAVATION CY 300 $ $ 66 SUBGRADE PREPARATION SY 9,115 $ $ 67 COMMON EXCAVATION-TRAIL OR CY 390 $ $ SIDEWALK 68 AGGREGATE BACKFILL TN 7,610 $ $ 69 AGGREGATE BASE,CLASS 5, 100% TN 4,760 $ $ CRUSHED 70 AGGREGATE BASE,CLASS 5, 100% TN 670 $ $ CRUSHED-TRAIL OR SIDEWALK 00005505140BIDFORM 00410-6 BID FORM INo. Item Units Qty Unit Price Total Price I 71 TYPE MV 3 NON WEARING COURSE TN 810 $ $ MIXTURE(E) 72 TYPE MV 3 NON WEARING COURSE TN 1,620 $ $ MIXTURE(B) 73 TYPE MV 3 WEARING COURSE TN 840 $ $ MIXTURE(E) 74 TYPE LV 4 WEARING COURSE TN 185 $ $ MIXTURE(B)-TRAIL 75 BITUMINOUS PATCHING SY 90 $ $ 76 BITUMINOUS MATERIAL FOR TACK GAL 175 $ $ COAT 77 PREPARATION OF BITUMINOUS LS 1 $ $ BASE FOR WEAR PAVING 78 B618 CONCRETE CURB AND GUTTER LF 3,485 $ $ 79 CONCRETE PEDESTRIAN CURB SF 1,000 $ $ RAMP 80 TRUNCATED DOME PANEL SF 160 $ $ 81 6"CONCRETE DRIVEWAY SF 6,600 $ $ PAVEMENT 82 SIGN PANELS,TYPE C,HIGH SY 104.5 $ $ INTENSITY 83 4"PVC,SCH 40,2 CONDUITS FOR LF 440 $ $ PRIVATE UTILITY CROSSING 84 6"PVC,SCH 40, 1 CONDUIT FOR LF 220 $ $ PRIVATE UTILITY CROSSING 85 4" SOLID LINE,WHITE PAINT LF 220 $ $ 86 4"DOUBLE SOLID LINE,YELLOW LF 420 $ $ PAINT 87 12" SOLID STOP LINE(BAR),WHITE LF 60 $ $ PAINT 88 12" SOLID LINE,YELLOW PAINT LF 100 $ $ 89 4"BROKEN LINE,YELLOW PAINT LF 1,625 $ $ 90 4"SOLID LINE,YELLOW PAINT LF 2,600 $ $ 91 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ $ ARROW-PAINT 92 PAVEMENT MESSAGE,LEFT TURN EA 17 $ $ ARROW-PAINT 93 4"SOLID LINE,WHITE EPDXY LF 220 $ $ 00005505140BIDFORM 00410-7 BID FORM INo. Item Units Qty Unit Price Total Price I 94 4"DOUBLE SOLID LINE,YELLOW LF 420 $ $ EPDXY 95 12"SOLID STOP LINE(BAR),WHITE LF 60 $ $ EPDXY 96 12" SOLID LINE,YELLOW EPDXY LF 100 $ $ 97 4"BROKEN LINE,YELLOW EPDXY LF 1,625 $ $ 98 4"SOLID LINE,YELLOW EPDXY LF 2,600 $ $ 99 PAVEMENT MESSAGE,RIGHT TURN EA 2 $ $ ARROW-EPDXY 100 PAVEMENT MESSAGE,LEFT TURN EA 17 $ $ ARROW-EPDXY 101 36"ZEBRA CROSSWALK,WHITE LF 50 $ $ EPDXY 102 PROTECTION OF CATCH BASIN IN EA 8 $ $ STREET 103 BOULEVARD GRADING HR 16 $ $ 104 SEEDING,INCL SEED,FERTILIZER, SY 7,600 $ $ AND WOOD FIBER BLANKET 105 SODDING,LAWN TYPE WITH 4"OF SY 2,700 $ $ TOPSOIL 106 LIGHTING UNIT A EACH 2 $ $ 107 LIGHTING BASE EACH 2 $ $ 108 1 1/2"PVC CONDUIT,SCH.40 LF 3,540 $ $ 109 #8 AWG WIRE LF 20 $ $ 110 #6 AWG WIRE LF 5,405 $ $ 111 #3 AWG WIRE LF 40 $ $ 112 EQUIPMENT PAD EACH 1 $ $ 113 LIGHTING SERVICE CABINET EACH 1 $ $ 114 NYLON PULL CORD LF 1,690 $ $ 0000550514OBIDFORM 00410-8 BID FORM • • INo. Item Units Qty Unit Price Total Price I 115 PULL BOX EA 1 $ $ TOTAL SECTION A-NOVAK $ AVENUE NORTH-PART 4-STREET IMPROVEMENTS SECTION B-NORWICH AVENUE NORTH: SECTION B-NORWICH AVENUE NORTH-PART 1-STREET IMPROVEMENTS: 116 REMOVE BITUMINOUS PAVEMENT SY 740 $ $ 117 REMOVE CONCRETE CURB AND LF 40 $ $ GUTTER 118 SAWING BITUMINOUS PAVEMENT LF 40 $ $ 119 CLEAN PLUGGED FES LS 1 $ $ 120 SUBGRADE EXCAVATION CY 100 $ $ 121 SUBGRADE PREPARATION SY 2,325 $ $ 122 AGGREGATE BACKFILL TN 1,760 $ $ 123 AGGREGATE BASE,CLASS 5, 100% TN 1,175 $ $ CRUSHED 124 TYPE LV 3 NON WEARING COURSE TN 265 $ $ MIXTURE(B) 125 TYPE LV 3 WEARING COURSE TN 280 $ $ MIXTURE(B) 126 BITUMINOUS MATERIAL FOR TACK GAL 70 $ $ COAT 127 PREPARATION OF BITUMINOUS LS 1 $ $ BASE FOR WEAR PAVING 128 SAW AND SEAL TRANSVERSE LF 455 $ $ JOINTS IN BITUMINOUS WEAR COURSE 129 B618 CONCRETE CURB AND GUTTER LF 1,015 $ $ 130 6"CONCRETE DRIVEWAY SF 2,325 $ $ PAVEMENT 131 ADJUST FRAME AND RING CASTING EA 1 $ $ 00005505140BIDFORM 00410-9 BID FORM I No. Item Units Qty Unit Price Total Price I 132 ADJUST VALVE BOX EA 1 $ $ 133 SIGN PANELS,TYPE C,HIGH SY 4.5 $ $ INTENSITY 134 4"PVC,SCH 40,2 CONDUITS FOR LF 190 $ $ PRIVATE UTILITY CROSSING 135 4"DOUBLE SOLID LINE,YELLOW LF 680 $ $ PAINT 136 4"DOUBLE SOLID LINE,YELLOW LF 680 $ $ EPDXY 137 SILT FENCE,PERMEABLE LF 50 $ $ 138 PROTECTION OF CATCH BASIN IN EA 2 $ $ STREET 139 SEEDING,INCL SEED,FERTILIZER, SY 1,270 $ $ AND WOOD FIBER BLANKET TOTAL SECTION B-NORWICH $ AVENUE NORTH-PART 1-STREET IMPROVEMENTS ALTERNATE NO.1 -LUMINARE TYPE FOR NOVAK AVENUE NORTH: 140 DEDUCT FOR LUMINAIRE TYPE B ON EA 2 $ $ NOVAK AVE.NORTH TOTAL ALTERNATE NO. 1- $ LUMINARE TYPE FOR NOVAK AVENUE NORTH ALTERNATE NO.2-58TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 141 LIGHTING UNIT A EACH 1 $ $ 142 LIGHTING BASE EACH 1 $ $ 143 1 1/2"PVC CONDUIT,SCH.40 LF 555 $ $ 144 #6 AWG WIRE LF 1,635 $ $ TOTAL ALTERNATE NO.2-58TH $ STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-10 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2A-LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH: 145 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ $ TOTAL ALTERNATE NO.2A- $ LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH ALTERNATE NO.3-60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 146 LIGHTING UNIT A EACH 1 $ $ 147 LIGHTING BASE EACH 1 $ $ 148 1 1/2"PVC CONDUIT,SCH.40 LF 740 $ $ 149 #6 AWG WIRE LF 2,190 $ $ TOTAL ALTERNATE NO.3-60TH $ STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE ALTERNATE NO.3A-LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE: 150 DEDUCT FOR LUMINAIRE TYPE B EA 1 $ $ TOTAL ALTERNATE NO.3A- $ LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505140BIDFORM 00410-11 BID FORM No. Item Units Qty Unit Price Total Price I BASE BID: SECTION A-NOVAK AVENUE NORTH: TOTAL SECTION A-NOVAK AVENUE $ NORTH-PART 1 -SANITARY SEWER TOTAL SECTION A-NOVAK AVENUE $ NORTH-PART 2-WATER MAIN TOTAL SECTION A-NOVAK AVENUE $ NORTH-PART 3-STORM SEWER TOTAL SECTION A-NOVAK AVENUE $ NORTH-PART 4-STREET IMPROVEMENTS TOTAL SECTION A-NOVAK $ AVENUE NORTH SECTION B-NORWICH AVENUE NORTH: TOTAL SECTION B-NORWICH $ AVENUE NORTH-PART 1 -STREET IMPROVEMENTS TOTAL SECTION B-NORWICH $ AVENUE NORTH BASE BID SUMMARY: TOTAL SECTION A-NOVAK AVENUE $ NORTH TOTAL SECTION B-NORWICH $ AVENUE NORTH TOTAL BASE BID $ 0000550514OBIDFORM 00410-12 BID FORM INo. Item Units Qty Unit Price Total Price I ALTERNATES SUMMARY: TOTAL ALTERNATE NO.1- $ LUMINARE TYPE FOR NOVAK AVENUE NORTH TOTAL ALTERNATE NO.2-58TH $ STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.2A- $ LUMINAIRE TYPE FOR 58TH STREET NORTH AND NORWICH AVENUE NORTH TOTAL ALTERNATE NO.3-60TH $ STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE TOTAL ALTERNATE NO.3A- $ LUMINAIRE TYPE FOR 60TH STREET NORTH AND NORWICH AVENUE NORTH LUMINAIRE 00005505 I 40BIDFORM 00410-13 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 ,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.: 000055051400BIDFORM 00410-14 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: (SEAL) State of Incorporation: Type(General Business,Professional,Service,Limited Liability): By: (Signature) Name(typed or printed): Title: Attest (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): Phone No.: Fax No.: 000055051400BIDFORM 00410-15 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 000055o51400BIDFORM 00410-16 BID FORM Bonestroo Rosene Anderlik - St . Paul , MN - (651)636-1311 ROSS � A soda t s Associates 'nginiters&Aschttects ADDENDUM NO. 2 FOR NOVAK AVENUE NORTH AND NORWICH AVENUE NORTH UTILITY AND STREET IMPROVEMENTS OAK PARK HEIGHTS, MINNESOTA FILE NO. 000055-05140-0 March 22, 2006 Number of Pages 2 (includes this sheet) To: All Planholders of Record From: Bonestroo, Rosene, Anderlik and Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 (651) 636-4600 — General Office (651) 6044788 — Karen Erickson, Project Manager The following changes, additions, and deletions are hereby made a part of the Bidding Documents. Bidder shall acknowledge receipt of this Addendum on the Bid Form. Failure to do so may result in rejection of the Bid. Please acknowledge receipt of this Addendum by signing and faxing this page back to Bonestroo&Associates at Fax No.(651)636-1311 as soon as you receive it. Company Name Date 000055-05140-0 A2-1 ADDENDUM NO.2 Bonestroo Rosene Anderlik - St . Paul , MN - (651)636-1311 PROJECT MANUAL DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS 1. Add the following to Article 6: SC-6.06 Add the following new paragraph immediately after Paragraph 6.06.G: H. Pursuant to Minnesota Statute, Contractor shall be fully responsible to pay subcontractors, suppliers, and other entities within 10 days of the Contractor's receipt of payment for undisputed services provided by the subcontractor, supplier, or other entity. Contractor shall pay interest of 1-1/2 percent per month or any part of a month to the subcontractor, supplier, or other entity on any amount not paid on time to the subcontractor, supplier, or other entity. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the Contractor shall pay the actual penalty due to the subcontractor, supplier, or other entity. A subcontractor, supplier, or other entity who prevails in a civil action to collect interest penalties from a Contractor must be awarded its costs and disbursements, including attorney's fees included in bringing the action. LIST OF ATTACHMENTS 1. None. END OF ADDENDUM 000055-05140-0 A2-2 ADDENDUM NO.2 Bonestroo Rosene Anderlik - St . Paul , MN - (651)636-1311 Attached is Addendum No. 2 for the Novak Avenue North and Norwich Avenue North Utility and Street Improvements Project located in the city of Oak Park Heights, Minnesota. This project bids Friday,March 24, at 11 A.M., C.S.T. Please acknowledge receipt of this Addendum by signing and faxing back the Addendum cover sheet. Should you have any questions regarding this Addendum,please contact Karen Erickson at(651)604- 4788. Thank you. From: Patty Wegener Bonestroo Rosene Anderlik& Associates 2335 W. Hwy. 36 St. Paul, MN 55113 (651)636-4600 ext. 4780 (651)604-4780 (Direct) BOflleStr00 2335 West Highway 36 • St. Paul, MN 55113 Rosene Office: 651-636-4600 • Fax:651-636-1311 ■ Anderlik& www.bonestroo.com Associates Engineers&Architects May 12, 2006 Mr. Eric Johnson Oak Park Heights P.O. Box 2007 14168 Oak Park Blvd. Oak Park Heights, MN 55028-3007 Re: Novak Avenue North and Norwich Avenue North Utility and Street Improvements Project File No. 000055-05140-0 Return of Original Bids I Dear Mr. Johnson: 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, ROSENE, ANDERLIK &ASSOCIATES, INC. i A „,,,,,,,k, -4g.„ k Karen S. Erickson, P.E. Enclosure St. Paul, St. Cloud, Rochester, MN • Milwaukee, WI • Chicago, IL Affirmative Action/Equal Opportunity Employer and Employee Owned