Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bids
FINANCE and COMMERCE SDS-12-2619 P.O.Box 86 Minneapolis,MN 55486-2619 Order Date: 3/9/11 Phone:(612)333-4244 Fax:(612)333-3243 Order Number: 22272127 Customer Number: City of Oak Park Heights 31017076 Attn: Eric Johnson PO Box 2007 Oak Park Heights, MN 55082 DATE REF r DESCRIPTION #OF LENGTH/ AMOUNT NUMBER INSERTS QUANTITY 03/09/11 Ord:22272127 Bids for Oak Park Heights RE: 500,000 Gallon Water Tower No 2 Rehabilitation Finance and Commerce Construction Bids-MN Publication Dates: 03/09/2011 2 8.23 146.77 03/16/2011 Affidavit-Letter Size 7pt 2.00 4.00 First Insertion: 94.88 Subsequent Insertion(s): 51.89 TOTAL: 150.77 To ensure proper credit to your account, please write your Order Date Order Number order number on your check. 3/9/11 22272127 If you have any questions about your account, please contact Customer Number Accounts Receivable at(612)584-1521. 31017076 TERMS-Payments on this order are due on the 10th day of the month following the last publication date. Total: 150.77 FINANCE and COMMERCE City of Oak Park Heights SDS-12-2619 Attn:Eric Johnson P.O.Box 86 PO Box 2007 Minneapolis,MN 55486-2619 Oak Park Heights,MN 55082 AMEX ❑ ❑ ❑ CARD NUMBER EXPIRATION DATE / / BILL MY ACCOUNT$ CUSTOMER SIGNATURE .G N� 1$00 11 SE ADVERTISED FOR BIDS Sealed Bids Will be ieceived-by'tte, City of Oak Parke, Minnesota,.in the City H'll t 4 1.6,8 Oak Park Boulevard,until i0 4 an Monday, March'21, 2011 at , which time they wrll_be publicly ' opened and read aloud:fur the1w making of all labor '''.....,.....,..f terials,And ` all else necessary for tb# o L`.fitlain W str : No.2 Rehabilitaio�►. In general;-<Wor consist et` - paint}ng an em§ting 500,00Q,gp1lon x.. ; fluted column style elevatedfier< voir. Provide skrf$ced;�a coatings, miscellaneous"`s iii ' repairs,containment,and ated work. Bidding Documents may lie Sur chased by credit card at•www bonestrog credit (fo11 r tbe°t Room link)for fee of ,, �s Per copy), or a fee o£� Ora download digital copy)$rdd , purchase a paper copy.'of ` i`'d ding Documents from.lire rr r Office`of Bonestine,"2325 s a , 36 West,St tPsiul MN $36-4660 wlth`a clek �1of Bid., 1.:4e ma f viewed at of�E 'ale"-Park-Hel is a lasoing,Officek.,:w t,!cnalijde�d a Bidder a, n` t;i Process which must :' seal at as '' ed Bide 10 A.M,f��'sT „ Monday,March 21,2 011., Direct inquiries to ear's Project-ManagerrdefL- fsat4,; • 604-4872 or Tqn I tea 1) 644-4881 the Bid Security in amount of 5 percent,of the amount of tl ,Bid must accompany each Bid in dace'with the Ii tructiose ? d- ders. The Owner reserves the f nit'to retain the deposits of the 3 ioweet- Biddersfor aperiod dot to e:dee&60" days after the date and tune, for 1 the Opening of Bids.No Bids may be withdrawn for a period of 60 day®' I be wi the date`.and time fet i Opening of Bids. i The Owner reserves the right to reject any and'all Bids,to waive iii t4; I regularities and informalities there• . in,and further reserve 3--b,tight'to award the Contract to,the best in- terests of the Owner;. ERIC JOHN, City AdmrarstrgWF City of Oak Park Freights, Minnesota ' (Published in 1 Finance and Com nerve March 9,16;2011) 22272127 , 0 0 0 0 000 00 0 0 0 op pp pa8 0 8G Q N p i p O N N N W 07 ti N �6 Oh b VS'4� O 0 W N •--a H 406N N Cr H F W ,R a ,q O Z C IMF N N a7 .,ej N .0 B TW 9 U °o o °0 0°o, 0°o °o S 00 00, f l m m 0 0 0 O 0 O o O O o O N W O o a O O O o 0 00 00 0 00 o N c b 0 0 O 0 O O O p O p O O p o o p o op p G 0 6 p ~ 8 8 viO o0 Sc p o a7 -. I 1 . M J F ▪ tR iPr V! N Y} O(+N�N ! C N Ni f+01 JJ4YYIl Z 9 t V v 0 p � P38 V 0 0 0 0 000p 00 0 °0 °O o 00 =22 yp NN Q.• 6 V O O 0 8, L-I'o N O o 0 Q I n V 7 !+ • 0 m .,,M, 0 6 66 .--I 01 m s 7 w .,w w = Y 0 0 0 00 0 0 0 00 0 o O 00 O 8° Y C o 0 o 0 80 0 C G o 0 0 8 8 0 0 0 0 010 0 0 0 0 O R.r. Y C aR o $ N 0 CO CO N 7 N. 10 �p ., .-I ID p G r a ,n,n w co Vt N N u)ni 0 N F yMj H in- N. N o N O Z .M u 8 '0 N yyy1�JJ1 p in l a t. , o 0 0 0 0 0 0 0 O o 0 • o. e 0 n 8 $S °o g 8 S 00 lig I.y, yV� y R vol N 96 .^-I N M C •10 tlt 69-96 M M W E 0 0 p p p t/ 0 0 0 00 0 00 0 00 0 0 0 0 0 O 0 °o °o °o o°o 80 °op 000• 00 80 0 0 0 0 0 0 i n 0 0 0 0 0 )n 0 W 1�pp .�-i o ri ry o 0 0 In o 0 0 N C 3 en a 04 M a�n ,h t: ,R Ip ID 66 ED CO Il i2 66.61 iv en WI- C G -0,..,N N p Z ! N N A .,o a 9 0 0 0 0 0 0 0 0 0 $ m 10 A O o o O o o O o o f S m m W 0 O 0 0 do o 0 o DEC d a °o �o 00 o S °o ion o o ^Q N U 9 ti o M Ni o of .00 .b, a C a+ - en m en in ,rt a 66 p ID C W Z . 9 0 3 ° O ., ., ., .,., 0 0 , , ., ., F D 3 -z i o a C N 2 F 0 C 2 O -0 7 0 O N f ui d iir+ .-I v °3 z z o 0 0 0 0`- 0 aSz z IC o zoz cc DZe �i° 03w z 0 Z0 _ �p7 N Q ZW Q w W r1 V 6W�" QF g o.w J . C m p < d w 0 w p 3 z Z 0 Q wu S F Q 0 w z et d U Z W <W w Ili W C"i U O< J D! d Q V) U w K F LL.. 0 dS aw<w�0>°z�zo4 mLux 6 �!''zQ a = ;oW7o O J w w ° J w Q o o.,f w d 0 F wu �tdi}i�tdi�OFwg0� OE u O° V COy U in0< m rF K~ N¢NQ°°°Q=(Y� k'�Q•-1 a QQLn N p Wd'W-Ja MZ .W+o.6 Ia. wQ vOiz zz�zQ<Q00 zzjw $�aLLo Wa'fc� z Og °a `^�QUZZ m m o z o a zo .r z Q n�n N W o Q )n o w o a d at• W UdUd Wzm W Z Z rl O, K Z O • O NC m OW Z Z r2d Z). O �'z ° r ° ° m 3 �" Z w w aC Z d a o F� Q ,Q z d'z Z J D F Q d W Z W Z °W Q O W O (3 a'' FOUQ °Q3Q t�cgQ4-Jow Ff�F FW.O CL„ c) o .Cy F 7��J �__i _i V U°a N Q w W Q Q��.Z,U N Q{. Q Z W C7 Z{ a 0 N W D ,M m`���gO NO��aann�?YZZC7Jm z'00 J Zu1u+>.00J z °Z°FFZ�_J C l'2=5.s c, FQ `J LUO ° °QQQ W Q FO QF W >�°""< w D N Qwo84,5 4 .T W gd5000w JregO -Irew rn6¢woDC J�a' re zreoz 0` 0. Z °tn.,°.,° 3'W V)°FDC QaOF •ct 0.0 U{nFd QO dd., °F .+ dv)W 0 W §j .-+N en 1 un VD N CO T O0 .., in Z .0. � ; z A & / /§ ; K ; D ® o= =$£ /§a4 k )gI/ \\\)} @ &§ . OI—Q 2 • • el ] r 1 g ® z - )©#®® @\ =99.g$ -fn8f77l'70 §�5= _rr-8 |; ` 2 • 32)ame»io 2 ; k • 2 ! _ § ) • e \@( ■ f � g ta a. � /§•-'bDu § R®I� a, J ' )(7 )j£/£ ) 1.1 C 3 \ z \i\ 2 tv § in� .) a. . 2){ §(cc�_ � _ =>bNN.03c 2 } )g2 (kkƒ« 3 • k)»I»t i I N g -8 f\ ! on E $ ■ § f < ) z z k - § F. i § ) • • • • 8 8 8 88 88 8a %a 88 as I f K f fKf §B f§ §§ 2§ ƒ _ I E && 2§ ## en ! _in ® - ! qg $ : 8 8 8 88 88 8 8 8 a /\\ 2 ! f K \ k� #k k & \ $ he 'E _ ( E K# } _ 4, _ ■ .■ ■ 7 co & § • D D D DD «D § D D D - »G > A § 2 § z §j § ` § 2 %2 d §E § § z&w - m e 2 § §§� 4 z $p- Were)/[ 0 Jo. W § Km�B� a a#� - 0r F. f` ��=E O 3 )c' §uti§E322)§■ g- a �� ; 4 )kboo _ ed �&»$B.aa§§ Ss■ e §o§ ■ § §[■\* ' • ■- !r a�f$l� = �_ -ter ' s ;� E c� _0 « �� ° (6Eegzc&■(%� §IV4 a ® o a o- ■ (` `!`\�z ■@_° ■■o[� ©■ ) k�§gdE O 0= �U —gW o§ 22,m . §zcd[ w§ .,„ Z c -§ -@ )?d2K§§k(2 , § 2la; 2&� @aB■ •2� GJ!' CO sc o.g ■�- . om,■ z.E°o .z 00 - «E Lz 2 =� « ! @,�.o 0 ,grd‹ s§■�)2)§§cri§ ■$� ■o� _ m 0 o aE � §§2 (2(2§�\)(kBB §§§§ k§�>-<w0 k� k§)\k( \ § 41°1 -� c§_8_8 ■� o_. «Q§ «�l �_� « o ��_o�. 2�� $ | _� m , " ' �� _ _ ii . o CC I z 6 • ] / e •i ; { )f& 2$]/= I228 ( ! Fr,2 4-4-.2= Z. N.N v)- ) \� gj . 2 \ J \ a ) ) i ■ - ) § ) . k • E § � , TO !) 8 2335 Highway 36 W St Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.boneshno.aom Bonestroo March 22, 2011 Honorable Mayor and City Coundl City of Oak Park Heights 14168 Oak Park Blvd. N., PO Box 2007 Oak Park Heights, MN 55082 Re: 500,000 Gallon Water Tower No. 2 Rehabilitation Project Bonestroo Project No.000055-11173-0 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the Project stated above on Monday, March 21, 2011.Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded.There were a total of five Bids. The low Bidder on the Project was Odland Protective Coatings, Inc. with a Total Base Bid Amount of$337,500.00.These Bids have been reviewed and found to be in order. Bidder No. Bidder Total Base Bid Amount 1 Odland Protective Coatings, Inc. $337,500.00 2 Classic Protective Coatings, Inc. $388,150.00 3 PCIRoads, LLC $446,200.00 4 TMI Coatings, Inc. $462,200.00 5 M.K. Painting,Inc. $529,000.00 *Engineer's Estimate= $360,000 The bids were accompanied with three alternates. Following a review of the alternates with City staff,replacing the cathodic protection system is the only alternate recommended to be accepted.The bid prices for the alternates from Odland Protective Coatings, Inc. are shown below: Alternate 1: $6,000.00—Mixer: Provide mixer and repair 10'broken section of ladder. Alternate 2:$16,000.00—Replace Cathodic Protection System: Remove the existing cathodic protection system in its entirety and install a new cathodic protection system. Alternate 3: $8,500.00—Additional interior dry painting. • City of Oak Park Heights,MN Page 2 500,000 Gallon Water Tower No.2 Rehabilitation Project march 22,2011 As part of the contractor bidding,a Bidder Qualification Process was conducted and Odland Protective Coatings, Inc. was shown to be a qualified bidder. If the City Coundi wishes to award the Project to the low Bidder with Alternate 2,then Odland Protective Coatings,Inc.should be awarded the Project on the Total Amount of$353,500.00. Should you have any questions,please feel free to contact me at 651-604-4808. Sincerely, BONESTROO Chris Long, P.E. Enclosure 2335 Highway 36 W St.Paul.MN 55113 Tel 651436-4600 Fax 651.636-1311 January 20, 2011 wwwbnnesuoo.com Mr. Eric Johnson 4'Bonestroo City of Oak Park Heights 14168 Oak Park Blvd. N. P.O. Box 2007 Oak Park Heights, MN 55082 Re: 0.5 MG Tower No. 2 Repaint Proposal for Engineering Services Bonestroo File No: 000055-11173-0 Dear Eric: Thank you for the opportunity to present this proposal for engineering services associated with the 0.5 MG Tower No. 2 repainting project. Our understanding of the project is that the City desires to make structural modifications to the tank,and to perform surface preparation and paint to the wet interior and the exterior of the tank as recommended in the 2009 KIM Inspection Report. To provide this important service, we propose to team with KLM Engineering--the firm that prepared the inspection report and a firm that specializes in the specific inspection services required for a project such as this. KIM can provide a complete separate proposal for their portion of the work, however, for your benefit we have incorporated highlights of their normal proposals into the following work scope so that you can see how Bonestroo and KLM can team together to provide service on this project, and so that you will understand the overall engineering budget for the project. Engineering Services In general, Bonestroo will operate as the City Engineer and perform design, prepare plans& specifications, assist with bidding, and perform construction engineering and contract administration functions. KLM will primarily perform the specialized construction inspection.The scope of efforts described below covers services for the design, bidding, and construction administration and observation elements of the repaint project. Design Tasks Preliminary Design(Bonestroo): 1. Review KLM's float-down inspection report with the Owner to make sure the scope of work is nailed down prior to bidding. Review the design of the report recommendations and verify if additional detail is required. 2. Prepare a site plan based on existing data. 3. Determine space required for construction equipment and material storage. 4. Prepare drawing for Site(construction) Limits. St.Paul St Cloud Rothestei Milwaukee Chicago Final Design(Bonestroo) 1. Drawings 2. Specifications 3. Update construction cost estimate(Engineers'Opinion of Cost) 4. Submit drawings and specifications for review by regulatory agencies. Assist City with Bidding(Bonestroo) 1. Bid documents 2. Advertisement for bids 3. Answer construction contractors'questions 4. Attend bid opening; help evaluate bids 5. Recommend an award of contract Construction Services Construction Administration Services(Bonestroo) 1. Set up and conduct preconstruction conference. 2. Review shop drawings. 3. Confer with and act as the City's representative in matters between the Contractor and the City. 4. Coordinate inspection services of the specialized inspection firm (KLM Engineering) throughout the course of construction. 6. Prepare Contractor pay requests. 7. Prepare, review, and recommend action for proposed change orders. Review cost estimate for proposed change orders. 8. With the specialized inspection firm, perform final inspection of the repaint and recommend final acceptance by the City. 9. Coordinate the tank disinfection and filling. Construction Inspection Services(KLM Engineering) KLM will provide a NACE Trained Coating Inspector and/or an AWS Certified Welding Inspector. KLM's inspectors have extensive practical experience with rigging, climbing, welding, sandblasting,and painting water towers, which allow them to work alongside the Contractor to ensure conformance to project specifications. KLM has assumed an eight week construction schedule of 40 hours per week. The actual time spent on the project will be billed. KLM's field inspectors will provide the following services: 1. Attend preconstruction conference. Provide input on project intent and define roles of inspector on project. 2. Monitor and approve structural repairs and modifications, including review of welder certifications, qualifications, and procedures. 3. Inspect abrasive blasting media and equipment to prevent contamination of surfaces during surface preparation. 4. Monitor paint removal and abatement process. Coordinate TCLP sampling plan. 5. Monitor Contractor's paint mixing operations to ensure conformance with manufacturer's recommendations. 6. Approve surface preparation samples. 7. Monitor and record Contractor's progress. 8. Submit daily and weekly inspection reports. 9. Discuss shop drawings and progress payment requests with Bonestroo. • 10. Coordinate review of testing materials for conformance to specifications and environmental regulations. 11. Monitor punch list items. 12. Final inspection, monitor disinfection and filling, substantial completion,and project acceptance. Project Schedule The following is the anticipated schedule. Item Date Preliminary Design February 2011 — Final Design March 2011 Bidding March 2011 Council Awards Contract April 12,2011 Construction Begins _ May 2011 Construction Complete October 2011 Compensation We propose to complete all of the work tasks as outlined in the Engineering Services section for an estimated hourly amount based on the rates in our Standard Contract. The estimated hourly amounts are shown below. Bonestroo KLM Total Reimbursable Task Amount Expenses Preliminary and Final Design $14,000 $2,500 0 $ 16,500 Biddi , $2,5�_..___ _ $100 0 $2,600 Construction Engineering/Admin $9,800 0 0 $9,800 Construction Inspection $2,700 $200 $47,060 $49,960 Total Eng./Insp.Costs $29,000 , $2,800 $47,060 $78,860 Closure We want to thank you for the opportunity to provide the City of Oak Park Heights with this engineering service. As always, it is very important to us that our services continue to meet and surpass your needs and expectations. Please feel free to give me a call if you have any questions regarding this proposal. Yours very truly, • BONESTROO j(ki, Mark R. Rolfs, P.E. Project Manager 2335 Highway 36 W St.Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com Bonestroo March 25, 2011 Mr. Eric Johnson City of Oak Park Heights 14168 Oak Park Blvd. N Oak Park Heights, MN 55082 Re: City of Oak Park Heights, Minnesota 500,000 Gallon Water Tower No. 2 Rehabilitation Project Project No. 000055-11173-0 Return of Original Bids 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 Christopher W. Long, P.E. Enclosures 2335 Highway 36 W St.Paul,MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com March 24, 2011 Bonestroo Mr.Timothy Odland Odland Protective Coatings 7655 Vernon St. Rockford, MN 55373 Re: City of Oak Park Heights, Minnesota 500,000 Gallon Water Tower No. 2 Rehabilitation Project Project No. 000055-11173-0 Notice of Award/Contract Documents Dear Mr. Odland: You are notified that your Bid dated March 21, 2011, for the above-referenced Project has been considered. You are the successful Bidder and are awarded a Contract for the amount of$353,500 for the Total Base Bid and Alternate No. 2. Enclosed are four Contract Documents between you and the City of Oak Park Heights covering the above-referenced Project. Please complete Specification Document 00 52 10 Agreement Form, Document 00 61 13.13 Performance Bond, and Document 00 61 13.16 Payment Bond. The insurance and indemnity requirements shall be provided. After the bonding company has completed the Contract Documents, forward them to the attorney listed below who will review them for the City of Oak Park Heights: Mark Vierling Eckberg Lammers Briggs Wolff&Vierling 1809 Northwestern Ave., Ste. 110 Stillwater, MN 555082 After the necessary officials have signed the Contracts, the City will distribute the Contracts as follows: 2 copies Odland Protective Coatings (1 -your file, 1 - your bond company) 1 copy City of Oak Park Heights, Attention: Eric Johnson 1 copy Bonestroo, Attention: Chris Long Upon receipt of a signed Contract and a filed Certificate of Insurance, approved by the City of Oak Park Heights'attorney, a pre-construction conference will be scheduled with you and the City of Oak Park Heights to review the Project. Sincerely, Christopher W. Long, P.E. Enclosures: Four Contract Documents cc: Eric Johnson, City of Oak Park Heights Mark Vierling, City Attorney Engineering Planning BIDDER: r� La u i�Y� {LC (fife a...w it"'77 S , T"VC- Bonestroo DOCUMENT 00 41 10 BID FORM 500000 GALLON WATER TOWER NO.2 REHABILITATION PROJECT NO.000055-11173-0 OAK PARK HEIGHTS, MN 2011 THIS BID IS SUBMITTED TO: City of Oak Park Heights 14168 Oak Park Boulevard N PO Box 2007 Oak Park Heights,MN,55082-2007 1,01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at or contiguous to the Site which may affect cost,progress,or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. 000055-11173-0 0041 10-1 BID FORM 2011 Bonestroo F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. 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. ). 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. 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 000055-11173-0 00 41 10-2 BIO FORM ©2011 Bonestroo • Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and Final Payment for all Unit Price Bid Items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price I PART 1-BASE BID WATER TOWER NO.1 REHABILITATION: 1 MOBILIZATION LS 1 $ C)1) .00 $ t5,66p.00 2 EXTERIOR CLEANING,SURFACE LS 1 $ I 36, 600 co $ 00,o©0. 00 PREPARATION,DISPOSAL,AND PAINTING (INCLUDES PAINTING SCHEME) 3 INTERIOR DRY CLEANING,SURFACE LS 1 $ 3i0b0 •O0 $ ?. 000 ` 00 PREPARATION,DISPOSAL AND PAINTING AS SPECIFIED ^/� 4 INTERIOR WET CLEANING,SURFACE LS 1 $ �000,00 $ 11 f O0 0' uO PREPARATION,DISPOSAL AND PAINTING AS SPECIFIED 5 STRUCTURAL REPAIRS AND MODIFICATIONS LS 1 $ �4 ow.00 $ 3a.600. Do 6 WELDING,GRINDING,AND REMOVAL OF HR 80 $ ten. 66 $ 8006 00 ERECTION BRACKET SCAB MARKS AND WELD SPATTER 7 FULL NEGATIVE AIR CONTAINMENT LS 1 $ 50,000•b0 $ 506611.0 '00 8 SODDING,LAWN TYPE WITH TOPSOIL FOR LS 1 $ $t5 00. 00 $ g2 500.00 AREAS DAMAGED DURING CONSTRUCTION 2 TOTAL PART 1-BASE BID WATER $ 3 3}/ Sbd_ 00 TOWER NO.1 REHABILITATION PART 2-ALTERNATE BIDS: • ALTERNATE NO. 1-MIXER 9 PROVIDE MIXER AND REPAIR 10'BROKEN LS 1 $ 6,00' 0 0 $ 666.0 0 SECTION OF LADDER PER SPECIFICATION SECTION 33 01 16 TOTAL ALTERNATE NO.1-MIXER $ CD,000 * 00 I 000055-11173-0 ©2011 Bonestroo 00 41 10-3 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2-REPLACE CATHODIC PROTECTION SYSTEM 10 REMOVE THE EXISTING CATHODIC LS 1 $ I(,eo3 $ I 00©' O O PROTECTION SYSTEM IN ITS ENTIRETY AND INSTALL A NEW CATHODIC PROTECTION SYSTEM AS SPECIFIED IN SECTION 26 42 00 TOTAL ALTERNATE NO.2-REPLACE $ I�J CO CATHODIC PROTECTION SYSTEM ALTERNATE NO.3-ADDITIONAL INTERIOR DRY PAINTING 11 PROVIDE ADDITIONAL SURFACE LS 1 $ .ZSOO•00 $ S, goo .00 PREPARATION AND PAINTING OF THE ENTIRE DRYWELL TUBE AND BOWL INCLUDING APPROXIMATELY 5%OF THE REMAINING DRY INTERIOR SURFACES AS SPECIFIED TOTAL ALTERNATE NO.3-ADDITIONAL $ g$"610 • OD INTERIOR DRY PAINTING BASED ON THE CONTRACT TIMES PER THE AGREEMENT FORM (SECTION 00_52_10,ARTICLE 4),PROVIDE PROPOSED CONSTRUCTION DATES: PROPOSED START DATE: M0.1 I , "ab SUBSTANTIAL COMPLETION DATE: O'UVIG 301 a011 FINAL COMPLETION DATE: Albs Ai A611 • 000055-11173-0 ©2011 Bonghoo 00 91 10-4 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. B. Bidder's Qualification Statement. C. Non-Collusion Declaration. 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 AA a re, L a , 20 1 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.: 000545-09003-0 ©2009 Bonestroo 00 41 10-5 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 / 1 Corporation Name:Od �10' irt /ec )l �e COa t.tiyS (SEAL) State of Incorporation: ✓1/I L k Uf e S 014 Type(General Business, Professional,Service,Limited Liability): By: /liyj,/ (/ala Z' f (Signature) Name(typed or printed). 0 / t7 �' Od t 4m O Title: fie e.1 ideas I Attest a/b914— (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O. Box#'s): 765 s Vel Vo4J 5 / eock lord, .,'A/ S S3 7:? Phone No.742 3 ' ° Fax No.: -763 -4) ) L/ 4 I 000545-09003-0 ©2009 Bonestroo 00 41 10-6 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,an,J corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 000545-09003-0 ©2009 Bonestroo 00 41 10-7 BID FORM United Fire & Casualty Company Cedar Rapids,Iowa BID BOND Approved by The American Institute of Architects, A.I.A.Document No.A 310 February 1970 Edition KNOW ALL BY THESE PRESENTS,that we Odland Protective Coatings,Inc., 7655 Vernon Street,Rockford, MN 55373 as Principal,hereinafter called the Principal,and the UNITED FIRE& CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as Surety,hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5%of Amt 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 500,000 Gallon Water Tower No. 2 Rehabilitation; Project No. 000055-11173-0 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 15th day of March A.D. 2011 cid Odland Protective Coatings,Inc. (Seal) At t t0(1-46, - (Witness) f Of' 1 By. Timot R. Odland,President United Fire& Casualty Company (Seal) (kidlk 0 (2)12/L. (Witness) c-7 KLEIN AGENCY, By' John C.Klein,Attorney-in-Fact 3570 N. Lexington Ave St. Paul, MN 55126 (651)484-6461 UND-3082b(1-91) INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On this day of , , before me personally appeared to me known to be the person described in and who executed the forgoing bond, and acknowledged that he executed the same as free act and deed. Notary Public CORPORATION ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF RAMSEY On this 15th day of March , 2011 , before me personally came Timothy R. Odland to me known, who being by me duly sworn, did depose and say; that he is the President of Odland Protective Coatings, Inc. the corporation described in and which executed the above instrument; that he knows the seal of said corporation; affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. RITA M.CARLSON .tc,r;l NOTARY PUBLIC•MINNESOTA :• ti Notary Public ;: My Commission Expires Jan.31,2015 � (... _ f./l.1./J III./J✓lIJJ.lJIIJl/✓lII✓l� SURETY ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF RAMSEY On this 15th day of March , 2011 , before me appeared John C. Klein to me personally known, who, being duly sworn, did say that he is the Attorney-in-Fact of United Fire & Casualty Company of Cedar Rapids, IA that the seal affixed to the foregoing instrument is the corporation seal of said corporation; that the said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said Company. Notary Public •/11', RITA M CARLSON c ,‘;1 NOTARY PUBLIC•MINNESOTA My Commission Expires Jan.31,2015 (� UNITED FIRE&CASUALTY COMPANY HOME OFFICE-CEDAR RAPIDS, IOWA • CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company-See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa;:and having its principal office in Cedar Rapids, State of Iowa, does make,constitute and appoint JOHN D. ;KLEIN, OR JOHN C. KLEIN OR STEPHEN M. KLEIN, OR KRISTIN M. BAKOS, ALL INDIVIDUALLY of SAINT PAUL MN! its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,undertakings and other obligatory instruments of similar nature as follows Any and Al 1 Bonds and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such Instruments were signed by the duly authorized officers of UNT'I'ED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. -` The Authority hereby granted:is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY. This power of Attorney is made arid executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V-Surety Bonds and Undertakings" Section 2 Appointment of Attorney-in-Fact. The President or any Vice President, or any other officer of the Company may from time to time, appoint by written certificates attorneys=in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, Undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed Such attorneys-in fact, subject to the limitations set„forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. tiltilott IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by ��� � irr' its vice president and its corporate seal to be hereto affixed this 1st day of lay, 2008 It CORPORATE —*-- UNITED FIRE&CASUALTY COMPANY S„:„. s;�At. !tea ilie.0 . By .e.--. .�...i � State of laws, County of Linn,ss: Vice President': On 1st day of May, 2008, before me personally came Dennis J. Rlchmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE.&CASUALTY COMPANY,the corporation described in and which executed the above instrument;that he knows the seal of said corporation; that the seal affixed to the said instrument is such 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. Mary A.Jansen Iowa, aiarlai Seal itilidrid. Iliigcst commission number 713273 My Commission Expires 10/26/13 Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect ��,atoo/1411,i, y,, In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company ,� '.. this 19t-ti day of Mart-h 20 11—. f$' CORPORATE ` ,` sip. ��� J"3""'• Secretary BP0A00190706 i Odland Protective Coatings, Inc. 7655 Vernon Street Rockford, MN 55373 763.477.4761 Email-trodland @aol.com General Contractor — Bidder Qualification City of Oak Park Heights—Water Tower#2 Rehabilitation Item#1: Attached is our Experience Record for 2006-2010 Item#2: Our on-site project supervisor will be John N. Anderson. Mr. Anderson supervised the projects listed in our Experience Record for work performed on water towers. Mr. Anderson's experience record is as follows: 1970- 1974 High School, Buffalo, Minnesota 1974- 1979 Bishman Mfg., Production Welder 1980- 1981 Elk River Machine, Production Welder 1981- 1983 Bonine Excavating, Equipment Operator 1983- 1988 Dehn's Mobile Welding Service, All types of machinery repair, also including repair work on water towers. 1989- 1990 Owner operator of log truck. 1991—2011 Mr. Anderson has worked for Odland Protective Coatings, Inc.for the last 20 years and has been the project supervisor on projects since 2001. Item #3: Our firm has not initiated change orders on a project totaling more than 5%on a single project within the last five years. Odland Protective Coatings, Inc. 7655 Vernon Street Rockford, MN 55373 763.477.4761 Email-trodland @aol.com Experience Record 2006 - 2010 Experience Record 2008 Osceola, WI Owner's Representative: Neil Soltis 715-294-3498 Consulting Engineer: KLM Engineering Engineers Representative: Jack Kollmer 651-773-5111 Cleaning, Repairing and Painting a 100,000 Gallon Elevated Water Tower Contract Price: $260,900.00 City of Osceola 310 Chieftain Street Osceola, WI 54020 City of Albert Lea, MN Owner's Representative: Steve Jahnke 507-377-4325 Consulting Engineer: KCI Engineering Engineers Representative: Bob Kollmer 651-462-7266 Cleaning, Repairing and Painting a 300,000 Gallon Elevated Water Tower Contract Price: $386,200.00 City of Albert Lea 221 E. Clark Street Albert Lea, MN 56007 City of St. Louis Park, MN Owner's Representative: Scott Merkley 952-924-2181 Consulting Engineer: KLM Engineering Engineers Representative: Kelly Mulhern 651-773-5111 Cleaning, Repairing and Painting a 300,000 Gallon Elevated Water Tower Contract Price: $864,950.00 City of St. Louis Park 5005 Minnetonka Blvd. St. Louis Park, MN 55416 Experience Record 2006 Edina, MN Owner's Representative: Roger Glanzer 952-826-0311 Consulting Engineer: KLM Engineering Engineers Representative: Jack Kollmer 651-773-5111 Cleaning, Repairing and Painting a 1,000,000 Gallon Elevated Water Tower Contract Price: $561.500.00 City of Edina 4801 West 50th Street Edina, MN 55424 North Kittson Rural Water System, Lake Bronson, MN Owner's Representative: Todd Nordine 218-754-6161 Consulting Engineer: Widseth, Smith&Nolting Engineering Engineers Representative: Micheak B La France 218-281-6522 Cleaning, Repairing and Painting Two 100,000 Gallon Elevated Water Towers Contract Price: $236,000.00 Kittson Rural Water System PO Box 99 Lake Bronson, MN 56734 City of Hutchinson, MN Owner's Representative: Dick Nagy 320-234-4222 Consulting Engineer: KLM Engineering Engineers Representative: Kelly Mulhern 651-773-5111 Cleaning, Repairing and Painting a 500,000 Gallon Elevated Water Tower Contract Price: $272,100.00 City of Hutchinson 111 Hassan Street NE Hutchinson, MN 55350 BIDDER: TMI Coatings, Inc. Bonestroo DOCUMENT 00 41 10 BID FORM 500000 GALLON WATER TOWER NO.2 REHABILITATION PROJECT NO.000055-11173-0 OAK PARK HEIGHTS,MN 2011 THIS BID IS SUBMITTED TO: City of Oak Park Heights 14168 Oak Park Boulevard N PO Box 2007 Oak Park Heights, MN, 55082-2007 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at or contiguous to the Site which may affect cost, progress,or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. 000055-11173-0 ©1011 Bonestroo 0041 10-1 BID FORM F. Bidder does not consider that any further examinations, investigations, explorations,tests,studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations, investigations,explorations, tests,studies,and data with the Bidding Documents. 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. 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 000055-11173-0 2011 Bonestroo 0041 10-2 BID FORM Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and Final Payment for all Unit Price Bid Items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price PART 1-BASE BID WATER TOWER NO. 1 REHABILITATION: 1 MOBILIZATION LS 1 $ 20,300 $ 20,300 2 EXTERIOR CLEANING,SURFACE LS 1 $ 213,600 $ 213,600 PREPARATION, DISPOSAL,AND PAINTING (INCLUDES PAINTING SCHEME) 3 INTERIOR DRY CLEANING, SURFACE LS 1 $ 2,400 $ 2,400 PREPARATION, DISPOSAL AND PAINTING AS SPECIFIED 4 INTERIOR WET CLEANING,SURFACE LS 1 $ 122, 000 $ 122, 000 PREPARATION, DISPOSAL AND PAINTING AS SPECIFIED 5 STRUCTURAL REPAIRS AND MODIFICATIONS LS 1 $ 36,7 0 0 $ 36,7 0 0 100 8 000 6 WELDING,GRINDING,AND REMOVAL OF HR 80 $ $ ERECTION BRACKET SCAB MARKS AND WELD SPATTER 7 FULL NEGATIVE AIR CONTAINMENT LS 1 $ 58, 000 $ 58, 000 8 SODDING, LAWN TYPE WITH TOPSOIL FOR LS 1 $ 1,200 $ 1,200 AREAS DAMAGED DURING CONSTRUCTION 462 TOTAL PART 1-BASE BID WATER $ 200 TOWER NO. 1 REHABILITATION PART 2-ALTERNATE BIDS: ALTERNATE NO. 1-MIXER 9 PROVIDE MIXER AND REPAIR 10'BROKEN LS 1 $ 6,100 $ 6,100 SECTION OF LADDER PER SPECIFICATION SECTION 33 01 16 TOTAL ALTERNATE NO. 1-MIXER $ 6, 100 000055-11173-0 ©2011 Bonestroo 00 41 10-3 BID FORM No. Item Units Qty Unit Price Total Price ALTERNATE NO.2-REPLACE CATHODIC PROTECTION SYSTEM 10 REMOVE THE EXISTING CATHODIC LS 1 $ 16,000 $ 16, 000 PROTECTION SYSTEM IN ITS ENTIRETY AND INSTALL A NEW CATHODIC PROTECTION SYSTEM AS SPECIFIED IN SECTION 26 42 00 TOTAL ALTERNATE NO. 2-REPLACE $ 16, 000 CATHODIC PROTECTION SYSTEM ALTERNATE NO.3-ADDITIONAL INTERIOR DRY PAINTING 11 PROVIDE ADDITIONAL SURFACE LS 1 $ 9,700 $ 9,700 PREPARATION AND PAINTING OF THE ENTIRE DRYWELL TUBE AND BOWL INCLUDING APPROXIMATELY 5%OF THE REMAINING DRY INTERIOR SURFACES AS SPECIFIED TOTAL ALTERNATE NO.3-ADDITIONAL $ 9,700 INTERIOR DRY PAINTING BASED ON THE CONTRACT TIMES PER THE AGREEMENT FORM (SECTION 00_52_10,ARTICLE 4),PROVIDE PROPOSED CONSTRUCTION DATES: PROPOSED START DATE: May 1, 2011 SUBSTANTIAL COMPLETION DATE: June 30, 2 011 FINAL COMPLETION DATE: August 29, 2 011 000055-11173-0 C 2011 BoneStroo 00 41 10-9 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Bidder's Qualification Statement. C. Non-Collusion Declaration. 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 March 21 2011 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.: 000545-09003-0 ©2009 Bonestroo 00 41 10-5 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: TMI Coatings, Inc. (SEAL) State of Incorporation: Minnesota Type(Gen:— :usiness, Professional, Servic- Limited Liability): General Business By: _. (Signature) Name(tYP printed):ed or rinted : Tracy Gliori Title: President Attest (CORPORATE SEAL) Mark Schmidt (Signature of orp rate Secretary) Business Street Address(No P.O. Box#'s): 3291 Terminal Drive St. Paul, MN 55121 Phone No.: 651-452-6100 Fax No.: 651-452-0598 000545-09003-0 ©2009 Bonestroo 00 4110-6 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 000545-09003-0 ©2009 Bonestroo 00 41 10-7 BID FORM ," .' ', .,, 4 r` t.!" , ,,t � f�„ x ,,,, ..t,,�'� ,,.1 I ,i'.t, 1� i,,�:... t I ;t'?,ri.i :l r� ., ?, ,,,° at >5 , .>, y. r t to ; r 2y � � a to 0 t Minnes x Cb ...... ., _ _. . .„ :, SECRETARY OF STATE .....„ _ __ __.,,,,__ ,, _ .._ ___ . ._ ,..„,-,. _ , :. , , ,,, ._,,, '•AYR {, __. ›.. ..., .. Certificate of Good Standing .,. I, Mark Ritchie, Secretary of State of Minnesota, do certify that The corporation listed below is a corporation formed under the laws of I�iruie 6oL that tiles corpora ion was formed by the filing of Articles of Incorporation with the Office of the Secretary of State on the date listed below; that the corporation is governed by the chapter of Minnesota Statutes � w listed below; and that this corporation is authorized to do - business as a corporation at the time this certificate is issued. Name : TMI Coatings, Inc . 'If.? * ..= Date Formed: 05/02/1985 L _ Chapter Governed By: 302A t H,, -"r.:_ This certificate has been issued on 11/24/10 . -e-t" 4 r "r_ a ,, Z -ii":4'a'T d • aft -{a�- A 4 $1�� ,. � y su�iJA Ad�a,� Yv s"0 tk t a O`Ss"n *, , ,. - ! W V M uTn 4 .. .i y ¢, � LL"� 'f`ay, ^QTY '� 5 -;,YM 1 Je:y 'age ,. .- .x- 's � J r f '>� y S t y; �,., ,4,:- "?' i�A Y q, y 'y,,.- rtw'.' a y 4 4W ' {, Tom . aF f 1 V R N } �,,, 'h ;mot k -4?: .tea ,7 ,4!.„3 rf .- -k-04'a"ys' d�w``� fir ��3 Al../4/'1,L) A64P /' ..., , Secretary of State. 1 �."�rw7' ,,$8 A'�yd.skUdt y.41,!?�ri ,,.=„t`.t:,. r'ti�.X;," ''.vt`lc Jkt..!ff ' ,t,yiCS, t...j, •«.i q +-.t a :�! L .u•a ':ai+,t t�.r.c,,i a n•�ii.,' i�„ •i?" n, i. n t y�?: fit ,,}' - ,. r t t A.,,yi 4 3 ., y ,, ,x, �(S ,rypS ,,,, ,?i� '� i 4 i Jt!'t r�i,,d 1,, R 4y t i kY,1 t al„„ „ t;t.'�'U�{jt?Y F dY{� ` ,e a r -{ Sr .�. '5f J4' p f,7d ) Wit..; , , ” e' a <4,,. r r '', 'Js. . , K , i ry l "1 t Yf p 2rr r ` f rf ��¢ r . PAINTING& TMI RESTORATION COATINGS CONTRACTORS 3291 Terminal Drive tmicoatings.com St.Paul.Minnesota 55121 13:651 452 6100 F:651 452 0598 UNANIMOUS SHAREHOLDER'S AND DIRECTOR'S RESOLUTION OF TMI COATINGS, INC. Tracy M. Gliori, being the sole director of the corporation, hereby adopts the following resolutions for the operation of the corporation: The following persons are elected as officers of the corporation and have the authority to bind TMI Coatings, Inc. in signing both bid proposals and contracts: President Tracy Marie Gliori Secretary Mark Steven Schmidt The abg resolution is ad.:ted ► :rch 14, 2011. Tracy M. Gliori r II STATE OF MINNESOTA COUNTY OF Dakota Tracy M. Gliori , being duly sworn, deposes and says that she is President of TMI Coatings, Inc. Subscribed and sworn to before me this 14th day of March , 20 11 Vickie Lynn Perrier, Notary Public Scott County 73,nnn,v,v\A, R s VICKIE LYNN PERRIER NOTARY PUBLIC-MINNESOTA My Commission expires January 31, 2014 ? :} al MY COMMISSION EXPIRES JAN.31,2014 yvVvV/VV V\ vp:\tmia\shareholder_director resolution.doc ., THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE TMI Coatings, Inc. 3291 Terminal Drive, Eagan, MN 55121 as Principal, hereinafter called the Principal, and North American Specialty Insurance Company 650 Elm Street, Manchester, NH 03101 a corporation duly organized under the laws of the State of NH 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 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 500,000 Gallon Water Tower No. 2 Rehabilitation 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 21st day of March 2011 • TMI Coatings, Inc. (Principal) (Seal) (Witness) By: Tracy M. Glior President (Tine) Nattflik(Pn North American Specialty Insurance Company (Surety) (Seal) (Witness) . .et/frt‘ By: Attorney-in-Fact Bri J. Oestreich (Title) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 ACKNOWLEDGMENT OF CORPORATION State of MINNESOTA ) ) ss. On this 21" day of March 2011 County of DAKOTA ) before me appeared Tracy M. Gliori to me personally known, who, being by me duly sworn, did say that he is the President of TMI COATINGS, 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 Tracy M. Gliori acknowledged said instrument to be the free act and deed of said corporation. _____ -","' ,‘P -e'57--7-i-e.---- No ary Public County, aw VICKIE LYNN PERRIER My commission expires i i! NOTARY PUBLIC-MINNESOTA 1 - MY COMMISSION EXPIRES JAN.31,2014 VVVVVV ,f ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ) ) ss. On this 21" day of March 2011 County of HENNEPIN ) before me appeared Brian J. Oestreich to me personally known, who, being by me duly sworn, did say that he is the Attorney-in-Fact of NORTH AMERICAN SPECIALTY INSURANCE COMPANY a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Brian J. Oestreich acknowledged said instrument to be the free act and deed of said corporation. ■ I 1 +,4 :.h NICOLE MARIE NELSON Notary Public County, '`" -.R.I.:;::NOTARY PUBLIC-MINNESOTA ' My commission expires ,1 ;';" My Commission Expires Jan.31,2015 r r • NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: BRUCE N.TELANDER,JOHN P.MARTINSEN,R.W.FRANK,DONALD R.OLSON,JOHN E.TAUER,CRAIG REMICK, R.SCOTT EGGINTON,JOSHUA R.LOFTIS,BRIAN J.OESTREICH,SANDRA M.DOZE,JOHN W.WALSH, TINA L.DOMASK and BETSY WRIGHT JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY-FIVE MILLION($25,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March,2000: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \\plouu10Iij;1 jpissossesk, ?. SEAL If,= Steven P.Anderson,President&Chief Executive Officer of Washington International Insurance Company = SEAL .• W'pY1. 1873 Prtr &Senior Vice President of North American Specialty Insurance Company ortimilituu0 .• By ,� ..*. '1 David M.Layman,Senior Vice President of Washington International Insurance Company amo &Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance C any have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 7th day of may 2010 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 7th day of May ,2010 before me,a Notary Public personally appeared Steven P.Anderson ,President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective comnanies. "OFFICIAL SEAL 0J1//l4 t r NNA D.SKLENS Notary Public,State of Illinois Donna D.Sklens,Notary Public My Commission Expires 14/04/2011 I, James A.Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 21st day off.e March ,20 11 • James A.Carpenter,Vice President&Assistant Secretary of Washington International Insurance Company& North American Specialty Insurance Company ' PAINTING& TMI RESTORATION COATINGS CONTRACTORS 3291 Terminal Drive tmicoatings.com St.Paul.Minnesota 55121 P:651 452 6100 F:651 452 0598 March 21, 2011 1 City of Oak Park Heights City Hall 14168 Oak Park Boulevard Oak Park Heights, MN 55082 Re: Bidder Qualification TMI is an experienced water tank coating and repair contractor of over 26 years. As a woman-owned industrial contractor, TMI specializes in the repair and re-painting of ' elevated structures, penstocks, dam gates, bridges, and other large industrial structures. TMI is certified by the SSPC as both a QP1 and QP2 contractor. These qualifications are provided to contractors with proven experience, knowledge, and equipment to produce ' high quality work within safety guidelines and health and environmental standards. We perform metal work repairs, lead abatement, surface preparation and lining on projects acquired with our own in-house crews and equipment. In additional, TMI maintains and follows adequate safety and quality control programs to ensure a satisfactory end product. If you require additional information, please let me know. Sincerely, ' TMI Coatings, Inc. C- Tracy Gliori President 1 V p:mydocuments/pre-qual 1 • • ' \)\ 0- O N .?.' M d 4 e C W v � O O O \_ U ° o N DO y+� p C cn R � � a.i V p N 0 � � H � s. al 4 N.4... aU c4 • ,....,, o � � a C::, Z.4 4C2.° 414 wV 0 C") V ;1.4 c VI) G1._ x.1'7 • WV • r r „.' 1 H I E" , I. ( �,. ' o (a c V ', ,714133 3 AS .V Z y U h 0 \ r, ei U N Q, g el `/v (,1 cif) 0 l ■ O O '- N y N U 0 ^�\ • N W U ° w ! Qy I+, °• ,—.4.► Y c v.4 ' 0 44 ' Cf.): .,...t., U: v V Ct p p...1 r—i rivotio 4.:i Uo C....) ,h, r••••1 '#.4"1 III* cm; C.: H .1V:7 ci) r.....i o ,- , - 4 011% Cliiii :: 11.1•111011010'—a- COM ,--- CI) *11 *14 CA C..) • ,. 0 C111111,. 8°- liaaftoi GY�Y O� giunglig ..;... a .,,;,:.+ .� ,:. ..- . s ; -.'.i F- «.i7Tt: ..aita zzosire,r4t,�fXlr e.4tit:aiavia3,,:"n._;�`�b ,,.w :,,t;,:Ar„ilfe,ey.li,fs:' k° - _. 7� 2 immisa 'O ny4 R n April 14, 2009 Ms Vickie Perrier TMI Coatings 3291 Terminal Drive St. Paul, MN 55121 Dear Ms Perrier: The City of Richardson is pleased to provide this letter of recommendation for TMI Coatings. TMI Coatings recently completed a major rehab project on our 2 million gallon Collins tower in Richardson, Texas. The project involved coating removal, both interior and exterior and included significant lead abatement of the exterior coating. TMI was able to meet a relatively tight schedule on this job and completed the job within the established budget parameters. • TMI provided professional staffing for the project and maintained good communication with both the City and the engineer throughout the project. In addition, all safety and environmental aspects of the job were handled in a competent manner. As a result, there were no incidents experienced on the job. As a result of this important and successful project, the City would recommend TMI to others for similar work. In addition we would consider TMI favorably for future City projects. Thank you for a successful project and we look forward to discussing future coating projects with -1'M! Coatings. Siinnc�erely, ` ivvC�c� L/(E/f tfr- Joseph Travers Assistant Director of Public Services • PO Box 830309 Richardson TX . 1 75083-0309 972-744-9100 DEsoTo trail „mum CITY OF DESOTO 2006 • SOARING FOR EXCELLENCE OFFICE OF CONSTRUCTION MANAGEMENT May 15, 2008 Scott Salmon TMI Coatings, Inc 3291 Terminal Drive St. Paul, Mn 55121 Re: Repainting of Parks and Parkerville Water Tanks Dear, Scott TMI Coatings recently completed sandblasting and repainting of the interior of the City of DeSoto's 1,500,000 Gallon Parks and 1,500,000 Parkerville elevated water tanks. • The work was done professionally and efficiently. Work on this project was completed in a timely manner without injuries or accidents. The tank and logo appearance is exactly as we hoped. It was a pleasure working with a skilled, professional painting crew I would recommend TMI Coatings to any other tank owner. Thank you, e),DA)c, S 0 Ilk Clark A. Davis Jr. Construction Manager City of DeSoto 411 211 East Pleasant Run Road, Suite A • DeSoto, Texas 75115-3939 Phone (972) 230-9617 • Fax (972) 230-5818 TMI COATINGS, INC 3291 Terminal Drive St.Paul,MN 55121 Phone: 651-452-6100/Fax: 651-452-0598 • WATER TANK REFERENCE LIST GE Aviation — Job No. 4951 A & B Amount of Contract $460,280—A; $245,850 - B Completion Date: 6-22-09— 11-17-09 Point of Contact: Les Castro CH2M Hill One Neumann Way Cincinnati, OH 45215 Phone: 513-786-1268 E-mail: Les.Castro @ge.com Project Manager Bryan Gorman Site Superintendent: Rick Galley Scope of Work: 412 Water Tower(A) Full sandblast and recoat the interior and exterior of 250,000 gallon elevated water tank. Full exterior containment. 410 Water Ground Storage Tank(B) Full blast and recoat exterior of 1.4 million allon ground tank using vacuum g g g blaster. National Park Service — Glen Canyon National Recreational Area — Page, AZ Job #4988 Amount of Contract: $377,000 Completion Date April 2010 Point of Contact: LeAnn Herron, Contract Specialist National Park Service Arizona Major Acquisition Buying Office Glen Canyon NRA PO Box 1507 Wahweap Warehouse Page, Arizona 86040-1507 Phone: 928-608-6510 Fax: 928-608-6506 Project Manager: Scott Salmon Site Superintendent: Mark Behrens Scope of Work: Dangling Rope 65,000 Gallon Ground Storage Tank Abrasive blast and paint interior and exterior including handrails, ladders, etc. Lee's Ferry— 176,000 Gallon Double Ellipsoidal Elevated Tank Abrasive blast interior, pressure wash exterior, paint interior and exterior. Welding repairs • TMI COATINGS,INC. Richardson, TX Job No. 5019 MIAmount of Contract: $704,600 Construction Date: November 2009—February 2010 Owner: City of Richardson PO Box 830309 Richardson, TX 75083 Contact: Joe Travers Phone: 972-744-4225 Fax: 972-744-5809 Engineer: Tank Industry Consultants PO Box 130204 The Woodlands, TX 77393 Contact: Ray Penny, Manager Phone: 281-367-3511 Fax: 281-419-6246 E-mail: penny @tankindustry.corn Project Manager: Scott Salmon Site Superintendent: Fred Arnold Scope of Work: Glenville Tower Recoat interior and exterior of 1,000,000 gallon steel elevated water tower. 10 column elevated tank of welded steel construction. Exterior paint contained elevated levels of lead. Containment system Class 2A used. Project included lead abatement. • Geo-Marine, Inc., Westover Air Reserve Base, Chicopee, MA—Job # 4846 Amount of Contract $228,600 Completion Date June 2009 Point of Contact: John Golly, Project Manager 146 Market Place Blvd Knoxville, TN 37922 Phone: 865-692-0084 Fax: 865-692-0560 Site Superintendent: Mack Barnes Scope of Work: Interior Abrasive Blast and recoat 500,000 Gallon riveted elevated water tank. Tank is 96 ft to LWL, 112 ft to HWL, and 136 ft overall. Shell diameter is 50 ft, riser at 5 ft., and box lattice legs supporting the bowl. S TMI COATINGS, INC. Englewood, CO —Job No. 4876 • Amount of contract: $389,000 Construction Date: February 2009—May 2009 Owner:: City of Englewood 1000 Englewood Parkway Englewood, CO 80110 Contact: Alicia Stutz Phone: 303-762-2412 Engineer: CDM Denver 555 17th St. Denver, CO 80202 Contact: Brian McKee, PE Phone: 303-383-2350 Project Manager: Bryan Gorman Site Superintendent: Rene Ortiz Scope of Work: Zuni Tank Full sandblast, pit repair, and recoat of interior. Spot repair and full overcoat of exterior on a 500,000 gallon elevated water tank. Yuma, AZ—Job No. 4760 Amount of Contract: $645,750 Completion Date: November 2008—April 2009 Owner: City of Yuma One City Plaza Yuma, AZ 85364 Contact: Jay Simonton,Project Manager Phone: 928-373-4530 Engineer: Principal Engineering Group, Inc. 833 E Plaza Circle Yuma, AZ 85365 Contact: Triguna Israel Project Manager: Scott Salmon Site Superintendent: Mark Behrens Scope of Work: 16th Street ground storage tanks Spot sandblast and spot paint the interior and exterior of three 3,000,000 gallon ground storage tanks. 100' Diameter x 60' High. Friendship Tower Sandblast and paint the interior of a 1.5 MG hydropillar. 100 ft. low water line. 86' Diameter X 39' head range. • TMI COATINGS, INC. Richardson, TX—Job No. 4808 Amount of Contract: $1,147,900 Completion Date: October 2008 —April 2009 Owner: City of Richardson 411 Arapaho Road Richardson, TX 75083 Contact: Joe Travers, Asst. Director of Public Works Phone: 972-744-4225 Project Manager: Scott Salmon Site Superintendent: Fred Arnold Scope of Work: 2 Million Gallon Steel Elevated Tank, "Collins Tower" CSP #901-08 Repairing and repainting the interior wet and exterior and spot painting the interior dry surfaces. 66ft to the low water level and 105ft 6in diameter. Project included lead abatement of entire exterior. Earthtech/Eglin AFB, Florida — Job #4590 (A&B) Amount of Contract: $616,400 Completion Date: March, 2009 Point of Contact: Robin Bond 10 Patewood Drive Greenville, SC 39615 Phone: 864-234-3000 Project Manager: Brad Smith Site Superintendent: Fred Arnold • Scope of Work: Repairs and Recoating at Water Storage Structures, Tank#379 Elevated, 350,000 Gallon & Tank#857 Elevated 100,000 Gallon/DO #40, ET Project No. 100591- 002 Prime Contract No. DACA45-03-D-0032 Brookings Municipal Utilities—Job #4707 Amount of Contract: $368,050 Completion Date: June 2008 Point of Contact: Eric Witt, Water/Waste Water Plant Operations Engineer 525 Western Avenue PO Box 588 Brookings, SD 57006-0588 Phone: 605-697-8410 Fax: 605-697-8485 Scope of Work: 3.0 Million Gallon Ground Reservoir at the East Water Plant. Minor structural repair, abrasive blast cleaning and recoating of all interior steel surfaces. Project Manager: Scott Salmon Site Superintendent: Ernesto Alverez • TMI COATINGS, INC. Hurlburt Air Force Base, FL—Job No. 4622 Amount of Contract: $290,800 • Completion Date: October 2007—April 2008 Owner: Hurlburt Air Force Base 1 Special Operations Contracting Squadron 350 Tully St. Hurlburt Field, FL 32544 Contact: Christopher Richards,TSgt. Phone: 850-884-1261 Project Manager: Scott Salmon Site Superintendent: Rick Galley Scope of Work: Repair Water Distribution Basewide(4 Towers) Contract#FA4417-05-C-0004. Tower 2 - Spot work exterior&misc. repairs Capacity: 250,000 Gallons Tower 5 - Spot work—exterior only. Capacity: 125,000 Gallons Tower 808 - Spot work—interior only Capacity: 250,000 Gallons Tower 7 - Sandblast and recoat the interior only. Capacity: 250,000 Gallons Spot work DeSoto, TX—Job No. 4494 Amount of Contract: $1,476,400 Completion Date: November 2007—June 2008 Owner: City of DeSoto 211 E. Pleasant Run Road DeSoto,TX 75115 Contact: Jerry Worley Y Phone: 972-816-2675 Engineer: Birkhoff, Hendricks, Conway 7502 Greenville Ave#220 Dallas,TX 75231 Contact: John Birkhoff Phone: 214-361-7900 Project Manager: Scott Salmon Site Superintendent: Fred Arnold Sobcontractor: H2O Steel Contractors, LLC Scope of Work: Parkerville 1.5 MG Elevated Water Tank,Parkerville Road Interior wet&exterior abrasive blasting&recoating, exterior containment, dehumidification, interior dry spot repairs & painting, and structural repairs. Parks 1.5 MG Elevated Water Storage Tank,Parks Road Interior Wet&Exterior Abrasive Blasting&Recoating, Exterior Containment, Dehumidification,Interior Dry Spot Repairs&Painting, and Structural Repairs. S TMI COATINGS, INC. City of Spring Lake Park, MN - Job #4515 • Amount of Contract: $420,100 Completion Date: June 2007 Point of Contact: Mark Rolfs, Project Engineer Bonestroo, Rosene,Anderlik &Associates 2335 West Highway 36 St. Paul, MN 56113 Phone: 651-604-4872 Fax: 651-646-1311 Scope of Work: Rehabilitation of 500,000 gallon elevated storage tank interior and exterior, including structural repairs. Containment system with dust collector attached; full ground cover and roof bonnet was required. Project Manager: Ben Nicholson Site Superintendent: Fred Arnold Village of Mayville, MI—Job #4580 Amount of Contract: $228,700 Completion Date: August 2007 Point of Contact: Roger Sweet, Water Superintendent PO Box 249 Mayville, MI 48744 Phone: 989-553-2612 Fax: 928-373-4503 • Scope of Work: Repaint 125,000 gallon elevated storage tank exterior and interior, including miscellaneous repairs. Exterior and interior dry contained lead. Containment system with dust collector, full ground cover and roof bonnet is required. City of Cottage Grove, MN—Job #4595 Amount of Contract: $324,700 Completion Date: October 2007 Point of Contact: Harry Taylor, Public Works Supervisor 7516— 80th Street S. Cottage Grove, MN 55016 Phone: 651-458-2853 Fax: 651-458-2897 Engineer: Short, Elliott, Hendrickson 3535 Vadnais Center Drive St. Paul, MN 55110 Contact: Steve Campbell Phone: 651-490-2000 Scope of Work: 8193 Grange Boulevard tank reconditioning. Sandblasting and painting the interior and exterior of a 150,000 gallon elevated tank. Interior coating contained lead. Containment system with roof bonnet and ground cover used to control the release of emissions. Project Manager: Scott Salmon • Site Superintendent: Fred Arnold TMI COATINGS, INC. City of Ladysmith, WI—Job 4527 WAmount of Contract: $361,600 Completion Date: November 2007 Point of Contact: Robert Parmley, Project Engineer Morgan& Parmley, LTD 115 West 2nd St. South Ladysmith, WI 54848 Phone: 715-532-3721 Fax: 715-532-5305 Scope of Work: 900 Barnett Road, Ladysmith, WI Interior & Exterior Abrasive Blasting and Recoating, Exterior Containment, and Structural Repairs to the 500,000 Gallon Elevated Storage Tank. Tank is 126 ft. to HWL, 37 ft 6 inch Head Range, 90 ft. LWL, 55 ft 6 inch Bowl Diameter. Project Manager; Scott Salmon Site Superintendent: Fred Arnold Westover Air Reserve Base — Chicopee, MA— Job No. 4206 Amount of Contract: $361,600 Completion Date: October 2005 —March 2006 Owner: Westover Air Reserve Base 439 CONF/LGC 250 Airlift Drive Chicopee, MA 01022 Contact: Donald Hebert Phone: 413-557-2603 Project Manager: Ben Nicholson Site Superintendent: Mack Barnes Scope of Work: M/R Water Facilities, Bldgs. 1311 and 1312 Contract#FA6606-05-C-0004 Contain, sandblast, and coat the exterior of a riveted elevated tank. The existing exterior paint contained lead that was treated and safely removed. Capacity: 500,000 Gallons. Norman, OK—Job No. 4247 Amount of Contract: $402,235 Completion Date: November 2005 —April 2006 Owner: City of Norman 201 West Gray Norman, OK 73069 Contact: Chris Mattingly, Utilities Superintendent Phone: 405-321-2182 City Inspector: Charles Dewbrey Phone: 405-826-2947 Project Manager: Scott Salmon Site Superintendent: Fred Arnold • Scope of Work: Robinson Street Water Tower Contain, sandblast, and coat the exterior and interior of a legged elevated tank. The existing exterior paint contained lead that was treated and safely removed. Capacity: 500,000 Gallons TMI COATINGS, INC. 3291 Terminal Drive Eagan, MN 55121 • FRED ARNOLD Senior Superintendent SUMMARY: o Responsible for all quality control matters on sandblasting and coating jobs up to $5 million. o Over 25 years of experience in the application of specialty linings. o Familiarity with all aspects of sandblasting and coating inspection and testing equipment as required by NACE. o Work closely with third party inspection firms to ensure compliance with quality control requirements. o Responsible for on site administration and compliance of lead paint removal. EXPERIENCE: TMI COATINGS, INC. 1992-present. Superintendent for elevated and ground storage tank coatings, painting for power plants, tank farms, and heavy industry. TMI's Quality Control Representative on the job site. Also is the superintendent responsible for operating TMI's automated "Vacublast" equipment. PAINTING & SANDBLASTING COMPANIES, 10 years. General sandblasting and application of coatings and linings for bridges, water storage tanks, grain elevators, and pipe lines. U.S. ARMY TRUCK MECHANIC AND OPERATOR, 3 years. EDUCATION/TRAINING: o SPPC C-5 Supervisor/Competent Person Refresher Training for Deleading of Industrial Structures, 2010 o Quality Control Equipment Use, 2010 o 1St Aid/CPR, 2010 o Quality Control Equipment Use, 2009 o SPPC C-5 Supervisor/Competent Person Refresher Training for Deleading of Industrial Structures, 2009 o OSHA 10-Hour Training, 2009 o Internet Safety Training, 2008 o SPPC C-5 Supervisor/Competent Person Refresher Training for Deleading of Industrial Structures, 2008 o SPPC C-5 Supervisor/Competent Person Refresher Training for Deleading of Industrial Structures, 2006 o Construction Quality Management Training, 2006 o SPPC C-5 Supervisor/Competent Person Refresher Training for Deleading of Industrial Structures, 2005 o OSHA 10-Hour Training, 2005 o Arial Work/Platform Training, 2005 o Internet Training, 2005 o SPPC C-3 Supervisor/Competent Person Training for Deleading of Industrial Structures, 2005 o Internet Safety Training, 2004 Bloodborne Pathogens, Confined Spaces 1 & 2, Hearing Conservation, Personal • Protective Equipment, Respiratory Protection, and Right to Know Parts 1, 2, & 3. o Fall Protection Training, 2004 o First Aid/CPR Training, American Red Cross, 2004 o NCCER Certified in Pipeline Corrosion Prevention, 2003 o Safety Rigging/Knot Training, 2003 o BW Defender Model BW4 Training and Calibration, 2003 o SSPC - Refresher Training for Protective Coatings Painting Contractor Certification Program Qualification Procedure 2, 2003 o Tirak and Blocstop Training, 2003 o Scaffold User Safety Training, 2002 • 0 SSPC C-3 Supervisor/Competent Person Training for Deleading of Industrial Structures, 2001 o Lead Awareness Training, 1998 o OSHA 10-Hour Construction Safety & Health, 1997 o Graduate, Bruce High School, Bruce, WI o Diesel Truck Mechanic School, Fort Knox, KY sh:aofr/faresume2/10 • • U L v, C CJ v i 2L - . ' w O r h in :� rr,4t -r ❑ ..--,..1 o CU -o (0!) 1 rl. ,1(I,, .3, = Ft 4,'-‘:..) (.1") '---,.. O o v a4 ,o .?)� L. ta.F- L ° re ! C 0 s... b O O, � ; �� V --U Crl ^ y W v ` f �L U 4 .L y T .fl v cn Q Q GL w V] O • .- Cl) • A CA CD a, o 44 4 ■4..... = CO",0 = Coe ini4 C FM= r.s......1 CD 4e1 *14 0 W - -- •I . a WO Simi 7 illilli V W C-, o W LS) Ca) illiTiMii (''') o CAC • .., a ki#1:'1. • { ,.,i • LO O 4.- i..,o O N ^N z �-! i :~ , -zt ) V -5 'cS -E ,� RI 0 as o X tli +• U - u Cn .— C C C •+ •,1.../ • cv O cu C 414 a > )::14a C CD w oou 13 O E"4 0 -2-4 C.) ‘"4-' LJJ U 2 0 at • o .11.it-4c.) 44 04 o ,„_)< Lid> .(734 •Ct "18 .= CO /••=4 n_, E ,,_,,, ,,,,L, E.., 4_, ,_ .. CI .. ., u b P -.‘ N(. _, ,z1,.) ;-Li up zs -•-, 0 Cn W c.) „ , n o V (In 2 E) --- ci) i••4 )....4 "--1 U U % (1) "1Z-3 LC j' 0 o t.40 g 11, :'.v e � 1 M CN (cm?) TMIRESTORATION COATINGS CONTRACTORS 3291 Terminal Drive tmicoatings.com • St.Paul.Minnesota 55121 P:651 452 6100 F:651 452 0598 March 21, 2011 City of Oak Park Heights 14168 Oak Park Boulevard Oak Park Heights, MN 55082 Reference: 500,000 Gallon Water Tower No. 2 Rehabilitation Bidder Qualification Process To Whom It May Concern: TMI Coatings, Inc. hereby submits our written statement that it has not initiated a change order totaling more than 5% on a single project within the past five (5) years. This statement is being submitted per item#3 of the Bidder Qualification Process. • Should you have any questions, please contact us at 651-452-6100. Sincerely, TMI OATINGS, INC. Tracy Gliori President • BIDDER: C1CSSIC C IG*eC kOt C3'`nG Bonestroo DOCUMENT 00 41 10 BID FORM 500000 GALLON WATER TOWER NO.2 REHABILITATION PROJECT NO.000055-11173-0 OAK PARK HEIGHTS,MN 2011 THIS BID IS SUBMITTED TO: City of Oak Park Heights 14168 Oak Park Boulevard N PO Box 2007 Oak Park Heights,MN,55082-2007 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface , subsurface,and Underground Facilities)at or contiguous to the Site which may affect cost,progress, 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. BID FORM 000055-11173-0 00 41 10-1 ©2011 Bonestroo F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. 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. 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 000055-11173-0 BID FORM 41 10-2 0 2011 Ba�estroo Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and Final Payment for all Unit Price Bid Items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price PART 1-BASE BID WATER TOWER NO. 1 REHABILITATION: ''// 1 MOBILIZATION LS 1 $ jwc L $ ` O a.Do 2 EXTERIOR CLEANING,SURFACE LS 1 $ $ as`ri( PREPARATION,DISPOSAL,AND PAINTING (INCLUDES PAINTING SCHEME) 3 INTERIOR DRY CLEANING,SURFACE LS 1 $ $ 7/00-c., �. PREPARATION,DISPOSAL AND PAINTING AS SPECIFIED qy� 4 INTERIOR WET CLEANING,SURFACE LS 1 $ /7/iD - $ OO PREPARATION,DISPOSAL AND PAINTING AS SPECIFIED 5 STRUCTURAL REPAIRS AND MODIFICATIONS LS 1 $ 'VG°r10- ' $ 6 WELDING,GRINDING,AND REMOVAL OF HR 80 $ /OcZ," $ gra"=>_z ERECTION BRACKET SCAB MARKS AND WELD SPATTER 7 FULL NEGATIVE AIR CONTAINMENT LS 1 $ 7�Doa=` $ 8 SODDING,LAWN TYPE WITH TOPSOIL FOR LS 1 $ AREAS DAMAGED DURING CONSTRUCTION TOTAL PART 1-BASE BID WATER $ � < _. TOWER NO.1 REHABILITATION PART 2-ALTERNATE BIDS: ALTERNATE NO. 1-MIXER j 9 PROVIDE MIXER AND REPAIR 10'BROKEN LS 1 $ ` 7 ©oo` $ /7�"= SECTION OF LADDER PER SPECIFICATION SECTION 33 01 16 TOTAL ALTERNATE NO.1-MIXER $ [ 7,t>1)(3::"- 000055-11173-0 ©2011 Bonestroo 00 41 10-3 BID FORM No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2-REPLACE CATHODIC PROTECTION SYSTEM /� 10 REMOVE THE EXISTING CATHODIC LS 1 $ o<'42o4 $ .3-`(OO -_ PROTECTION SYSTEM IN ITS ENTIRETY AND INSTALL A NEW CATHODIC PROTECTION SYSTEM AS SPECIFIED IN SECTION 26 42 00 TOTAL ALTERNATE NO.2-REPLACE $ CATHODIC PROTECTION SYSTEM ALTERNATE NO.3-ADDITIONAL INTERIOR DRY PAINTING (i 11 PROVIDE ADDITIONAL SURFACE LS 1 $ 7,6Za't"- $ 34,0 PREPARATION AND PAINTING OF THE ENTIRE DRYWELL TUBE AND BOWL INCLUDING APPROXIMATELY 5%OF THE REMAINING DRY INTERIOR SURFACES AS SPECIFIED TOTAL ALTERNATE NO.3-ADDITIONAL $` <t)�� INTERIOR DRY PAINTING BASED ON THE CONTRACT TIMES PER THE AGREEMENT FORM (SECTION 00_52_10,ARTICLE 4),PROVIDE PROPOSED CONSTRUCTION DATES: PROPOSED START DATE: f7k� 1,5�c2C)1C SUBSTANTIAL COMPLETION DATE: �� 9°1( FINAL COMPLETION DATE: 0c4 151L- go I 000055-11173-0 0 2011 Bonestroo 00 41 10-4 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. B. Bidder's Qualification Statement. C. Non-Collusion Declaration. 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 U O..nlh 11 , 20) 1 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.: 000545-09003-0 ©2009 Bonestroo 00 41 10-5 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 Corooration Corporation Name: G aSS I C Rot W AMr S)5K State of Incorporation: Ronda) Type(General Business,Professional,Service,Limited Liability): Ff rV LCP) By (� (Signature) ,� Name(typed or printed): 2a 1 Vv I tke Title: r re3idt1 t, Attest k‹ L. (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O. Box#'s): N1100 State EtuaA 25 Menomonie , W l ¶341131 Phone No.: 1 15 233- C-02A0-1 Fax No.: —1 15 233- V 21) 000545-09003-0 ©2009 Bonestroo 00 41 10-6 BID FORM A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name(tYPe or d printed): P ) 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 000545-09003-0 ©2009 Bonestroo 00 41 10-7 BID FORM City of Oak Park Heights - Water Tower #2 Rehabilitation General Contractor — Bidder Qualification Process General Description of Qualification Process The City of Oak Park Heights is seeking the services of a qualified Contractor to rehabilitate the 500,000 Gallon Water Tower#2. As part of the review process to ultimately determine a final Contractor the City is implementing a Bidder Qualification Process. Under this process'Bidders' are required to submit evidence that they have practical and significant knowledge and ability of the particular work to be bid upon and that they have the financial resources to complete the proposed work within the required timeline(see Agreement Form, Section 00 52 10). The City may consider not issuing final contract for this Project unless a Bidder submits required information and meets the minimum thresholds required. The object of the request for the Bidder's qualifications is to make it possible for the City to have reliable information on the financial ability, equipment and personnel available, past performance and experience of the Bidder in order to reduce the hazards involved in awarding a Contract to a party apparently not qualified to perform it and to best determine those Bidders qualified to properly complete the work. Pursuant to the guidelines below, Bidders must readily and independently document that the Bidder possesses the experience, available personnel, equipment and the financial resources for a timely and professional completion of the Project. The Bidder shall submit the requested information that will assist the City in determining whether the Bidder is adequately prepared to fulfill the Contract. The City reserves the right to reject any proposal where an investigation of the submitted available evidence or information is incomplete or does not satisfy the City that the Bidder is qualified to carry out the terms of the Contract. The City's decision as to the grading of qualifications is final. Failure on the part of any Bidder to carry out previous contracts satisfactorily or lack of experience or equipment, necessary for the satisfactory and timely completion of this project may be deemed sufficient cause for the disqualification of said Bidder and as determined by the City. Qualification Process: To participate and complete this Qualification Process - complete the following: Compile and provide the information requested below (Items 1-3) in a professional manner, clearly labeled and/or tabbed in the following order. Provide ONE complete original packet for review. Please be as complete and as succinct as possible; provide only relevant, non-extraneous information. (Do not submit general brochures from your firm as documentation unless these exclusively and in detail respond to a particular question) Item #1: Provide information of your firm's previous experience with equivalent projects successfully completed within the last 5 years; this must include providing evidence of at least three similar projects completed in the last five years for a municipal client. Provide clients name and contact information. Letters of reference are welcome. The City will investigate this information to determine if projects were completed on-time, incidence of change orders or other evaluative circumstances. (POINTS: Up to 5 points for each incidence of a equivalent and successful project.) Item #2: Provide detailed information on the proposed on-site project superintendent or foreperson who will supervise and be available for the Work on this Project and number years of experience; this must include a professional resume or other professional documentation that would be sufficient to assess the skills and capabilities of the proposed individual. (POINTS: Up to five(5) points for specifying a person that has significant skills and proven ability to complete this Project in professional, workmanlike manner. Should your firm be awarded the project and this individual not be the specified on-site project superintendant, (or an approved alternate) the City may assess a penalty of up to$5,000.00 and is also recoverable from the bid and/or performance bond.) Item #3: Provide detailed history of initiating change orders(not at owner's request)that total more than 5% of the original bid of a similar project within the last five years. If your firm has not initiated change orders on a project totaling more than 5%on a single project within the past 5 years provide a written statement indicating this on your firm's letter head. Failure to provide such statement may result in automatic disqualification. (POINTS: +5 points for providing a statement of Not Initiating Change Orders; -5 points for each Project in which the bidder's firm initiated change orders.) Scoring Criteria: A Bidder will not be considered as an acceptable contractor for this Project, unless the Bidder is determined to be a qualified bidder with a successful background in such field as determined and as reasonably calculated by the City utilizing a system of assigned points. A minimum of 20 points will need be achieved in order for a bidder to be determined as"qualified"for this project. Accordingly, please carefully review each scoring requirement and provide all necessary and complete information so that the City may definitively and accurately assign points. Should no firm reach the minimum required points the City may reassign the point structure to best determine qualifications and experience. In alternate, the City may at its discretion reject the Bidder Qualification Process at anytime and without penalty and award the contract on an alternate basis pursuant to Minnesota Statutes and/or bid documents. Additional Requirements: All Qualification submissions also shall be delivered in sealed packaging and shall be opened for purposes of general identification in open forum immediately after the submission due date and time along with the bid pricing submissions. (No facsimile or electronic submissions will be permitted). The City will then in more detail review the responses and will apply appropriate scoring to determine qualifications of bidders. All submissions shall be provided along with the required bidding information (see Section 00 21 13) to the City of Oak Park Heights, Attention City Administrator; located at 14168 Oak Park Blvd, Oak Park Heights, MN 55082 and not later than 10 A.M. (CDT) on March 21, 2011. PLEASE NOTE THE FOLLOWING INFORMATION: • Received information will be analyzed in detail to determine the qualification of all bidders. Failure to provide detailed information or respond to any questions may be grounds for the City to disqualify your submission. Do not submit extraneous or non-relevant information. Answer the questions clearly and succinctly. • Firms may select to forgo this Qualification process. However,the City reserves the right to preclude the issuance of a contract to any firm that does not successfully complete the Qualification process. • Should the City discover(and verify) information that is contrary to the information provided, the City reserves the right to immediately disqualify such bidder. • Should the City discover information that demonstrates that within the last ten years,that a bidder has engaged in disingenuous building/contracting practices resulting in material cost overruns; a finding of default and/or subsequent litigation,the City reserves the right to immediately rescore the bidders submission accordingly and/or reject the submission. • All submissions,and other information received by the City will not be retuned and will be considered as the property of the City and will similarly be considered as public information. ■ BID BOND KNOW ALL MEN BY THESE PRESENT,that we Classic Protective Coatings, Inc., N 7670 State Hwy 25,Menomonie,WI 54751 as Principal, hereinafter called the Principal, and Western Surety Company a corporation duly organized under the laws of the State of South Dakota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights,MN as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount bid Dollars($ 5% of Amt. 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 500,000 Gallon Water Tower No. 2 Rehabilitation, Project No. 000055- 11173-0 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 15th day of March , 2011 . Classic Protective Coatings,Inc. (Principal) (Seal) (Witness) '116- Ray Witke (Title) President Western S ret Company � (Surety) (Seal) (Witness) , r Stephen M.Klein (Title) Attorney-in-Fact KLEIN AGENCY, INC. Printed in cooperation with the American Institute of Architects(AIA)by the CNA Compauiesn Lexington Ave.. St. Paul, MN 55126 The language in this document conforms exactly to the language used in AIA Document A3'95-13i4: .,,de- uary 1970 Edition G-108041-A • INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On this day of , , before me personally appeared to me known to be the person Described in and who executed the forgoing bond, and acknowledged that he executed the same as free act and deed. Notary Public CORPORATION ACKNOWLEDGMENT STATE OF Aj 1SCOr 3Th COUNTY OF Dunn On this 1-1 day of arch , 2011 , before me personally came R \N`11-k-ke, to me known, who being by me duly sworn, did depose and say; that he is the VreQ,iciefk of C,1Q.mi0 IVcckeci ei Cirtilaq , I rlc_ the corporation described in and which executed the above instrument; that he Viows the seal of said corporation; affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. ootisilifti� ( Au:Wu R ) 034' ,p• -: - . - I . -0 s Notary i SURETY ACKNOWLEDGMENT S , Public STATE OF MINNESOTA S-0 0 of Wlsco;���` COUNTY OF Chisago ��N����N�� On this 10th day of March , 2011 , before me appeared Stephen M. Klein To me personally known, who, being duly sworn, did say that he is the Attorney-In-Fact of Western Surety Company of Sioux Falls, South Dakota that the seal affixed to the foregoing instrument is the corporation seal of said corporation; that the said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said Company. - ,. , ,/, .e. - y ..—/Notary Public ti .,4„,„ KARLA DEUTSCH HUNT NOTARY PUBLIC-MINNESOTA ti „ My Commission Expires Jan.31,2012 • - 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 John David Klein,John C Klein, Stephen M Klein, Kristin M Bakos,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 17th day of February,2011. "Mg!' WESTERN SURETY COMPANY W biz *4,1;4:e," Paul .Bruflat,Senior Vice President State of South Dakota JT ss County of Minnehaha On this 17th day of February,2011,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 30,2012 NOTARY PUBLIC 3^EAL s SOUTH DAKOTA }44444444444444444444444+ D.Krell,No ry Public CERTIFICATE 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 seal of the said corporation this 15 day of March, 2011 sue°1.t.r , WESTERN SURETY COMPANY Att.-0 ORgr moo' 09 7i w z. .Sr Ab.J>ar; 4wmmm ' L.Nelson,Assistant Secretary Form F4280-09-06 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 w N _. 7.% C O A W p A O C W .. p .. 0Ce G � M Qp 7 j i = p n p r o S Q O C O OQ CO n ,, eD p 4 ''7• a 0 Z 4 a .0 A O p O C F.A p Afa CD 3. CD tO 10 re IM �-3 r• -— -0— -- O N f ,et Z ' n n O 0 3 7 2 f O DJ W4 '11 wpo4 bo 4 '1ib -o -, 4 by - 4 nib -0 - 4 _ n Vi 7v' C/1 A/ O '"' O a ` O O 4 .O O z N i 1O ,. ,--1 x O h N A � -. O n N i. n � A D CD 4.X v b w � ' X m o rn CO b c cn rn CO b O o CD cji til N W eD A C ..!...1 W N N i J A O tD 69 O o•Ao t� 7 C 0 69 —1 cn N ▪ 0 69 J A y O v, y O < �� C•.) VD N v 1 O D ,0 NI v w v W oo o 7 -I 0 Z J 0 N 'Go C a o 4k o 4t o 0 o 0 • o 0 • • Cab - - CD bb '-' Cab bb - • �. c�. c�. . D,.c0. Imo. O. i.+ �. 2. 2. -t O ', A A A et CD A eA '� A A A CD - M M - M M M O CD - K K n `Jd ,A• i, O y H+ - CD A7 N (0 'O C\ O 'O — CD A 'O "C et, P '.a 4 40 • p < 74 .�' Q cr el). y A y' A .•Y zt yA rr.- `!CD O W O 9 C ' ■ti ' O W O R • • • O X O• O O 0 O fro k inn N k cn tlQ (!U • N I N -t 4s o o ICJ• C O Uo CS 7 0 C T. O. A O p G� O. cn C4 0 C1 t'll C $ eeDD tv r c eat r y 0 r C7 1 to ii4 :r A y 5- ',I 0, t� .p n x d � zn to n n ca oam z gyp = d ril A r va 0 a A - D eo ,t. O A "4 p O 0 `. to A b 4 C E CV CL AD p Z 0C �,, O nbpb4 br x �' x oo " x PT' 0 chi, . 0 P., O rt I �..G' .. 7C rn `D - ; - l., .�" rn 4 rn CD - q °` o v' r 4 C, a. td x rn CD x O O O w ry b A s N o o O .4 J . 0 t Z 00 w ••• . O z •- o cs s 5 - n _' A O i' FP '_' O ,k ,_,Vi O � .+J W O O N O N Z 0 Z O O O ■.o co O O co O G b b b N b b b n b b b N v. !. 2. . 0 a. c0. 0. W s �.0. c0. c0. O H+ O '0 A A A O 0- A A A O .0 A A A G 00 :' O N p+ o# sop CD 0 U) 4 ,: C . cp Cu) 46. - 7c) 7 b DD w �'. A .a AO ,~., PC) 2 4 o w A C A o O O 0 + g Po .•O -f 'i) q4 Po 0 to CT1 X X ■ CD A X" �' `∎ t41 C• o � e o MCI ~ ° ° °c o' C o o A G • cm. - CD - CD � o A x — .. r C m x 0 D.ME a a "0 m ,S oD oD `! R .4 so eo A ,-,. 9 el) 9 a . 0 m r a r 1 O .0 00 . dar°Q °� x arQ = o. `� 0 vQ eo to a m n e`o 4, r=1 P, n © . A p ti I r. b O C A O p K et . O p O C "�'! A'+ A 0 a A n 64- 2 7Q — is 0 .. n - 1 1 N 7 b x n ,-ri b 4 .�- .0 > A ,.r (� b Gc 0 (') "d C/� N 7 (') .0 .71 0 — '"a x P 'i O x A = ,.O N O , O = G w ,.. , . !,..> O '3' 4. A • • • 0 G vcc■ N 0 O .� �Iy .� O- G - O Al A A� d N �+ C P� .. O . '_ a " W C ` 0 b J oo w O n n w O C v0 � ~ ' Cw ' � v' CD A .< c N + O' CD 00 A ", CD w LA v, O w P A O N w O r 0 ( 000 Nw 0 O ,_. 00 C\ N W- Cn 00 O O > Vi 7. o C w LA O c 1 C Cr1 N O Oo w O O N O O O O 00 'b not od 'V W O `C b baN n FC b b N `,3 O O et 4, O N 2. . (D K 00 N M .4 0 C v' 0 d rn 0 N V v' t• ie p a CA C L eo C `0 7d y 'O A 0 o C C AI 0 P" CD el e7t p DD O p `.O r O U O et)000 P-. 0 `ti 0 .'3 O X X X 0 00 UQ (IQ G G C' CCD N CD`s 0 .7 O b O O 0 ��y 0 0 Z O O Z c, O el;et 41 T. — r d A ci)Ts to a DO A y ep I-3 cn to a 0 0-3 r r to 0 r w N yy . I-ii to= . A y = = erD n p C a - C = C QQ C UQ C ? C 0Q. n �, y n �, �, 5'' n g O O n 0. Cil 1 et" F41 a' m K A R " r°or �' a n n E '• n ID a 72. n a, eD 0 eo �j, . a eo 3 Ai to et 2 Cr 0 o O Y "' c 7 n w >C vim, $ A� N s 14 °° N O As P `C CD vi "� .0 N N L.-) J J N y 00 N . A� N w 01 N C/] • J J .+ N VD N C Oo En CCD w 01 " O✓ oo COD w macc' cOp W �0 N O ,a. O N W c-, 69 W .., 00 x 'n 6q O O O WO N — C Z v — to 0 O. 10 r-+ O CD W N w O 'VD 00 01 1-, 01 CA W V1 J J 0■ 00 O G 00 O p N b N O 00 S S nb S - nb .0 .0 n b .1 'Y N 0 "g `7 '7 ice., 0 , 'S R p 0 .1 ^! E. c2. - p �. 2. !. p c.... c0.. c�. cam. cam.. et ea et M 000 N K 000 CD 000 CD A n et ft C A CCDD d V1 01 cc; d V) C1 N d Cl) eOD 0 c n eOp 0 �. C c 'ti O eet 'a fa 7I0 000 A: ce•t's .0 IQQ 000 w ... .0 00 000 0 " • a C O 0 O O 0 X k k CA c Cfg (IQ c 00 C C .-, 0 O C N 0 � C O CO 0 . O 0 0 O p 0 �, p 0 O 0 0 R' Z 00 S• '�' 0 Z et, N 0�" A2D Tv" 'S S N co A et `! a y 0 eD 'r a; 0 r a, ►s7 h7 I = fp ^* ts7 tr1 til K7t~ P1 n � ... m 0 0 cm C fo C C G L7 C eD et CPC C o e.� .°*, e A o °e e°o 0 0 ° et CD o o A2 eD p C 7d C o+ - D n 'I .4 F14- cr c a 3 ° a, n m o F c in A er RD d ° o ' Z E- 5 o r eCD Cs K y r; a co O • O .ter .Or o z 4 nbzw � Nd o � a wog, p O �. � ooc°oc co 0 x O O .. w „ O N ,.-. .. O O 0 .-� , , O. O a �,, 00e5,p wco 5 , ; oer N °� � W w � � G c Z �r. .d S -s N f O w p Oo ,--3 - W , n .� O 4 , J m O - m O ' OnJ ' w o0 0 co N � N w j J CA CD E.9 5 O O `„ N N N 000 00 J W J X 00 O a CD N �G O p 0. 0. 00 ,.O N Z 4, O V, J p '� r 0 oo .— 0 N o- N b,40 •-, co - C O 0 DO O b b OHO n Iv c b it p i-0 - _. b b 0 C ep D°. �D. �A. O O .f. et' et' O `73 e`C A C t.70 am. a D 7 � © co cA 10 n d © . CD eD = —I-. D - N D 00 c .s n eoy O ti e0 " p y Q O " 'V C M C a y R.d ^ f 00 O O.f J O "1 p C O o R '* O o S O P X k k a�Q cC G G CD CCD K m p 4 O o ra 0 1:.,' ° 4 Es 0 n ° z G1 A a r. < m < E. ° fD ° Q m a to 0. x to to 2 0 4 �e 4 to co x eo H AD H y L AD T.' b T 'el .r VD 00 ril J_ __.. MM "1rn v) ..I r, .-.1 ,1 rn t.ii • f a °' °' O c o cO o R o ril n z d o - n -to 0 lel A7 et rR C 1" CD ".. to CD o .3. I e5 O QQ M - v K R cr 7 R 0C H R (° o (/) 00-L4 0 c° o o oo C = z > 4 ...."t,-) w � ,� , u, c„ o � t17 ,a�r"•w w w W w y `r w '� N O w CD = .. C) J �p O 0 N N O �1 00 cc .� b O v .+ (� -1 • .--' . .�- b v, Cp CS J O tii 00 J CCDD N J N ""'1 A 00 G 4 E. w CD VI W w 7d '-' W kC 00 V, CD 0 W F-. CD Z n 0 _ O - n �--� O J ° G. 69 00 ° 0 -P "! 'O J O O �l W p - 0o J O-• N J co �O v) N 00 W O co ° "'C R R N ,N, COj l�l, > N O ,- '-• N 2 N O v, cn N N O O � - N O O VD w Z O C .-r 'co W CD V O W O O •--1 O O O 'O ' b b n b b n b b b , (O b O O b O O W O a .. ! . . 1'' O A _ A A A A A A A A CD CD d V] ' N CD CD C 4 . CD '� vii "',, R N 7 ="8 .. "a W et "d < IC pp "a J "C' 6 r� vi A •� A M A Oa .- O O O e-. O O O • •!+, R of R R "S F'. o o k k X k (1RQ b00 000 DcD c G G G C .1-. C. C CD CD CD K H H H H C �, to C V C • O O R 77 O R To 10 R R O O 7Q O O A O CDCD O O.0 C 4 C 4 C 4 O O n to to CCD T,' f D eQ'D "x '! CC"D ':, — — "T O to 1 2 a. R C y -1 D �i 0 • O A C A CD • 0 0 C/1 Is. K as y r N N N O . N ,_ n til n n a°0 crc F no y o, A Cti � p Q to x p , y 9 n s ° °— n �• © o eo o to o. A o S. ° 0 °7 eo o CD C IA so o a o r) 0 P 4 z w.. ._ ,� � * C O O ro tt t; t" n •tip G I TD bA � 7d' 0 N Oj no 7". � c, CD N .+ 0' Z " - C W A 0 w R J CD t.) oil N - A - 0 N n 0_ 0 n t , w O, 4 v' �' I ►d 7y �t a o oo O, , , g b .o - p -I N - c b Q, °� I w � C N ° � oC7tr1;, •- a. r v, vo 0 LA tp 0 O O CC N p N 00 G l , O ,n O 7t O La x I !: 00 ", O O •-• PCi ,b .d (� b b b a b c c c .r CD .1 -s .1 p 0 �o �°. °. �o 5 °• w N °. °. °. W A A A O p a- eD A A O n n n O� CD ,A.' ,I, - J p q r i� ^r N tl C ` 00 N p' n 0 p - CD n A a9 - CD K A A'+ p p O '7 • A7 p . 1 v0 O� m ,d �. J O p rp J 'C y A 6. ,-; w .t▪ et CD X 10 10 1 En E. 0 r+, C et k . SID G H H C_ i tal ?e C ° 0 C ° C O 0 ° c p 0 o' A o eZo ° . C 0 .< m a - o so a' `� o y p O 0 'o N C� ts7 @ C '� -a e oa C ,o to A la eD d. o. m ►-1 o to r b Z b N I I N .A � "e� C/ . • A O o p D 4 F P 4 p * A to n • e m C P4- .W - c 7° C1 O E. a to rd n o R 0 "f. R 7 .4 a •••,. . r: e .- n b x wO b (4 '-' 't .- n 't n ` C7 O J a O S c<i O az p �" r" O 0,CY �, x O O x.' r03 O pad: ''� r w �+ w_ p� O 75" .b -, VA cr z GG A J �. O R .4 J O C x N R O A Al ON O• Cr1 `C J 0 C n O �n LA c+ G ' x Y o �'• r, o P a, a w d C d ' w N '`� co a A• �, z °� l•-) Y -• • Z d. c o oo o N m o O (? �p 00 N Aw CAN J C O. w N J � D H '� r O O(D w b . d 00• CT, < O C) 0 ff3 ? \O N O v R N c 41. w ,A O A N O N 00 � ,-,- J .- N : w O O O O n O cb r) .0 b rd. 1., Cb bvb b O b b ,._ -t C 0 C 0 S W 0 q o D. v tr. t .. ir . fD fD. A AM 0. �. O �. A A et n \ CD ^� "t till "0 CD fD ' D n O CD es th AD ,•� ..yy O A� t 7Q cre UQ O P .d <. O 6.Ib or• fD J ur .g 0 S ^3 0 C 9 R Opj R O .0+, M rr7 X k .5. f (IQ cm tC C H P H H _. C. --, CA to CS' a S R G O 9 R4 C R .„ Ito O p R IQ 03.Z C21 O CDD O C O a 4 m C e a� A a. R C E. 9 y �, 9 .� t '; a y m a eo tO H r m 2. x " a 0 0 fD -s O O A n IQ O . x UQ •r n a s. O • n O C b A .14. 0 C O 14 co O w A co ti O 17 4 ga _ a 0 A v, To O G < O O b n Y o c ° d r C . ,-1 7 � . , " Z 0 y ! 0 r h c 7s. ,..,.° O R t � co<D A C" C `d N r 1N " ` d ~ (x) \1 O b O A O 4 N C G� C7 p �C . � d 8 N W N O P. N 00 LA 4 (1) O, L O A•• N CM N n -t O� cD EA O S- O ■ 69 — N (D 0 N 69 O O N O O cal ►1 lJ N P I N 0 A / V N ¢ C (5 r+ O o0 N b N O b 0 O O O 0 w a PO 111 ,bb d "dc o b 9 9 9 0 b .4 CD C O O O �. C. M. = D Co). °' v, ma c' Cr co. `0 m lor CD 01 `C A A A co .*co O N '� o 0 co fo co et 0 co A to 1 N 'O 2 la, ~ p "O LI. VI 2. Cr la CDD N - 7). A O .-4' O C C› O c C 1+, a k O O O -• 0 _I- o UOcQI C A) C'�1 C17 co X co trg A A. co c+ o ON I=1 o 1,.) O v, O p• C _ O 'o O o O p O O p ,n • O 0 A O CPO En C `5 '! O A tll AD co N C�7 N A '1 N A ra• Co. oi ,:. R rr I ■ W N W W Lo ■_, O n ooh ° �° n� °0 p A o eD y ,t. A Cr a 9 G A el;K 0 K O y M O = y z a ep A Q 4 A .q tv rd - `0 tri •-� f7 'd b ed C7 �1 N �' (' d 77 to `l7 C" W vNi o z P� C p to 0 CD E 0 0 P o� 0 O0 x - -til C"0 40 n A N .7 In l�1 d am•. 1 a. T -* 8 k w . r. ■ J 7 7S 0 c N W N n A b9 %X) c oo O, "d •- to - O A 00 0 x to o (n O .., N N � h N N l...), O Z co O oo O W ,•�•"��. C O O O O O to c co cn it ro _ o d b 'C .d n.d o id b b o Q 0 ft et LA Izo fp fp CA o ff ° `- a 4O , d c - a, Idea 'fl ro CM p np < "M O •M y A O = , A A p o m 0 O 00 '.... 0 M P (JQ tll X 00 H 00 00 CD H H ( d n p p O lb C o A O ztr, ortr, c t, AD m E c E $1) 5ECD rrl G -t u G. -t u et p r 9 w S a; a; H ,t -t a. H 1 i 1 w w w tA a, ell : off 4 5 o 0 x 0 0 crc Y es g. � a eD o_ -• n o A =I I A s a 0 A eD a R• m r1I ti .s o s eD Z p CD r5 p "i7 O N r" f r. v, G I d o 0, x , w h N d x • o x x b to '. I z N T V1 nrt O � CD .D. m C vO c_., ., .. LA 4 r is u, 00 0 G 0 0 O w n O O ` s n w- N N nJ � On .-• •-, O . pt o .-' + v (IQ 2...a co b O J A w 8 _ �w v b w w 7 w ap z z o ° ° LA o v, r o w EA o, c w e co Ell oo v' w w .., N FD O c� + q Li, O O co O 0 w `t `O '"" 00 w -1=, N O O J O N O CN O Z d O O O O N O • CD• �. c ,. 0 A A N A A A O `� CD el, VI d C A C n"O Ig .A i 0 AO A y o- "1 8 A D y .-- r O . R7/ 7Q N O nz 7 v p 'C y o y ) .y K • ' O O S. `! O 0 f.'s-..c:. '3 C7 k X•N - 0 '. .-, O tlQ 0 k CD CD W - .i .•r. H H C1QQ fii CD Co si H tIl oo o 0 0 4 mr �• 0 O n Q• z Op `a O < A n'< CA y O 0 r fit CL r P A "-t O- eeDD r —tii m T` AD CA 0 .+ O 1.F4. .1'1 a A. `° 0-3 CD a tg H x 1 Iw w w J 00 ril C O. C UQ 0 0i n ° b C D. C" ° e0o 0 A "' co D. c O o -I B o. .0 `m `` e y -• n a o n fD cab o 0 0 A ° 0 0 e0 ° °� . as �. a I 0 A O p 0 n 0 to �, 2 va icl 0 - es rD I l r w o I ':1• N cO xcu ap bw P •x - x -� " d C�7 C"a - Hi ("D p N Na O , J 4 t-.Au O o v, C� ,40 O _c ' p o ,n � w 41. u v, Y N O Eel .p..Cr, ,- d w O N 0 "r O O, p w Z, C7, V, J r O .-1 w Z cD L.) p.w N d O. w LA C• O b N 0 O O n 00 0 bb .� .t .= J 0 O v. �. O fD A A fD A co. .A•. ....A•r O N co A co K ,A-r c' (D .-. co "I�� O .-.. 'r c'rr'o1 C� C CA 4 .-= p+ pp ,-+ to t .0 N co to d D. O:LI 70 VI 0 ka 0 0 -,., M 0 a (fQ CTI X 0 �' (I, H3 u~0o U0o P C' co co ,-1 H H x0* lv ril so 0 ' D.700 0 lo o S. p 0 0 AD so • < co "t o CD ' a co c m 3 0- E to o tiD 0• H H 0 7" 0 eD e o too .. n, � CIA ° nr � a n -, rf 0 C I r01 14 0 C Cr 0D 0 Cs r fD 0 ° r A N rr°a * '°• r* Z °° Cy I 51 O y n P P a I WI C_ G . x b N � W L,n .r .ti 0 � 4 ° t n7 � p,) t,, o x � W x - ,..0" x � N O X " '-t w . o O, ` CD P AH ON CP w "' O . . ° co ti7 N O t w N t..), r? C" E 0 '.^ ►� p. 'V C O O R o n' O O .24 N -N -1.1 w O CD I o O C ) J ,00 < w2 o 0 Cr ru �. 4.b ' ri C ,,, O° M cw in 0 I oo .e c� � v, '8 w w 0 w O N N ' c' a �ci n F!i - CC .O 0 v, r-+0 26. .•t ° N J � fip 00 ° c ~ Lii NO w N v, Z < .CD OO C w O _ O) '.. . 'CD O O ° N co co bPOO n ►v bbo o� b broom o b Pi 2. c2. a. c0.. v. O P p• 2 A. - n '�3 n A A N .4 M O •. '..r to d 4 , d 0 O 2 'C p 70 A ft A; CfN A C I 0 -Aj 0 U O� 0' A3.• et/. A ? 6..a • A 0p -"- C A O -. O ca, O v, v •! O .ti t1� t O .4 a p O 0 0 0 0 -* I M A, ril x 0• � 00 cm Li c• o° o , o oex zo s z o ,, � � � � 0 � torso E, a r o Et -e rs ., o 00 00 CD CD H -' - 1 I.4, 1 w v, Lsf 'T7 r," n ri7 ,.1r" n C� ►r1Cf� C a - o : ao �' ;II. 1 are, �' na ° ° c c .., a co °o O cr 1 ° K ° o, G� ° '' P+ es R C a c 1 1 o Io Y o 2 co CIO S. e0D C 3 Er '° O 1 O A; w eo 1.• .1"- W z P X . 1 co N O . O■ N °, co = .. w W z CO , N N CO r v, 9 w ° N co , ,i,o I O� c.,.$=') q cn g- 7 o O 0 . ' )y n p�77 CD et CO ti o "00 n -- rn Q c.,. H co" '-j N0 co00 00 5 vo W o, , O on rn J U a• y9 J ' O d O O, O ON. p W p O N N W N b9 , O 0 + O A) VD w A? p ) '_' .A ∎-, N �p ..t N O DD p A Op\ O\ W ~ W N • o N m w O r"' o0 0 C O p d p O 0 0 b �, 0 _,.0 ,.0 N ►C 0 'd b o � � O n b pO c... .O ` '0..' ' O O A A A O A A M e A u, ' n A A .r CD 0 n A to d fieso v7 p 0 co n u a e 9 0 3 �A C m CD 0 ti:Po co CIO 11.4 co H H ,-3 H w Cy v, .y O N til o O O e CO 0 .s Q oO ,O. 0 p �• O p ttOQ O QQ 00 ky z 0 CO to° eO A o 0 4 C7 d E. O C E N N eas T w. eo x' �* r p co y co .S A; 1:1. a A� C/ 2 H 2 H ! O CIO co H I I I I ∎1zn ›- a et"o n .1 c ozC. ,_, o tri ° c TA 0 0 ga. a o CrJ �, a n . 1 A 0. O " A A o A nCO r 0'' : o0:,O 1 0 0 �' Ro Tg 2 o.I o- o CD Sr V co uo go °' Ip f� o 0 c C A eD 0 .. o ^o eD o 3 A o SD CD f 0 ft a D ur°Q z B es- 5 z in' n '� `d � o4 xII8• � : oo yx FO r' g 00 a e)c—r �,I� •o� � c� G oo • po ti, NO I n ' .° 0 , 1 ■' O j N N ce.ii s pD • w -b N • '-•< � p N O 7 oo 0 R —. �0. R -4. r -••••) I O O O 0J N N V] b9 C4 -+ O e7 oo '--o � "' 00 Z C J N.0 W W .p ■i r W s w 0. o .0 W C p w co va � � O "" N Co aN N 1 O J o O .0 O O ,-. b O O ON to O O VNi 2. b 0 "C ►0 O N n °d O ri 1-0. . O b el).O 2C • A A N '7 K C . c . � A C D A "l (c . D. co neo oo '0 o �° "' y co 0 0 la d C/] '� d 0 O co .0 m p P. c n 0 p O c 9 A y N 0- 9• 1 IQ "_' O a. 5 7. .! O O o- o o. 0 0 °, ~' ,-n o CD m w to •tri k c x E M voo CIO 5 P 0 w p^�G� co co ti /y H H Cl7 0 5 0 O r or AP 5, C7 p ... O Z O n 5 o CM o O �- In' `o' po o ,� C CD eD �_ C oo a, - ce 0 r. C A o 'Co r' ( co D o o - '- � m o H @ Q B tri t -g 5- .4 II x I o _ tm em ot r• n c n I 0 12, et es o ° n o ; a, � �° c I o n - � O O n e�Iv o' c o c RDo n ° y o o n o a 5 ,." o 9. @ 7d o a a ° I �• C " c es Ds p m 2 n ? o .+ - n es 4 n y z . 4 b.r� n � by - `drW o Rio x W -•O xo `� µ" CD � ' �C .' `s cn rnCD �' � .. .00 v) CI °;rri v _rri P n < O •^CGS n/ •er n-. N O �.� "s$ co I , [J W7 O� ' `rr.II, "d W J `� 6' N G rte- b 0 , "- CD W p b 4„. '�" N O c• J a p - O cOD •• �' N L p O •-• O CCD fA cm caD N69 O\ a O '''� O cm O b�9 N O 4D C4 u) ~ t�Jl Y r J W .Lin.t �-. LA 00 Z d O O, d cli .-• ,-t C .p w J J LA �,�„ ? ~ cD O N 0 to W w 0 0 O. N .NO W O V� co W O O co co O co - o "d rb b O C d rordo n °C .i . O I -1 ' N ft O O p' ` C , _ am es n c . W '0 et es es n O co K, c A n n cD n n ` . d" CD es et. al o °A n � < U -' el tz 0 u, VI CD C �N J < A W b• O .y , O C CD 74. 0, \ ►s O O P C O � O• = co. 0 0 P GO 0 rri C17 k cn "+ 0 H UOQ aci 2- CD -t •' H H 0 O O A O T' O O 3 O Dr O ° < O C CD O C C N Ai ! O X A7 r C a E CD d 2 CD°CD 't C CI . a T CD t: Pa N a 7f .! -t H O UC O H O I tll VI N 117 r• n "f �J n z n `�"r Fy C � �' re O C' A a O a 0.n - 0 o f a eD " M 2 0 Q. Y o p eo 2. CD Cr p ., w ,.0.p. eo o. ,t. CI ,.. `7":1 r Cr z j n .1 .b N no r- W n � Yw z .d r w x w o" y CD .4, .. a 1 "p P w N O L- go b7 p ° G `< — w -- N ° a G o ° I co'—, p n f� � N � - o ° - , " v b � P I � 0 0 Ib p, p ° C7 1 wl Cr w 4N 5 n � C7 p Ot.'' p r�+• t!,,, 4 0 m p p v, G < w z O.n. N N O w _ cN O O N • N p 0 VI,—• _ O to VI 0 N O N Cn v, w '—' O O ■O\ w w IC ° z o° IV ° o ro-moo nb bb ° a w O 0 o� � � .d 0 0 . o o N A A C Fr et n f - o CD - - - CD - ? CD 7 y d r� - p d C 4 O xl y .0 O O C .a O v' CD A � A = N 0" ) CD �_ CD eo rte. QQ N W "O e• A O O cr cr OS ' p 9 a C O 00 0 0 0 0 0 P 0 ril rt X k ,n tnY in 5' CIO (fQ C C G C K PD CD co .r N H CD 10 7C" tll ;.4 LA x O .r C 0 O til o. C O O d o o A O C m$ CI eo fa 0 A+ C C. 0 CD 1 Fit- Ito ta. a 2 2 <= 5 fa P co UQ ca. 0 H H go P x x LA rm CT ytii .1 en ara til tll R p C1 p b C '! OA O A � , ñ r °r ICriA a. s m ro I eD o � o o» IL' AD 0 Cr en 1 et 0 r 0 n, .ti � �, y n � bv� � 4 b0 0 , fp N '-0 C-' W Fs -1 „D., K .. '_' c-. .. N N �1 — 0 0 .. 00 (p'� C/] H �.n CI . A _ r CN — w to W N '�. 'b b O1 O• F' oN, �'• Z O n• 'r7 N I w CTi O fD 4, 6.‘ Q\ O a n• O , C �„' N O lJi r N•N c� cD �-3 O J �• b9 w N .-� "NO N.4 n � N o o z N N oIN X v, �' 0 (D w ° `^ 9 P N p w 0 N J 00 -P• W N p <CD .� N ` O W N GO ,� N P. 4t 0 Pt O LA p N N O p O < p 00 ,A.' O N 0 id .'d r C) ►d O p 0 0 �. �. �. O A 0 0. D w ,� A �• a0. N 'CS a n n N � �y 0 ,co 0 "t a ti CO � d r� O co �D C , ON 'jJ y C N N' n a C m `C7 C a a A 0 ' a a a a A d O a 2 A'� C ONo 2' "17 cr "� v Aq OW C "t A O .°j D ri ° .1 AO O b O C 8• 0 0 O OO-h � ril • QQ GG 60 P N y CO 75- til C Cs✓ C C.- o 0 0 IC z O � 4 � w � W � EC _• a - op eo r < A r' �+ AD �' OO O f Ca C G7 C a K O O a 0 C/, a O C o (tQ AD 0 ac H A a, � I ool by trJ :i oz �o byCii '�1rn o o ° I o a ,E 2I oa2, rn C. ‘."` I ° A p' et, , .+e + FA j y o r O - eD "r O.Iv eD . .q eD 1 I n CA ° n I?. = � o ° to tr 0 �' O 2 ara I Y 5- tot cr ^0 I in eD I eD WI f Do . '• - `ze 2. 0 as Z A �° co o z n y bc4l4 n "0 `bY 4 �, � 7 � b � ow Ww x A)(� ,r1 'C C4 > x l b a x O n N „ ci� . � cD o � �I� , � w .. be0 r � �, O N n N 'A- )4 .� l Q1 'N r uo N b' W � ¢ o �dN4 `D . �., P b rnZxo , IWwoo N V - w ^�•' 0 "' O o r N O.-w N ., (..n J oo N oo w ON (..0 p 0 CA O (.11 O J v, ■O vi IO p; -P o N o O o O1 0 O ro •d -ItIo b b b 'mod b CI 'c 9 c c O1 CD �°, �. �. o 0 0 �. v. c... O AD eD et, A N ∎• A N 6' ft, co n - K co K Ow O p' eo eo A CA 4 2, CD At 10 o ta 00 Op 'M CD co 0 w 0 L' A N A eD p• ti ww G o O C.� O C w 0 x m X ' I c7 (to 0 CD CD "t •-t y r"i N C ° IA `�'s R VO .ft 2. O O p O a' C O • O O Z 0 ▪ z o < C pp p r.go w ° Cd el) is CD D < a; � c°eD o @ c B a -1 to v) 9 �-3 O P p 7S co�Q 0 -3 H3 o 0 I — ■ . I I 1 1 Cc N ° C z GcG_ 10 •t I C Ap fp O C C� �p I ▪ �' I ' ^ r G Co co CD CIO . o C I p CA co O' 0- 0- y 4 n CD ,Cy , � CD ; C.4 I 1-el).1 IV ro CD CD CD N CD � I yy O• ( C• O a • °< < C O @ co ` I 9 c ao o -t • A o(1)- r `r co o a rs o cn 9 ON O`° C a ii ., r x o t..-)CD h '' I A' v I O 0. CD QCC w ci, o � c c G G w N Z 0,9 CD n ' V) v+ (D ( N ,O b I� M 7 r� b9 N CS O CO O - 4 a, n 4 c, '-<- pp O a vp c.n� W C) O VI ..'S ? Q . a A w N 2+ O A O . N N - C N O O d rd o D "C CD "d d � o 9 O co A�_ 6� - CD CD W 0 O y — ro y d p A r D A J O. n co 0 O ft, co co�N .O 111 i A�. • O t Ob 'Y .1 O .r y "1 ■`C W ) p 0 .. O 9 g O O O O O O' `r' ry bQ rr1 X c r.H 0 C C o C p 0 O O O O 0 A 0O' CD0 S. to Fo- < co to a ao a @ ,-3 m H to 9 to UIOa•su!Inoaan!aaa�o tda!ssnla•MMM yid aid, gdO •J / AgP 89Z9-££Z-S lL algu!saed I L9Z9-££Z-S IL auoyda!al 1 Ddb \ 0 4i s.* 8Z6S-ISO'S u!suoas! a!uotuoua W SZ eM y }I anS OL9LN 40 .1d `Iui3nuu1O aduj VSVN JOJ auuao al!sstuz T pun (o cols 'XI 'Mod sIHM puu punoJ2 `palnnoto) sal uollu2 uo?II?ui 'I3 `tloeo 1 ollody `j ■ `a?uowwouop j S of uoll0 000`00i OS£ sanaic SI ouj `s2u9noD an?loaload 3tssnl3 sxu�l 05erols aalenn palenala uof!e9 uotllftu Z of uo!II!W% `35uaols punoa 'NAI 'Mud 'TS uo ImB uo?!!iuz / L ou1S axows d OOL mai( S auI `s5upuoD HALL laantIOD aouuualutnl j znl1OQ uo!!!!y 106 VD `urelunol,%I auolS 1145i'I 7g JOMod uptaold sii oA S •daoD.iaMod siueill?ttA uoilnnouN znlloQ uoilI?Y�I Z "Id `uoluosq?o—(I!!amD)as?uapzn0 uoilunouai.znllou uogI?YAT OOZ `ui d a n t Fed I I p I P I d 'Y•S `uMolaaaoao—Jaded Iuuo?lnuaalul sivaA OT auI `uouun- go :aaua!aadxa lq q pun aaMod .id aoj 5uilsnlg au!cpn,L 28 i pog `2uiuq luautuieluoD pal?lnD auI `aaqunlD AXIS luau u?aulS Inulsnpul u! pag!lta3 Inluauzuoi?nug Inluautuoa?nug SDd ouI `Joln.L-yiN I?ounoD 2u?lured satnlorulS IaalS Iuluatuuoz?nua unoN 2u!u!au uosnd lualaduroD pun 5uiuina1 uo!s!AJOdng Innouzaa peal u! pag?lta3 uo!lu.zudaad aouJzns pun auiluoo aualonu ut poljpia3 :uo!;Ianpg luaplsaJd 'wpm Aij :atunsag npliold I sLxad, I u!suoas!M s6u}.puo, anpa3o4 J1SSb1J l � ti Lvd0 i 00 uma•s:3u peoaa:tlpoloitimsseta•∎∎.tt:vs. cev41 ti ; WO +` �dSS 89Z9't IZ-S I L at!t l!s.)K I I L9Z9-t t Z-S t L auOIlctala•l. 3dSS t11s6''' 8265-ISLt'S u!suoasl:kl a!uouioualV I SZ :�t%t1J i!Fl "MIS OL9LV �'��s1s+*' •3oueua3uIe pue `suogeog!pow ieoiuegoami `aui3eoj `5ui3seig kunIS pue 1 1 A 'pugs `suia3sAS 3uauxure3uoD :uoi3duosaQ poM 9861 03 9L61 dd ` uidiapend Jo uouueD gp 166I 03 9861 vo `un unoy,auo3S jo.iannod stueilli1Yl 9661 03 I661 NI"I `Tried '3S Jo MI 3uasatd o3 9661 SBU!WOD 3n900301d oisseiD aouauadxa meaif t£ 3uap!sa.Jd `3313!A,'fell •£ 000Z 03 0661 1N`uioourl JO.19zla3S 2If 3uasaid o3 OOOZ s5ui3eo3 ant3oa3o.1d otsseiD aouauadxa s‘maii OZ 3uapua3uuadnS `aetuuppieA o!2oing •Z 17661 03 8861 1N`uiooui7 JO Jazla3S' if 9661 03 '17661 'NLAI `Itted '3S Jo MI 3uasaad o3 9661 •ouI `s5ui3eop ant3oa3oad oissuID aouauadxa s‘aeaA ZZ 3uapua3uuadng `JeureiapieA uIegg •1 :s1osinaadn5 3oafo1dJo aouauadxg/I. :uaaouoD icUIN 31 uiotyA oZ E'•ppol:I I sexal, I ulsuoasm s6u! uo)aApJa aid eNSSOD r) z Z.44'.‘, D n :4 poftt x � r �, V) '-� I i c—r n Vim, -,t > �j a) t�+ . � c� O / Cn (D CD 0 7v Q c--r h - v n i° " � ` CD 4 et) ut Z f�D N tin g. s TI fa I �+ y m ° m co N� '''' '',.?‘::'4::4::_v:-Iii'J::, CI �' A) Pa �' �„ ►.� n c m ytiRx�.�1+A'. � ,i 0 '1 .0 ao ¢ +ice.' k>a, F',,,,,*,„. k n m1. A /'•�` N d `/TJ 3 N K O V .! _1 _p n N 0t o�r a T'� o z f J zcit > - 0 i r a 0 a) m ro \� D IT c--t,,1/4) ��� llllllll • _' CD 11 0 as "r1 z- O Q r: 3 ° •° CD b 0 co a °- — = ti • 5 0 m '! °;* D N L~t ar J-r 1--� <: o 0 2 f� CD 70 5' A+ ►---. N o a 2 5- �. i:::;„::::',• , ,..„.%,,, 5' s' m .G (p V�4 �, 6 In p. C 0 0-i 6 — 3 3 . =- z- 7 to N N CD O V V ci. O p U) 0 O A / t O � � 2 n a i 1 : x vi �O rD 8 ' 1 N. C Fa ti . c'-t- 0_ z ca k..,... �n N f ® k n .0 1:1 0 --} Tt• (D #,, w W (D C14 S --s p �7 Fi v' u�oN r A g `: 0 3 0 3 oy 3 3 (L . m CD C ^m C) C) A? n n n iii v v o 0 0 0 o 0 et- (D oN A et 1 N: , h 2 ' D ,, 0 m �1 n x � Nc--.+. n �, ° T1 Q- rrl c--r ?,-4'.;--,sv z> V ° H 'p fir. (D Fr; • —. ~o w w 3 A= r"--4-....4(b e* tD i� c t n - M- N N O' 0 V V = 0 0 O O 1 Cn7?off '",,i l; R J Y r ` 744 n .'• y y / i r n t ' A n• D '' n°gi �. a 0 _ l N =■^ O °i �_ N. "'l fD = t phi 1,.. N N n r ? A• .O_ n )I n a) a — v ''-h CO c �' 3 N �, O . �, ,p z n• O co 6 cp A - • cp= V p @.14 rf cn (D CD n _ = Q cQ '•___A p* coo _ (�D GQ (�-4 t to VNi Og - � t+r; .p _' 0 o .Q ',..-4,"`;,d ,t �' v P, r ,' - p 0,o rp U 3 D) - N m n m -1 n fD �' k:; �- =- m cn 1,..) O N-) C — iv O �• O tv rt- 1 rit Z D n a . n fi. . 4 = �E O n !D y ,i -. f C a , , �• r-, . -lg. Glf ro r--•4. 5 fD c7 (- 8 Q rt a = * 8• 3 n r a Z -D b -► - • 0 ,�RN PT TM is' o0 N c v, N N �Q Vj f1 5 (D -1 = n' - n n n m- v 0 0 N N _O O 0 O 0 n 0 y ■ Y 7 VM in / i 1 Z. D n EL- r cD C J x rc N `-' 1 Cw ,k �. C)cD i)b 'y n O H Q v) C"f' AL c 0 �. rC 3 C) 3 - A� Vl ry. (p � ill w -, rAj C F co �m m o n V ( rt 1 m r.� z �• -, arm 0Q C 0 V1 -0 0" va 0 3 0 3 O = = = :7,r,,,..,.:„..„ N N O'Q Oo V V VI O p 0 o n s r*"----'+°44 •7-o:7,,c,,. O'Q z w E.�e m re N a N \ 2. c.......= w S. ,,,.4-_,,,,.,,,,,,,:4,,..,,,:,„ (tr �N n 't n m. �I O y Pf• -I Ir• CD ti 6 ON FD f, A 5 ft CD �-+ f� �':.: tai; 0a, @ 0 rt co< co o cQ 5. CD CG tin CI) n n .-r ►: F—• "' it.° �+� to aQ 0 �; cD 5 a�, Q�Q P =' Vl (D 0 3 0 3 C'v rt m n m n n C S = 0 cn N N O V V NJ I•J n 0 o O et- fm.......t„,. , „„.. QP w 4. n w44 , y' / n R _• c-r --1 �-+. _. b I c• 0 ( n o gyp' Q o-' �-j c---t- ., �,/ rt • et Cn n �:� 8 = 0 o rt rd r; rP (D a q N S Vi ' a v,aN () (D � � v �, t^ c P-1 tri e fD 0 3 a 3 O'cl y C m - n N A N N CD O0 V V CD O O_ 0 O Z A ,`A,6�!f : O 7 i y I .f 3 0 1 =A a • �� _ r-.4. co ��l C) h o• 4O (1). n 0 T Q E. a. 7° ►-+' .-r ? rt Fe }v '''• -..h l CD a O�' a) i m '^ • N C .o w O Z n W ^ •3 or H Q —� V O O )�(-1 ..� ..4. sd CD M�dM iy H• N al CD A C S' �•*.ai s b E.. r: �• �' 0 3 0 3 r Cra =, ('C � `D n f D n • pl :: N N �' 0 V V = O_ O O O v t c' i D a �` � 0 1 D :1- dziv? t it, n J , = c—t- C cam+ . CD Ci a 0 Gra Fe P a : su 3 C7 `� b P; �, 6-s T- ,-,• 0 Tfi 3 Zn fIEi - 8i M)> .. . o 3 �'' E st � VI In 0rQ C) Z CD Z n • ^ 0 3 • FO (n� n n Eir 5 N O I N o 0 `4 cSJ y N 0 ` / t f D r1 � n. rt) r io e, w co J an 5' o 0 = a �++ 0 a v I 3 � cri 0 n. N lY 7J O V t i }� Kt h1 0 cn O n T r�cp _ � c. net' fD n n n < N N (0) 0 V O 0 O O C'1 n ,4,,:.',.;,,,, , z ,-= .... „ cik.\\ :..,..r., : n (...) ; ,., ca. t -FD) • - b = r-1- s c H U c--+. � y u % �v ' w cD rv .5. I V ° �: <. r 11 / p d Q t-rl (—.- w a col l 1 , CCU et CDD ��,�. 3 n a. -t CD w —. O (D iir -1 < >.' _. -• o ° H O v ' u) c.-.t �t' n n =. (a (D ■---••K -0 CDD 5 P� c"i- r+ n „ c o q " Y l (D t f AI ? C Z oa �- CD C] 0 3 0 3 I •� 3 CU fD n m n al n lD S S Vl N 0 V N N O O_ 0 O 13.14.4:44.f.i;retc,;,.. .c;,,14; rte. IX R: ° I> < I>< Ft' r cn 0 4 otq: i i* &A g: ..1. .a., s Alp iD cn C i a Ob 0 o P7 tl CD v 3 a Tn N� ° N p b a a Eli 0 Cn (7.i. 0 CI ED 0 " C m (I)p) n ; < 11""4"' b o " `C O b Q • ° r+O 0) CD 5. 0 ti Fa O�o r, CO CD p o 3 � n p o p 6 ort. cc2 c (ii CD 0 r.CM -n�. n 0 Ni o C 7o r. a) o CD I ' CD 00 (J)) . cr, —1 1 iL 1..... O 11 lii......................._1411111111 if r N C 3 rn tit ET iv 0) ' , ',. �' 0 0 Oa Z mom OM rt'?' 2 ono. a x m c---c z N m = l n N CJ 5• n m o xi m n O 3 O o b # FD, c O m w a _. 1 Ma 3 Z n• n 0% N rD CD r` v � � o rn -s (� w CD fD fit, .1] N (D O F. = C• C"--f• a ^ -0 3 �-r f = o -ru n CD' ,z, p 3 p 3 - C m t"; b r, ro W m =n n ,t;:,,. =- _- .77 0 V v CD 0 a 0 o of 0 0 � n ,.. ;- ( vii V w , • N / . D n r 1 ` A d r N _., = T!- 2 =Sv r-t rte . 5. rri4...) i 8 TI cp Is-:i' r1A c — r. ham---� �� 3 ^\ fD — w m 0'b C } o (D H w rt. o- CD X _.}.,, 3 Z (Ti. �, n fD PQ N (D CD O ID- �* (D � ^ - YI D. n > �_' y m m O �• (CI 0 5 car r., rt R1 co rt) o I r) _•�? =► m C O CD OV ri- ■ = V1 rJ� k"z gip =- ° ° 3 n � ��: -e v , 0 Jo n fl off ; o =• :� + F::, w r 0 � 3 / 1 i!Z 0 c r Q 0, p, . 5 Cr n f , . via 'O N W c' n n n 1 (p r.+ c ro O_ Q r"--t- 3 i i r� ",• z ^ 7 n in eD N O V 0 t7 C r"i cO O m n' -- 5' BD N vi m ll O O� C O 5 --��y� 0 2 0 n N7 r �, r-� H 0 �, �. rt � w m 0 .11 Q Fri (xi ul Oa n V CO CI. "1 C i— n = VI (D •• ;∎a,'§. Ow O 3 ; 3 0 3 �u� < K: r, n n n s .A Cl) N N y 0 f ; V V O_ O O 0 0 r 0 N. J h v " r z V" m ^ t eL m J A m C) .__ -1 N `_�1,i iii) _' D m c�; oa C ! n n (D qua SD O 0 3 a, m `b c'Q C) g. n id,„ (.0 n -ci ID- C aV cn o �. m r„,m O V) cQ 0 Q c m . 5' (� NI M — n �' :� ►"t r A., 0 3p 3 H' O 3 :. * mo rn �. n n n rt .-r N N 0 4 f. V V _O 0 0 O /V H 'A' c y / i 1 D n 2.n, 0 3 0 'r\o#1 ''2)-k N e� ' R _ '� l a Fi 5 '• Cp I o<► —• <• A r) O Cp '�, z OL tr 1 m a 0% cp ii OrQ Id n' S CD CD ¢.) vi ty,oo C) , CD � -.r t to - _* �� > — n 5. n CD • (.., �t- 'i9 a � OCl i k 0 3 0 I �' =� 3 r`; f S v m N , C N O ". _O fD 41 et • s wr ` y *-,7, { a .n• Vie' 0 a �� w r� as =' r. N c ^1 —i (YO cn 0 ,,' fD N Z n - (D 1,-, t71 ,e•-.... :i:,,,,i 1,:„.,, :,., .• "",''..',..,,,.t: 3 n n cn n -a n• cD S.• CD CD S ) n �• n = �--, *-t r■--■ _• CO N 3 (D dq• - ,--.4.,......, u+ aM n Oy (D p-% 'A In 0 w _Q I f1'1 a .,, ,, 111 N 7'i'+ '.1,,, -..‘,4,;1.P.9;� 0 3 0 3 °in •p 3 ( m n m n n n' - S at Ov v 0 � N N O_ o 0_ O O n 0 fstke ttp.J. N W. r ' N i Z. z w > 0 0- ni x �. AAA -� c —.7 Cl) as (D n x n r� C o Z Fi N 0 v -D C n (D cn n CI' a ' p-r. n -+ Fr i• (D j,J> (D r$ y Pr q N ( n <• .S. CD CD �� p � 0 5. t0.-�1--- � vs• r�i (<D �.... (p crq N 7 = -' co) f -LP to orQ (l 0"Q (D ,---,< ' - �-� cn y. N I O"Q 0 V M _O O A S pN. 0 :...'4 a /yam irt,•. N 0 w N .. c .� n y I ? D n ate. < .. m 4 2 O ry A ow 0 k a ,. o --+ 1 5-5' "w gm. C'`, °- �' w; a �� �. r—r CC ' s :. n 0 use n CA 3 n �1 a o b 0 9 AT 3 „ � n O a `D O A r n '5• CD ¢� r-! C n -0 i, =. n m. r---- c-° C p C �, (" n 0 I O — .d in-- '�'�. m 0 CD Gq• - rte- + - c ¢7 t '7 � a- — n •a, s c 044 / t'.. IL m -, a, n C = N O � N . V V _O p n n O O o 3 w '1, N v v / c 't rt Ar\ g 4\ jt1 r-►• Mir �-{ Y Q , x - }p aw =D � a n Z N n Q D A ti 2• V 0 . r S r N ii o n =. fD CND t° EA <, o O :)...A ��; ln 0 , 0.—+ �' rr < rP CD cm• � r �0 �• ii-3 sn ^ i fr Wt S Lri 1r'f w C^J .4te,-„,,-..,,,, ,,,.-7 0 30 3 n c 3 t?w cD I. ,D n 0 - �- ” fa w n .>1 V O� O O (D 0 o 0 Olk 11) J `tai: 0 s e el J4* j -b• w i n t2 I:kF:.-F:.- -°� ry M y _ t--- � O 7 '........f...., s' N n (-'j d CD " , A 3 n n �+ u) n O - a� c CD m' ° n n' .0 �' fD ¢f r-t m o -1 cQ C = (:ri)0 2 0 1 n � �. r-.—. o cn �; m GQ CD OV P 5. n S 5,4 0 3 0 3 y �. 3 %-a <y3,;4 CD � n n n CD S S U) O V V N N O_ O O O x: N • N n / �r Z R o • 2. ry 0 r\d ! F\ l \I w c\ m i I m 0 'n (� , s• o CD r , • C 0 a w , ; �.3 o. +' n� v, '} n n p '^• r CD CD C4 X ..�• ���`, 3 � n C" fl a O rs D Or v_' Z tT) 6) n n 4 Q�= ,--- t. zn a, rn o (Q on 6 r, - �o = n F.. 0.--.4 O e S N, t\fD VI �� n 73 m s. .,RAC #+ ..� ,�. e� y;; ,,,,,,s,,t:Ai,... 0 ri 3 3 r ., �`.,.~' a m ,_^^O--n $ • ' N 7 'c h • 4 z zf D s'�. 0 m CA _ e--..■ . 0 TI a P n ,O A V 3 w a N b 4 O 4 >,,R 3 v n .O vi n 3 O O Fit, 7' E _ C N z2 Ccnn ^ CD �' Di (1) m o a) (C) 0 Z r -+ r`„ n . r-. - O --5. ■ E. a o 3 0 3 oN 3 lr C`` m" n n n A T �- r. to x N N 0� O V V _O p Co 0 ON.--...'�- Ilk J c• • N 7 L • n 1 1 1 �. D n m Qt m r` t .v m = c'7 z 0 � . '� , . (D -}', 5. N c-.: . i p3q CD r, fl Z. wnr M t^ eli-" any � � n� 0 '...--;:1'1!::,::::.„.::,::. 3 C) n 0) b y w FP p Gig• =-�,, O Z n' Vf cn - v _n D) ( a 7• Cr. p Let „ ►��. (D �, N 4 v fD. N m n' = ec, N r"t' H m m O 0 5 ca. l • = p =• �-+ • N 5 e p rf 1+i N I �-, V J _O O ON r J p N 7 7 y 7 N j a 3 Rl a 1 i i D 2 T- ill �I m m I UI c e agt .'3 taz NJ al cz SU I $ w° CD s i l r � � ,. 1 ; i • F 'i •. P7aSS1C tive Coatings I ,. f M ! '' i, 1 '' '' 1 ‘■ • ' ...'t' 1 1,04iiiitt...,..... I jS1 +� Y.. ir...,4 @ 5- -�;,. : .„., ... , . ..,.K. � �; { •. '. 1 .4 s .corn w ., ,.� r ww classicprot�ctivecoatings Buildin a National Reputation One Community at a Time g P 4r t 1 f i „ s b� t The Power of the Water Tower •• ta latrt We know what a water tower means to a er community. ,, • • It is your identity,rising out of the horizon + 4�.s and announcing itself to travelers.Whether it is a landmark or an eyesore,it tells people a lot or III,, about your community. I ��� • It is your water source. It must be in 11111 compliance wal, , I' Ill' standards for a ith clealocn,safe state water and storage national facility. r! r ii It is your responsibility. Repairs and , ' ,/ renovations must be done quickly,safely,and ,f at a competitive cost. At Classic Protective Coatings,we share the '., ,i;\ , A// , \ community's interests.Our well-trained teams r' i p I I' f meet exacting specifications on time and within 1j` + budget.And with our comprehensive repair \. , f / 1�' _ and maintenance plans,we'll take the lead in i N� / r 1 protecting your tank while you keep fiscal i $ ' ' V �' a control over your future. 3 I i 4 _� � ' - tam I • � ' ! ! , ..4.: bk. . . -„,,,,,,r All ., ,..\ 1 (, .. , , ... -.mit, ,, ,,,,-, ,, . •s: ;' + '4' - ' ��1 e -�„ � � _ . f t- ?‘,1-,'",-" ., 'i, y r M.aintainin Pride in t _he unl Classic Protective Coatings provides f uel storage tanks e0u for skilled elevated water tanks,ground water tanks,and mechanics repair and maintatanks, surfaceseand do washout and dive tank We paint interior and exterior up to code. inspections.We are fully qualified to modify tanks to meet OSHA and _ ___ current security standards.We have built a sterling reputation with our II clients for working quickly,safely,and with the community in mind. , I l I Maintenance and Negotiated Plans __ ' Maintaining quality water storage can be daunting.Our multi-year professional service agreements are designed to make that responsibility our concern.We work with you to assess your needs and agree upon a plan that thetspecifications your u andnlet you spread closely with top engineers to write cost over many years.You have the security of knowing that a company you can trust is ensuring the long life of your tank. ' \i, td Our containment systems c .�' during ompletely blasting cover p rocessesthe tank, 4 a protecting the community r , . from contaminates and debris. ' — ';'4' - rill171 ''. ' i 1 ...' " Ail 'a ' i .- .,_ ta'a . ' 'dpi _ .- _4 ,- ...-. „� ,. i _,t " ,'t rw--...."V.-4- - ----,,,I) Statof-t -art Equipment and �,Crews rya �!,_,.!,,,,i- ,-- �� �?�a �, aro.' '"g`,,,- �?MF �F Equipment. Our welding,blasting,, - Y' 5 : ` containment equipment is state-off- f, the community is our number o '�.; . specialized containment systems a `, Prized assets.Containment allows u " ` contaminated surfaces dust-free.Our systems combined with our 40,000 CFM • .• y - collector and our Monster Blaster, the largest blaster in the industry,make an unbeatable team. Monster Blasters multiple hoses guarantee smooth , - 4 ,=- y d+M '� � a", work processes with minimal downtime. t.,„,,,,,,,,,,:, People.We work on tanks but we care about people. 4, Our six-person crews have up-to-the-minute training .... on safety and compliance issues.Our company's � � ,�` � " t , ,. culture encourages senior employees to mentor ,;a, .t � . newer employees so the whole team works up to the , 4 r. highest standards.Our employees are passionate ;'�" r11, about the quality of their work and it shows. .. t., 4' S 4$:,,;:' N S4k14 k �' �` Classic's Monster ., Blaster has superior '= ^ #r-" blasting power.Eight t- ':.17-.. :1,' ' i hoses provide flexibility,p,--,,•i'..,,,!-.. ,''.).";,,,•,i--t.-!,:,,.',. ---,i, f'`.-„.r.iL,,,..,.'.,..„-,.,-4,,„,,0,e,,I,,,$,„_-1.610,..,1,1'*.,.,,..11,.1,,,:,.,,..•..,",s-',4,,,;1.t,::14:,f:i,.,,,,.,t,,' ” and backup capacity. t 1 I wo ,, . . . _;,,i4,' „, - _. _:_ ,;:r—:: - Our Versa-blast system has built in ? dust collection capabilities so no emissions �,'' are released into the air.It allows us to 1. . . prepare flat surfaces quickly and safely without external containment. Y 4 ,: '\1::" ..., ,� Living to Our Reputation 1 k ; ,. ,,,,r At Classic Protective Coatings,each job is unique.Our case file of hundreds of tanks means we have found solutions to that many different challenges. i We have an excellent track li record for working on tanks in tight spots with minimal ` ,to Partial list of clients: sb disruption to the community. I • Marietta,GA This tank in Cottage Grove, r I • Little Falls,MN Minnesota,is surrounded • Loogootee, IN by many homes. • Lake City,FL " . • North Richland Hills,TX ---- ._-_"_ .�. tt', • Leitchfield,KY • N.A.S.A. • Gainesville,GA , With With 2.5 million gallons of water, • US Air Force '' WA iWATQ '" the tank in Wauwatosa,Wisconsin, • US Navy is one of the largest legged ; 4 / ` elevation water tanks in the ,`i country.We contained the tank Classic Protective Coatings k ' I and finished the project safely and is affiliated with: ahead of schedule. AVVWA ' ", = s r American Water Works Association '=b- SSPC The Society for Protective Coatings vvww.classicprotectivecoatings.c:om Classic Protective Coatings,Inc. N 7670 State Highway 25 Menomonie,Wisconsin 54751-5928 USA (- Telephone:(715) 233-6267 Facsimile:(715) 233-6268 P.O.Box 210 Wimauma,Florida CiCiSS iC Telephone:(813) 633-8619 Facsimile:(813) 633-8719 Protective Coatings Email:info @classicprotectivecoatings.com • . ' s:•• • "q^ a 5 - r 4 eM sal, _ :'9?- ,gyp t^ „s. k. - _ t ..�• •X„, < } • W . ti.,•..-ff::,::/' (///////... ' 110, 111 ?-4. 11 ‘'. • • J • • • _ 1 i• . ' , . L. tit € t ": d r r-1,-7.r, ,. qlf: ''-i.t ' ' - N!ir I ill, ill!.., '„ , I. I . '' i • y •• 1 jf i Y • .. Y i • • • { BIDDER: Rc (� Bonestroo DOCUMENT 00 41 10 BID FORM 500000 GALLON WATER TOWER NO.2 REHABILITATION PROJECT NO.000055-11173-0 OAK PARK HEIGHTS,MN 2011 THIS BID IS SUBMITTED TO: City of Oak Park Heights 14168 Oak Park Boulevard N PO Box 2007 Oak Park Heights,MN,55082-2007 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that t•' may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at or contiguous to the Site which may affect cost,progress,or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. 000055-11173-0 ®2011 Bonestroo 00 41 10-1 BID FORM F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. 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. 3. 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. 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 000055-11173-0 ®2011 emesROO 00 41 10-2 BID FORM 3 Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and Final Payment for all Unit Price Bid Items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price PART 1-BASE BID WATER TOWER NO.1 REHABILITATION: 1 MOBILIZATION 2 EXTERIOR CLEANING,SURFACE 600. �u� PREPARATION,DISPOSAL,AND PAINTING 1 $ �a 1J - $ � OpIJ' , (INCLUDES PAINTING SCHEME) �— 3 INTERIOR DRY CLEANING,SURFACE ' PREPARATION,DISPOSAL AND PAINTING AS 1 $ Z C $ Z�Lam} SPECIFIED 4 INTERIOR WET CLEANING,SURFACE PREPARATION,DISPOSAL AND PAINTING AS 1 $ f��— lrt G�(� $ ��5� rvU SPECIFIED 5 STRUCTURAL REPAIRS AND MODIFICATIONS LS -200.---'c'� 1 $_!-47�iC1 $ __,__ 6 WELDING,GRINDING,AND REMOVAL OF ,'�� ERECTION BRACKET SCAB MARKS AND WELD HR 80 $ l G UL Z 000 SPATTER $— � 7 FULL NEGATIVE AIR CONTAINMENT c= 1 $_____,,/2/00 $ G Q C._ 8 SODDING,LAWN TYPE WITH TOPSOIL FOR LS AREAS DAMAGED DURING CONSTRUCTION 1 $ 0� �� TOTAL PART 1-BASE BID WATER t i, pi ■ TOWER NO.1 REHABILITATION $ 17L1v, ____ PART 2-ALTERNATE BIDS: ALTERNATE NO.1-MIXER 9 PROVIDE MIXER AND REPAIR 10'BROKEN LS SECTION OF LADDER PER SPECIFICATION 1 $ ° ?C cK� —T-- $ �1= SECTION 33 01 16 TOTAL ALTERNATE NO.1-MIXER $�i i (��� t_____, i I 000055-11173-0 ©2011 Bonespop 00 41 10-3 BID FORM 1 I No. Item Units Qty Unit Price Total Price I ALTERNATE NO.2-REPLACE CATHODIC PROTECTION SYSTEM 10 REMOVE THE EXISTING CATHODIC 1 y 04'PROTECTION SYSTEM IN ITS ENTIRETY AND � '/ 15 COO Q00 INSTALL A NEW CATHODIC PROTECTION SYSTEM AS SPECIFIED IN SECTION 26 42 00 TOTAL ALTERNATE NO.2-REPLACE c� CATHODIC PROTECTION SYSTEM �/ ALTERNATE NO.3-ADDITIONAL INTERIOR DRY PAINTING 11 PROVIDE ADDITIONAL SURFACE LS 1 $ �j (��(f(1 75-Ql��.� PREPARATION AND PAINTING OF THE ENTIRE l DRYWELL TUBE AND BOWL INCLUDING APPROXIMATELY 5%OF THE REMAINING DRY INTERIOR SURFACES AS SPECIFIED TOTAL ALTERNATE NO.3-ADDITIONAL 0��yy0.� O� INTERIOR DRY PAINTING $ � UV BASED ON THE CONTRACT TIMES PER THE AGREEMENT FORM (SECTION 00_52_10,ARTICLE 4),PROVIDE PROPOSED CONSTRUCTION DATES: PROPOSED START DATE: b i -2s;,`` SUBSTANTIAL COMPLETION DATE: FINAL COMPLETION DATE: 000055-11123-0 -__ ®2011 Bonestroo 00 41 10-4 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. B. ' Bidder's Qualification Statement. C. Non-Collusion Declaration. r 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 20 1 If Bidder Is: An Individual Name(typed or printed): By: (Individual's signature) (SEAL) Doing business as: Business Street Address(No P.O. Box#'s): Phone No.: Fax No.: 000545-09003-0 ©2009 Bonestroo 1 00 41 10-5 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 NO Se (, Corporation Name: Po JG' 5 State of Incorporation: (✓\ IQ Sc--F-pt Type( ,Limited Liability): L t PI cr Y) L I )-01L17+/ (Signature) Name(typed or printed): —TED t) - L Title: )( (;i 1 l ` S), i"1 Attest (C RATE RFAI 1 (S.nat e of Corporate Secretary) Business Street Address(No P.O. Box#'s): (-( y2-11- 57 A `- '. CO ( i)'n i"iiV' 55-37 6 Phone No.: 763 ticil 000 Fax No.: '76-, 3 7 J 7 2_0C i 000545-09003-0 ©2009 Bonestroo 00 41 10-6 BID FORM A Joint Ven ure Joint Venture Name: (SEAL) (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: ? i (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 i I 000545-09003-0 ©2009 Bonestroo 00 41 10-7 BID FORM r Y ' THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE PCiRoads, LLC 14123 42nd Street N.E., St. Michael, MN 55376 as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 19th Floor, Schaumburg, IL 60196-1056 a corporation duly organized under the laws of the State of MD 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 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 500,000 Gallon Water Tower No. 2 Rehabilitation, City of Oak Park Heights, MN Project No. 000055-11173-0 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 21st day of March , 2011 - ���� /� PCiRoads, LLC RG' Cart- ' I6,21W7 — (Principal) 1�/ Y� 7`/� (Witness) By: 7A, (Title) /44010e Fidelity and Deposit Company of Maryland (Surety) (Seal) (Witness) . Attorney-in-Fact Lin K. French (Tide) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 f ' Y 1 III LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of MINNESOTA ss. County of WRIGHT On this 21st„ day of March ,2011,before me personally appeared 5/op-A/ to be known,who being by me duly sworn, did depose and say that(s)he is the f Sr�:e-a ' of the Limited Liability Company described in and which executed the foregoing instrument, and that(s)he signed his name thereto by order of the Board of Governors of said Limited Liability Company. AAAAA AiM.m.AAAAAAM vvvvv 1&„ ;3_ NAPHTALI SCOTT � -�l NOTARY PUBLIC-MINNESOTA Notary Public Lug-t bi-t 1 County, F1 Q/ cougassiota BPIRIG 1- t.2 My commission expires ! — 7-ci Z ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this 21St, day of March ,2011 ,before me appeared Linda K.French to me personally known, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Linda K.French acknowledged said instrument to be the free act and deed of said corporation. ec Anr . ■ 6V1F1(/ti RACHEL THOMAS Notary Public Ramsey County, MN NOTARY PUBLIC-MINNESOTA My commission expires 01/31/15 My Commission Expires Jan.31,2015 Y':...,..- J V'V Vr I1 • , Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S : :tt aryland,by THEODORE G.MARTINEZ,Vice President,and ERIC D.BARNES,Assistant o e .i 3. ce of authority granted by Article Vl, Section 2,of the By-Laws of said Companies,which arcs I verse . . eof and are hereby certified to be in full force and effect on the date hereof,do �nate�co ttl �» ` :ruce N. TELANDER,John P.MARTINSEN,R.Scott _ t �ZSLSON,John E.TAUER, Joshua R.LOFTIS,Craig REMICK, !i d ) ^' at": 'aJ -.� EICH,all of Minneapolis,Minnesota, EACH its true and lawful age{ A • , F ., 1�'. e.. _c i e,seal and deliver,for and on its behalf as surety,and as its act and deed: .•,40i' i a I i n s s 4�?i'►_ ,and the execution of such bonds or undertakings in pursuance of these presents,shall 1.- •lnIi ,... kr mpanies,as fully and amply,to all intents and purposes,as if they had been duly executed and a gc • • e regularly elected officers of the Company at its office in Baltimore,Md., in their own proper persons. ts-¢ower of attorney revokes that issued on behalf of Bruce N.TELANDER,John P.MARTINSEN, R. Scott.EGGINTON,R.W.FRANK,Donald R.OLSON,John E.TAUER,Joshua R.LOFTIS,Craig REMICK,Linda K. FRENCH,Brian J.OESTRICH,dated March 16,2010. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 26th day of March,A.D.2010. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY to°p� #3,0031144.,0 maw J ♦IY, f° tittibiZAL 5 me 0101* By: Eric D. Barnes Assistant Secretary Theodore G. Martinez State of Maryland City of Baltimore }ss: On this 26th day of March, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14,2011 POA-F 184-8081A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Aiorneys-iii-Faci as die business of the Company may iequue, o: to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELIT\ AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolitiop of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 21st, day of March , 2011 Assistant Secretary �� PCiRoads 14123 42nd Street NE Telephone:763.497.6100/Fax: 763.497.6101 St.Michael,MN 55376-9564 pciroads.com Roads CITY OF OAK PARK HEIGHTS WATER TOWER NO. 2 REHABILITATION BIDDER QUALIFICATION PROCESS VIII TAB 1 Firms previous experience with equivalent projects TAB 2 Superintendent resume TAB 3 Change order history y statement il AN EQUAL OPPORTUNITY EMPLOYER ` PCiRoads 14123 42nd Street NE Telephone:763.497.6100/Fax:763.497.6101 St.Michael,MN 55376-9564 pciroads.com /4oao's WATER TOWER REPAINTING REFERENCES For PCiRoads, LLC City: Austin, MN Engineer: KLM Engineering - Jack Kollmer Phone: (651) 773-5111 Capacity: 1,000,000 Gallon Date Completed : 6/2010 City: Hibbing, MN Engineer: KLM Engineering - Jack Kollmer Phone: (651) 773-5111 Capacity: 1,000,000 Gallon Date Completed : 5/2011 1/20/2011 Pagel AN EQUAL OPPORTUNITY EMPLOYER PCiRoads • 14123 42nd Street NE 17.1C7 ��S' St.Michael,MN 55376-9564 Telephone;763.497.6100/Fax:763.497.6101 pciroads.com March 22, 2010 To: All Potential Clients RE: Prequalification Experience Letter of Explanation To All: PCiRoads is pleased to announce the acquisition Wisconsin based industrial painting of LeadCon, Inc.; a Hudson, g company that has been completing abrasive blasting and painting projects since 1995 specializing in the repair and repainting of elevated water storage tanks. PCiRoads will acquire all construction equipment and keep supervision and employees with the intention of maintaining an existing program equal to that which was previously established by LeadCon. annual work In an effort to provide the highest quality workmanship y eadCon. PClRoads will soon be applying for SSPCyQP1/ P rii on our projects, forward to completing and implementing this quality (cation. ra We look realizing the benefits It will bring to both us and our I program and Contact us.if you have any questions regarding his 9 information. Sincerely, PCIRoads, LLC D6Rt4401011 David Graham Project Manager • .. ,,,� • AN EQUAL OPPORTUNITY EMPLOYER T ; PROJECT REFERENCES LEADCON, INC. City: St.Paul,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 �+ Capacity: 4 million Gallon Date: 2008 City: Bemidji,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 250,000 Gallon Date: 2008 City: St.Paul,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 80,000 Gallon Date: 2008 City: Oak Park Heights,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 250,000 Gallon Date: 2008 City: Grand Forks,ND Engineer: AE2S Phone: (701)746-8087 Capacity: 500,000 Gallon Date: 2008 City: Shoreview,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 1,500,000 Gallon Date: 2008 City: Anoka,MN Engineer: SEH Engineering—Lee Dombusch Phone: (651)490-2000 Capacity: 500,000 Gallon Date: 2006 City: Alexandria,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 300,000 Gallon Date: 2006 City: USS Corporation Engineer: KCI Engineering—Robert Kollmer Phone: (651)462-7266 Capacity: 300,000 Gallon Date: 2006 • City: Foley,MN Engineer: SEH Engineering—Lee Dornbusch Phone: (651)490-2000 Capacity: 250,000 Gallon Date: 2006 City: Bemidji,MN Y, Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 500,000 Gallon Date: 2005 City: Shoreview,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 1,000,000 Gallon Date: 2005 City: Mtn,Iron,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 500,000 Gallon Date: 2003 City: Mtn,Iron,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 1,000,000 Gallon Ground Storage Reservoir Date: 2003 City: Inver Grove Heights,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 1,000,000 Gallon Date: 2003 City: Chippewa Falls,WI Engineer: Earth Teach—Jeff Galbraith Phone: (715)296-4398 Capacity: 500,000 Gallon Date: 2003 City: Owatonna,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 500,000 Gallon Date: 2002 City: Lanesboro,MN Engineer: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 250,000 Gallon Date: 2002 City: Plymouth,MN Engineering: KLM Engineering—Jack Kollmer Phone: (651)773-5111 Capacity: 1,000,000 Gallon Date: 2002 LEADCON,INC. EQUIPMENT LIST P Dust Unit,40,000 cfm 2 each Sand Pot,8 ton 6 each Air Compressor, 1300 cfm 2 each Air Compressor,975 cfm 1 each Paint Pump,King 6 each Pressure Washer,3200 cfm 1 each Welder 2 each Containment System,Teepee 2 each Interior Tank Boom Equipment 4 each Spider Baskets 8 each Mir w,y (mpg f ''''' 0°' ..--,-,..-,... 4 „., c-D l c, ,„.,, 1.,,,z ,,,,,:,,,, ,,,,,_.. ,., $..., ,-,,, L.,.., ,C) }awl f ,..,.... 'w‘, w s oili Ii - , per.. I:1, t t',4 4 cip 0 , tiiiiiiiell v N P '''''''' li (7'''''' '''''' riell ,....... ,..., ,o, c„,/,„, ,. . to tom\ f. +" x : 7,:',`,7-, ,• C p ,.,,:,..','4lawileinomme 14 ,1,;!,..1":::::::,."....:,.'......1.:1;1:'..,...,11:,:::::..::::.:::.:.:...:1:.:..:.1..1:111:::':..'i'l.: '4'.‘., ,,,„.,.z. -.1 :::::....:......:r.i.......:.......:.....,...:i...:''.'•::::...........:...:..i....:::..;::.:.:..1.:.!1,:::::'''::..!.:1*.::...E.;.....g.....:.....:.:....::::.:1'...;....•...' 7'°;:. .7.-- 1.•••. . � ' ay a. >� - s ,sill �a: • • ,....,,,,:., .. a, 76 ,...... 'N''•11.•,:,• .4 - ,,.., „........ ., ,.„ . ....,.. ......, ...:ik „,... „:„.. ..: *, *, ,.;„4 r) 0 „... ..„ ,,,.. .„... ,.... 7 ....q (1) cse) „. C7) --. onsmommagi VP .'.9:1"...„, r" Ivo i004,01 , ... k 0 ig ';,-,.„7,-, ...'.., 4 , ,„,,,,, ,,,,,.,,.,. Z Cli 111') :,.., 0„014 11.14141 e-% :3 4., 0., ..., .. z-.> —,- ' . . . a ,,,, :::','• r"."<" `.,.''''''„,4 .""'--= ,..., -..., a Z *., ;1 ''.eir -'1' ::::\.. '\ C ..,,. , . --; ''''`', 4 4 '-.), '', \°- ...,4.4- 00 0, 04"4 04 . 0 0°... 0 )0r ouy 2 '.:,..:..,.. YY Y0' CE'''4'' ...„. .. CP ., . ,..f.,„„,..,.:., .... ........... , „ ' ,. ',o , . . ... — ..... . . .-,..— .... ,„ 7....,' , ‘ S ler. , "'• "-•" - , 0 c ,,,V. --i4.- r.0:0',,- •-,,,„ , ...„.. ...., ,. „ ..... — . „„......., ..., ,, . , .•,,,, '''' ',-' "'"":"'''',:iiiiiiii-':6'.''.i. : '".4 1 .,4:............. ...7]Y: ::1'.::.',.0)'.0 . ..° ...• 1000m**A10. .....pioa ..,..,,,, .0%. i .............0.).... ... °,...' .....- . : -, . ,°-Noi. '41Vg, -;• „or Ny i .'-'.. .0......."...%.*:Y. ..- .° ... 0:Y`- , ... . . ' . „ .... . . 00 4,... I —.GN► A'lo/ PCiRoads 14123 42ntl Street NE Telephone:763.497.6100/Fax:763.497.6101 St.Michael, MN 55376-9564 pciroads.com f?oads March 21, 2011 City Engineer City of Oak Park Heights 14168 Oak Park Boulevard Oak Park Heights, MN 55082 RE: Water Tower No. 2 Repainting Bidder Qualification Process Item #3 Change Order History To Whom It May Concern: PCiRoads, LLC has no past history of initiating change orders (not at the owner's request) that total more than 5% of the original bid on similar projects within the last five (5) years. Sincerely, David Graham Project Manager AN EQUAL OPPORTUNITY EMPLOYER RESUME Name: RICH SCHMIDT Position: SUPERINTENDENT Work History: 2010-Present PCiRoads, LLC Superintendent 2002 - 2010 Leadcon, Inc. Foreman, blaster, painter, rigging, containment 1997 - 2001 Odland Protective Coatings Blaster, painter, rigging, containment Certifications/Training: CPR First Aid OSHA 500 Hour Competent Person for Deleading Industrial Strucures Plural Component Pump Training Trowel Lining Applicator Thin Film Coating Applicator I . 1 I - I O C as * F eu 'O 04 O C. i.• CC i y ca L VI C W E as L.- C �. L •0 N 3 > C7 3 ea 44 VI U Z .E o as C O O Z C Fti W i I onti .r W F" F i ccs 3 � c 00 CA CA W X W w 0 4. 0 0 0 _o 0 L C C O • L 1 • L •L of L .; O C ..0 C.) .•.1 C ..° h d,,•� d y u Ri i o V A c c 0 u a4 G1. p ea et aui aui ua. 0.. . . • •L C L L O L C L O In Ow 04 00 U Ln c11 0. 1 Alo U o O O M N O O N th N O _N O to O l� N N CN 00 00 N ..- r 0000 N 0 00 69 •O O tN v7 00 v7 U v'i O T M M s. bq C/) ro 0 � 3A ay e`n c•-) � Q 0 nc s LI M a]O C 'i 0 m a) 0•OL U U� as a ..=.-. C U G. Z a U r+-' Z a. ti — .- 1 ) R- ,. p. *2 1 1 I I L as .0 C 'C L p ^O •Os 7 s°, u as o 0044 c 01 L o d 40 I. as _ 04 as c 6 o C .0 s i 4. L u a o u CJ L t. 0 O p o s O 0 a V ^5 ca 4. CO 0 a4 d d a ^e ^= a 3 .0 s . y i. a a .0 e w C F ^c wo o c `... C I E n L 3 d o a a) C O L L a O Y L y "O C L uR rO . o C .0 z d ^O a O w +O L O .c o p co - ea .0 y C L., 6» O w R 'C y R 3 d M `'' ; c •O 1 3 y is y u 04 O es 0 O ^C1 O ^I 7 c ea) p d 0 C es to = o`•w aO. un i Z 3 k °u o _ o c = o L y.. ^p .0 a4 y9 = •" o — •u .- ta o E u ds a4 as a4 _ a. C u s ea y eua d ° d = E i .L w • 5 u c I c �. ,o,, e° i cn c 3 0 ea .m.r c d w ^° s 0 a •CT) ° au4 ° m 3 0 •= a a"4 c c) 3 3 aL4 3 E� °a "'v' R a C 0 U 4 e„; d ti= E E s- e.) G.'O s . as s L L' as o R o 0 y d 3 C w c 3 o a f," r.'7 O 0 0 = " E c 0 s as % L - .c N CA a 3 .CJ • - b4 CO .= A E d c 0 e a ^ s E cO W W .4C4-. .c a10 ° u o U WI Q .5 0. y i � 3 os I N I I 1 1 / 3 k 0k \ \ t > c z c o . - @ ƒ ƒ % H s. \ / •\ § % 2 2t } § k C %\ \ ƒ / 7 0. k \ e t t - t f ƒƒ E 644 a / 1 1 I @ \ \ G � VD £ /� } \ � § � - a § n •.- 2 \ Z \ # / \ \ f # o \ , / o 2 o t- t •§ c .$ \ 5j2j A & 2 § I - - ' 7 }- 0 c = c f , 0 ° � t ( eCa & " S � 0 © = et % ° 20a 6 . / I. / 0 = § o (e _ - - ° ■ & 0 ° k , 2 2 e 0 et 2 / _ } ^e: • g 2 7 % ; , ] § 2 V)V°P* •• 4 . 3 ) § 0 Cr\ = & § ,, § ; ® © a_ el - a _ § ■ ■ ] » •0 R co E \ ] jj \ § k } � / k� / / = 2 k o ; k § 2 § & 2 /2 - . A_ _ o . , t' k le, § 7 2 V . a { k / 34 72 � / �\ \ kBk/ , BIDDER: /L1 , '24,,.17,k1< , / " v Bonestroo DOCUMENT 00 41 10 BID FORM 500000 GALLON WATER TOWER NO.2 REHABILITATION PROJECT NO.000055-11173-0 OAK PARK HEIGHTS,MN 2011 THIS BID IS SUBMITTED TO: City of Oak Park Heights 14168 Oak Park Boulevard N PO Box 2007 Oak Park Heights,MN,55082-2007 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 ivowE B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at or contiguous to the Site which may affect cost,progress,or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,explorations, tests,studies,and data with the Bidding Documents. 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. 7, 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. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are induded 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 BID FORM !West= 00 41 10-2 ©2011!West= Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and Final Payment for all Unit Price Bid Items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price PART 1-BASE BID WATER TOWER NO.1 REHABILITATION: 1 MOBILIZATION LS 1 $'?O/tea•QO $°?4 Oaf).DO 2 EXTERIOR CLEANING,SURFACE LS 1 $494 000.017 $/6 DOD•G29 PREPARATION,DISPOSAL,AND PAINTING (INCLUDES PAINTING SCHEME) 3 INTERIOR DRY CLEANING,SURFACE LS 1 $75,COO.no $75/0610.00 PREPARATION,DISPOSAL AND PAINTING AS SPECIFIED / 4 INTERIOR WET CLEANING,SURFACE LS 1 $ 96,DOO.00 $ 96, 000.00 PREPARATION,DISPOSAL AND PAINTING AS SPECIFIED 5 STRUCTURAL REPAIRS AND MODIFICATIONS LS 1 $ 50,600.00 $ ,o•50.0.6/) Q Y N 6 WELDING,GRINDING,AND REMOVAL OF HR 80 ,"' $ ERECTION BRACKET SCAB MARKS AND WELD SPATTER 7 FULL NEGATIVE AIR CONTAINMENT LS 1 $/00,000.00 $ /00,4100.40 8 SODDING,LAWN TYPE WITH TOPSOIL FOR LS 1 $ " GO0.00 $ 4 000.00 AREAS DAMAGED DURING CONSTRUCTION �,�y� TOTAL PART 1-BASE BID WATER TOWER NO.1 REHABILITATION PART 2-ALTERNATE BIDS: ALTERNATE NO.1-MIXER 9 PROVIDE MIXER AND REPAIR 10'BROKEN LS 1 $/e3.400.00 $/O/Oa,.00 SECTION OF LADDER PER SPECIFICATION SECTION 33 01 16 TOTAL ALTERNATE NO.1-MIXER /D/061a00 000055-11173-0 p 2011 eonestroo 00 41 10-3 BID FORM No. Item Units Qty Unit Price Total Price ALTERNATE NO.2-REPLACE CATHODIC PROTECTION SYSTEM 10 REMOVE THE EXISTING CATHODIC LS 1 $ /B,DAD,Up $ lg/000.0 0 PROTECTION SYSTEM IN ITS ENTIRETY AND INSTALL A NEW CATHODIC PROTECTION SYSTEM AS SPECIFIED IN SECTION 26 42 00 TOTAL ALTERNATE NO.2-REPLACE $/4 OG .O v CATHODIC PROTECTION SYSTEM ALTERNATE NO.3-ADDITIONAL INTERIOR DRY PAINTING /� 11 PROVIDE ADDITIONAL SURFACE LS 1 $ � �� $ 8 O 0 PREPARATION AND PAINTING OF THE ENTIRE DRYWELL TUBE AND BOWL INCLUDING APPROXIMATELY 5%OF THE REMAINING DRY INTERIOR SURFACES AS SPECIFIED TOTAL ALTERNATE NO.3-ADDITIONAL $g/OG1�•O Q INTERIOR DRY PAINTING BASED ON THE CONTRACT TIMES PER THE AGREEMENT FORM (SECTION 00_52_10,ARTICLE 4),PROVIDE PROPOSED CONSTRUCTION DATES: PROPOSED START DATE: /41/ /, 2011 SUBSTANTIAL COMPLETION DATE: Q h(/E 00, 1011 FINAL COMPLETION DATE: TUb y .20/ 000055-11173-0 ©2011 Bonestroo 00 41 10-4 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. B. Bidder's Qualification Statement. C. Non-Collusion Declaration. 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 MPta-c H 17 ,201 If Bidder Is: An Individual Name(typed or printed): By: 4(SEAL) (Individual's signature) Doing business as: Business Street Address(No P.O. :: #'s): Phone No: Fax No.: 000545-09003-0 ©2009 Bonestroo 00 41 10-5 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 D ,NT,,41� L Corporation Name: /"'• ' (SEAL) State of Incorporation: 7 k •11 h 6.A� Type(General Business, i ): � iv> -L .UiAJE&s By: (Signature) Name(typed or printed): PTO iOK) ?E77l Title: Atte ;)04, (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address(No P.O. Box#'s): -115 7 e5 -7/6v271 wy4'o'°7E It -10l' Phone No.: 73'7 5g6/ Fax No.: 7.6 -285-5-e42 000545-09003-0 ©2009 Bonestroo 00 41 10-6 BID FORM A Joint Venture Joint Venture Name: (SEAL) i By: (Signature of joint enture 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 Ad ss(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 000545-09003-0 ©2009 Bonestroo 00 41 10-7 BID FORM t ` THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we M.K.Painting,Inc. (Here insert full name and address or legal title of Contractor) 4157 Seventh,Wyandotte,Michigan 48192 as Principal, hereinafter called the Principal, and North American Specialty Insurance Company (Here insert full name and address or legal title of Surety) 650 Elm Street,Manchester,New Hampshire 03101 a corporation duly organized under the laws of the State of New Hampshire as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oak Park Heights (Here insert full name and address or legal title of Owner) 14168 Oak Park Blvd.,Oak Park Heights,Minnesota 55082 as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%)of Amount of Bid Dollars (' S% ), 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 500,000 Gallon Water Tower No.2 Rehabilitation 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 21st day of March,2011 M.K. Painting, Inc.c'Z'' ..Z, / ,� (Seat) (Witness) a -01 . ./4/&aZ/ �'7(.17- (Title) _./ a j 0 I irz. ' ' I North American Specialty Insurance Company /11121 i (Surety) Seal) �L( (Witness) ��If !) a a' een relan (Tide) • ttorney- n- act AIA DOCUMENT A310• BID BOND •AIA B• FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 •f� Printed on Recycled Paper 9/93 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: ROBERT TROBEC,KATHLEEN M.IRELAN,CHAD E.TEAGUE, ty IAN J.DONALD,JEFFREY A. CHANDLER and ALAN P.CHANDLER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as sure ty,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. TWENTY-FIVE MILLION($25,000,000,00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March,2000: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety, hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company;Company;that each or any of them y; and it qualifying is the attorney named FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to an certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." any f i c t0-60..7..V. %i. __=`c� SEAL By t r ,-,:>r'.-. ^���[1J1dA1j`� 0,.0 iZ�, 1EA :n0? Steven P.Anderson,President&Chief Executive 011icr of Washington International Insurance Company ~� D�PO G �,'"ti,� �,,�Q 0 &Senior Vice President of North American S a' �T ki � ,eedi,tAP5O\\ /!, ` Specialty insurance Company a��.. SEAL, ,� l'r '1tac�.., yp By •, David M.Layman Senior Vice Presrdeu fw &Vice President of North American SpecialtyrInsurance Company Company official seals toESShWe WHEREOF, affixed,No the these presepecial Specialty Insurance n by their Company and Washington International Insurance Company have caused Y authorized officers this 9th day of September their ,2010. North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 9th day of September --- 20 10 before me,a Notary Public personally appeared Steven P.Anderson ,President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and M La man acknowledged said instrument to be the voluntary act and deed of their respective companies. DONNA D SCANS " NoBafy Pub.n State a`I3Eiaoac =C:J'f 2-v my 0.'�'�` oa Expires<0/06720l! Donna D.Sklens,Notary Public I, James A Carpenter , the duly elected International Insurance Company,do hereby certify thatttSe of North American Specialty Insurance Company and Washington above and foregoing is a true and correct co American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. copy of a Power of Attorney given by said North IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 21st day of March —__,20 11 . James A.Carpenter,Vice Preaidont&Assistant Sarre North American Specialty Ins of WanMngton Intemationel Insurance Company& P ty urance Company 4157 SEVENTH STREET i�� ,-nom"°�• W 'AKARGAN 48192 MERE (734)285-5801 'f FAL(134)2B5-5882 Tuaragentsa 17946 Roberts Real mkp :�eofcom Texas 77447 (28 t)4754239 office/NU (2 )758.0794 fax Resolution to A int an Authorized Anent During a special meeting held on February 1, 2004,of the Board of Directors of Painting,Inc.,a corporation formed under Michi M. K. Bethell is hereby 9� laws, i#was RE50LVED that John �'eby appointed as an Authorized Agent of this Corporation,with authority to make purchases,sign bidding documents, bonding documents and contracts in the Corporation's name and behalf. The undersigned hereby certifies that he is the duly elected and sole Corporation and,therefore, is the custodian of the books and _ i of the Inc.,and the foregoing is a true record of a resolution at the above mentioned Painting, and that meeting was held in accordance with state law and the g meeting, above- named Corporation on Feb By-Laws of the above- effect Corporation without 'y 1, 2 ,and that said resolution is now in full force and modification or rescission. • Sued 'At,' Harry El <President of M. K.12,- ng,Inc. Dated - --• DOCUMENT 00 4519 AFFIDAVIT OF NON-COLLUSION STATE OF poemaiied COUNTY OF 4i4 To A I Hereby swear(or affirm)under the penalty of perjury: 1) That I am the bidder(if the bidder is an individual),a partner in the bidder(if the bidder is a partnership)or an officer or employee of the bidder corporation having authority to sign on its behalf (if the bidder is a corporation); 2) That the attached bid or bids have been arrived at by the bidder individually and have been submitted without collusion with,and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to bid designed to limit individual bidding or competition; 3) That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids,and will not be communicated to any such person,prior to any official opening of the bid or bids; and 4) That I have fully informed myself regarding the accuracy of the statements made in this affidavit. AulSubscribed and sworn to before me this 1. day of PIA-acµ Bidder's 'gnature 20_11_ Notary Title NOTARY OF MI /11, 14?"Xurr ,t/ (Seal) atifYt, EATON �� �"' - ACTING IN 82 e013 Company OF ANDOV 115129 Affidavit of Non-Collusion 00 45 19- 1 M. K. Painting, Inc. 4157 Seventh Street Wyandotte, Michigan 48192 (734) 285-5861 - Office (734) 285-5862 - Fax REFERENCES Project References for M.K. Painting, Inc. Recently completed similar projects Owner: Town of Grabill, Indiana Contact:Andy Dodzik, PE of Dodzik Engineering Contact phone: 260-483-9117 Work performed: 250,000 gallon elevated water storage tank. Interior sand blasting and application of a 3- coat epoxy system with lead abatement. Exterior power wash and overcoat. Minor metal repairs were included in the project. Contract amount: $68,500 Owner: Marquette Township, Michigan Contact: Curt Page Contact phone: 906-647-6103 Work performed: 1,000,000 gallon water storage tank. Interior sand blasting with lead abatement and application of a 3-coat epoxy system, Exterior power wash and overcoat. Contract amount: $99,300 Owner: City of Aberdeen, Maryland Contact: Ken Benner Contact phone: 443-807-3738 Work performed: 250,000 gallon elevated water storage tank. Exterior sand blast and application of three coat system with lead abatement. Contract amount: $ 106,000 Owner: City of Fairfield, Ohio Contact: Dwight Culbert Contact phone: 513-867-5375 Work performed: Exterior lead abatement on two large elevated tanks. Metal repairs were also completed. Contract amount: $482,000 Owner: Fonda Island-Briggs Water Authority Contact: John Beebe Contact phone: 810-227-4149 Work performed: 200,000 gallon elevated water storage tank. Wet interior sand blast and application of 3- coat epoxy system with lead abatement. Dry interior spot blast and repairs. Exterior power wash and overcoat. Minor metal repairs were also part of the project. Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Contract amount: $73,700 ti Owner: City of St. Clair, Michigan Contact: Larry Brown Contact phone: 810-329-5276 Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: 750 storage 000 gallon water tank. Exterior power wash and overcoat. re air of existing coatings by spot sand blasting and the application of epoxy coatings. There were also metal repairs. Contract amount: $ 32,000 Owner: Slippery Rock University Contact: Tod Homer Contact phone: 724-738-2534 Work Performed: Exterior sand blasting and coating application with lead abatement. Extensive metal repairs were also completed. Contract amount: $228,000 Owner: City of Kent, Ohio Contact: David Merleno Contact phone: 330-678-8105 Work performed: 2,000,000 gallon ground storage tank. Exterior lead abatement and repainting. Minor repairs were also completed. Contract amount: $ 136,500 Owner: City of Stanton, Michigan Contact: Robert Muscott Contact phone: 989-831-5820 Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: 200,000 gallon elevated water storage tank. Exterior power wash and overcoat. There were also metal repairs. Contract amount: $22,000 Owner: City of Port Huron, Michigan Contact: Joe Nichols Contact phone: 810-984-9730 Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: 1,000,000 gallon elevated tank. Sand blasting interior with lead abatement. Exterior was pressure washed and over-coated. Extensive metal repairs were also completed. Contract amount: $259,000 Owner: Village of Almont, Michigan Contact: Gerald Oakes, Manager Contact phone: 810-798-8528 Engineering firm: Nelson Tank Engineering and 9 9 9 9 Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: Repairs to the exterior of a 50,000 gallon elevated tank. Spot touch up coating as needed. Contract amount: $26,500 Owner: City of Huber Heights, Ohio Contact: Joe Geiger, PE Contact phone: 937-233-1423 Work performed: Removal and replacement of interior and exterior coatings on a 1.5 million gallon stand pipe. Lead abatement was required. Metal repairs were also completed. Contract amount: $240,000 Owner: Buzzards Bay Water District, Massachussetts Contact: Sean Anderson, Superintendent Contact phone: 508-759-4631 Engineering firm: Haley and Ward, Inc. Contact phone: 781-890-3980 Work performed: 1,000,000 gallon stand pipe removal and replacement of interior and exterior coatings with lead abatement and full containment. Minor metal repairs were also completed. Contract amount: $304,650 Owner: Clear Lake City Water Authority, Houston, Texas Contact: Roy Sears, Manager Contact phone: 281-488-1164 Engineering firm: Lockwood, Andrews and Newnam, Inc. Contact phone: 713-266-6900 Work performed: Two tanks(750,000 and a 500,000 gallon ground storage tanks)were sand blasted inside and out with lead abatement and containment. Extensive metal repairs were also completed on both tanks. Contract amount: $ 354,900 Owner: Borough of Sykesville, Pennsylvania Contact: Nick Yamerick Contact phone: 814-894-2406 Engineering firm: Gwin, Dobson and Forman-Jeff Spencer Contact phone: 814-943-5214 Work performed: 250,000 gallon ground storage tank removal and replacement of interior and exterior coatings. Minor metal repairs were also completed. Contract amount: $90,050 Owner: North Penn Water Authority, Pennsylvania Contact: Daniel C. Preston, PE Contact phone: 215-855-3617 Engineering firm: Extech, LLC-Ted Lund, President Contact phone: 860-526-2610 Work performed: 1.25 MG Hillcrest Standpipe interior repainting and minor repair Contract amount: $95,425 Owner: Plymouth, Minnesota Contact: Laurie Ahrens Contact phone: 763-509-5500 Engineering firm: Short Elliot, Hendrickson -Steve Campbell Contact phone: 800-325-2055 Work performed: 1,000,000 gallon standpipe interior and exterior coating removal and replacement. Exterior removal required lead abatement and full containment. Minor repairs were also completed Contract amount: $287,155 Owner: Howard County, Maryland Contact: John Shafer, PE Contact phone: 410-313-4943 Engineering firm: County Engineering Department Work performed: Two tanks both elevated. One 3 million gallon and one 200 MG. Smaller tank was total removal of exterior and wet interior coatings with containment. The dry interior coating system was repaired. The larger tank was a brush blast with partial containment the exterior and total removal of interior coatings with a new system installed. Both tanks had minor repairs and cathodic protection replaced. Contract amount: $836,945 Owner: Village of Freeport, Michigan Contact: Russ Yarger Contact phone: 616-299-4223 Engineering firm: Nelson Tank Engineering - Keith Nelson Contact phone: 517-321-1692 Work performed: 100,000 gallon legged tank. Interior removal and replacement of coatings, minor repair. Contract amount: $ 39,175 Owner: City of Muskegon, Michigan Contact: Mohammed Al-Shatel Contact phone: 231-638-0141 Engineering firm: Nelson Tank Engineering - Keith Nelson Contact phone: 517-321-1692 Work performed: 1 million gallon, legged-tank exterior repainting with lead abatement and full containment. Project included minor repairs. Contract amount: $413,200 Owner: City of Bellevue, Wisconsin Contact: Glen Simmonson Contact phone: 920-486-5225 Engineering firm: Robert E. Lee and Associates, Bryan Wedin Contact phone: 920-662-9641 Work performed:400,000 gallon elevated tank. Exterior repaint with containment and lead abatement. Interior repaint with minor repairs. Contract amount: $246,000 Owner:Village of Belle Center, Ohio Contact: Teresa Johnston Contact phone: 937-9570 Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: 100,000 gallon elevated tank interior repaint with wax removal and lead abatement. Metal repairs including overflow, ladder repair and extensive pit welding. Contract amount: $76,400 Owner: McGregor, Texas Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of elevated storage tank. Contract amount: $ 129,855 Owner: Nemo, Texas Contact: Girl Scouts Circle T Council, Inc. Contact phone: 979-690-6555 Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of 30,000 gallon elevated storage tank. Contract amount: $46,000. Owner: Southside Place, Texas Contact: David Moss Contact phone: 713-668-2341 Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of 135,000 gallon ground water tank. Contract amount: $66,000 Owner: Harris County FWD#61, Texas Engineering firm: LAN - Brian Edwards Contact phone: 713-821-0336 Work performed: Recoating of 500,000 elevated storage tank. Contract amount: $ 189,000 Owner: Harris County FWD#52, Texas Contact: Alan Petrov Contact phone: 713-237-1221 Engineering firm: LAN - Lockwood, Andrews, Newman, Inc. Contact phone: 713-821-0437 Work performed: Recoat interior and exterior ground storage tank. Contract amount: $ 157,000 Owner: Harris County MUD#222, Texas Engineering firm: L J A Engineering Contact phone: 713-953-5200 Work performed: Blasting, repainting and rehabilitation of a 300,000 gallon welded ground storage tank and a 30,000 hydropneumatic inter/exterior tank. Contract amount: $93,850 Owner: Cypress Forest, TX Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of elevated storage tank. Contract amount: $ 179,800 Owner: East China Township, Michigan Engineering firm: Wade-Trim Associates-Brian Slezewski Contact phone: 734-947-9700 Work performed: Abrasive blast clean and repaint wet interior of 500,000 gallon spheroid water storage tank. Contract amount: $59,650 Owner: Village of Pentwater, Michigan Contact: Tim Taylor Contact phone: 231-869-8301 Engineering firm: Wade-Trim Associates-Terry Bartels Contact phone: 616-363-8181 Work performed: Exterior repaint and dry interior repaint of 150,000 gallon spheroid elevated storage tank. Contract amount: $ 178,900 Owner: San Patricio, Texas (3 jobs) Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of three(3)water filter tanks. Contract amount: $65,600 $ 59,800 $62,000 Owner: Wickson Creek, TX Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of 113,000 gallon water tank. Contract amount: $47,000 Owner: Nederland, Texas Engineering firm: DSR and Associates-Randy Riechle Contact phone: 409-722-2242 Work performed: Repair and painting of 500,000 gallon elevated tank. Contract amount: $74,900 Owner: Burnsville, Minnesota Contact: Linda Mullen Contact phone: 952-895-4552 Engineering firm: SEH -Short, Elliot, Hendricks-Steve Campbell Contact phone: 800-325-2055 Work performed: Rehabilitation of 7,000,000 gallon ground storage tank. Contract amount: $ 569,800 Owner: Imlay City, Michigan Engineering firm: Nelson Tank Engineering- Keith Nelson Contact phone: 517-321-1692 Work performed: Interior/exterior painting and minor repairs of 500,000 gallon elevated tank. Contract amount: $ 124,000 Owner: Parchment, Michigan Contact: Rick Smit Contact phone: 269-720-3465 Engineering firm: Nelson Tank Engineering Contact phone: 517-321-1692 Work performed: Interior repainting, repair and cathodic protection of 200,000 gallon elevated tank. Contract amount: $42,000 Owner: Richmond, Texas Engineering firm: Dunham Engineering Contact phone: 979-690-6555 Work performed: Rehabilitation of 375,000 ground storage tank. Contract amount: $ 173,000 Owner: Texas City, Texas Engineering firm: DSR Associates- Randy Riechle Contact phone: 409-722-2242 Work performed: Repair and painting of 1,000,000 gallon elevated tank. Contract amount: $ 126,000 Owner: Verona SUD, Texas Engineering firm: Daniel and Brown Contact phone: 972-784-7777 Work performed: Recoating of 150,000 gallon elevated tank. Contract amount: $58,000 Owner: San Antonio Water System, Texas Contact: Engineering Department Contact phone: 210-704-7297 Engineering firm: Tetra Tech, Inc. -John Palmore Contact phone: 210-326-5491 or 210-226-2922 Work performed: 1 million gallon elevated tank interior and exterior coating removal with lead abatement and full containment. The project also had major repairs. Contract amount: $654,452 Owner: Bay County, Michigan Department of Water and Sewer Contact: Paul Colbeck Contact phone: 989-684-3883 Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: 300,000 gallon elevated tank, interior removal and replacement of coating system, exterior recoat of coating system. Project also had minor repairs. Contract amount: $ 95,025 Owner: Clear Lake Water, Texas Engineering firm: Lockwood,Andrews and Newman, Inc. - Contact phone: 713-821-0457 Edward Streich Work performed: Surface preparation and coating of wet interior surfaces of 40,400 gallon ground storage tank, disinfection. Ground storage tank is bolted steel water with diameter of 29 feet and a height of 8 feet. Contract amount: $23,000 Owner: Pine Village, Texas Engineering firm: Jones and Carter, Inc. Contact phone: 713-777-5337 Work performed: Recoating of ground storage tank. Contract amount: $69,000 Owner: Delta Township, Michigan Engineering firm: Nelson Tank Engineering Bering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: Interior and exterior re-painting, minor repair of 1,250,000 gallon ground storage tank. Contract amount: $ 129,125 Owner: Westphalia, Michigan Engineering firm: Nelson Tank Engineering and Consulting, Keith Nelson Contact phone: 517-321-1692 Work performed: Interior and exterior re-painting and minor repair of 150,000 gallon elevated water tank Contract amount: $40,000 Owner: Howard County, Maryland Engineering firm: John Schaefer, City Engineer Contact phone: 410-313-4943 Work performed: Water Tank Coating -including surface preparation, coating, containment and touch- up of 750,000 gallon elevated water tank Contract amount: $442,750 Owner: League City, Texas Engineering firm: Swain &Associates, Inc. Contact phone: 713-532-1700 Work performed: Coating and painting of Westside 2 million gallon elevated water storage tank-blast clean entire tank interior wet areas and exterior, high pressure wash, coat interior and exterior, paint logo, replace condensation pan, other miscellaneous items. Contract amount: $ 879,567 Owner: Fort Bend Municipal Utility District#23, Texas Engineering firm: LJA Engineering &Surveying, Inc. Contact phone: 713-953-5200 Work performed: Repainting of Water Supply Plant No. 1 ground storage tank and hydro-pneumatic tanks Contract amount: $ 196,600 Owner: Malcomson Road Utility District, Texas Engineering firm: Lockwood, Andrews& Newnam, Inc. Contact phone: 713-266-6900 Work performed: Construction of water plant No. 1 and improvements-470,000 gallon tank, 200,000 gallon tank and 15,000 gallon tank Contract amount: $ 208,525 Owner: Wickson Creek Special Utility District, Texas Engineering firm: Dunham Engineering, Inc. Contact phone: 979-690-6555 Work performed: Rehabilitating of 250,000 gallon elevated water tank Contract amount: $ 97,000 Owner: Rankin Road West Municipal Utility District, Texas Engineering firm: Jones&Carter, Inc. Contact phone: 281-363-4039 Work performed: Recoating of ground storage tank and hydro-tank Contract amount: $ 69,000 Owner: Harris County Fresh Water Supply District#61, Texas Engineering firm: Lockwood, Andrews& Newnam, Inc. Contact phone: 713-266-6900 Work performed: Water line aerial crossing recoatings of seven locations. Contract amount: $ 95,000 Owner: Hobart, Wisconsin Engineering firm: Robert E. Lee, Associates Contact phone: 920-622-9641 Work performed: Repainting of 300,000 gallon spheroid elevated water tower Contract amount: $ 225,000. Owner: Universal City, Texas Engineering firm: Thonoff Consulting Engineers Contact phone: 512-328-6736 Work performed: Renovation and painting of elevated 500,000 gallon and 500,000 standpipe Contract amount: $ 654,000. Owner: Kenedy-El Oso, Texas Engineering firm: Klein Engineering Contact phone: 210-828-7070 Work performed: Repair and painting of exterior surfaces of an elevated tripod 75,000 gallon water storage tank Contract amount: $ 56,000. Owner: New Brighton, Minnesota Engineering firm: Bolton and Menk Contact phone: 952-890-0509 Work performed: Repairs and interior/exterior re-coating of elevated 1,000,000 gallon Contract amount: $ 827,000. Owner: Erving, Massachusetts Engineering firm: Tighe and Bond Engineers Contact phone: 413-572-3228 Work performed: Abrasive blasting, interior and exterior re-coating of 600,000 gallon ground storage tank Contract amount: $ 109,000. Owner: Brooklyn Park, Minnesota Engineering firm: Short, Elliott Hendricks Contact phone: 800-325-2055 Work performed: Repainting of elevated spheriod 1,000,000 gallon tank Contract amount: $ 167,000. Owner: Harris County District#61, Texas Engineering firm: Lockwood, Andrews and Newnam Contact phone: 713-821-0336 Work performed: Rehabilitation, interior and exterior surface preparation and coating of two 27,000 gallon hydropneumatic tanks and two 250,000 gallon ground storage tanks. Contract amount: $ 240,000. Owner: West Wise Special Utility District, Texas Engineering firm: Daniel and Brown Contact phone: 972-784-7777 Work performed: Rehabilitation of 100,000 elevated water tank Contract amount: $ 76,000. Owner: Wylie Northwest Special Utility District, Texas Engineering firm: Daniel and Brown Contact phone: 972-784-7777 Work performed: Rehabilitation of 150,000 elevated water tank Contract amount: $ 106,500. Owner: Spring Creek Forest, Texas Engineering firm: Cobb Fendley Contact phone: 713-462-3242 Work performed: Rehabilitation of ground storage tank. Contract amount: $ 22,500. Owner: NUECES-Beasley Pump, Texas Engineering firm: Urban Engineering Contact phone: 361-854-3101 Work performed: Rehabilitation of 500,000 elevated water tank, a 40,000 gallon ground storage tank and a 200,000 gallon ground storage tank. Contract amount: $ 165,500. Owner: Conroe, Texas Engineering firm: City of Conroe, Texas Contact phone: 936-522-3885 Work performed: Rehabilitation of ground water well. Contract amount: $ 75,000. Owner: Harris County District#52, Texas Engineering firm: Lockwood, Andrews and Newnam Contact phone: 713-821-0336 Work performed: Rehabilitation of 580,000 gallon ground storage tank Contract amount: $ 66,500. 4 All projects were completed within time frames allowed. Please feel free to contact any of our references. We have worked with the following Engineering and/or Inspection Firms: Nelson Tank Engineering and Consulting- Keith Nelson 517-321-1692 Cambouris Consulting and Inspection -George Cambouris 330-965-9698 Woolpert, LLP-Steve Cole 606-329-1948 Robert L. Merithew, Inc. -David Merithew 508-279-9965 Tetra Tech, LLC San Antonio-John Palmore 210-326-5491 Dunham Engineering-Jimmy Dunham 979-690-6555 Preventive Services-Kevin Cullins 281-355-1005 Lockwood, Andrews and Newnam-Brian Edwards 713-821-0336 524/10 M. K. Painting, Inc. 4157 Seventh Street • Wyandotte, Michigan 48192 (734) 285-5861 Bidder Qualifications Statement M. K. Painting, Inc. has been in business since 1997. We specialize in rehabilitation of water storage facilities and have successfully completed over 100 projects in Maryland, Minnesota, New York, Pennsylvania, Tennessee, Ohio, Indiana, Kentucky, New Jersey, Texas, New Mexico and, of course, our home state of Michigan. Many of these projects involved lead abatement. Our blasters and painters have been trained in lead abatement and are MIOSHA compliant in certification. In addition to these projects, we have on a limited basis, been involved in the sand blasting and coating application on other steel structures including bridges. Harry Elmazaj, founder and President, has been involved in the field of steel structures painting since 1992. John Bethell, Superintendent, comes to us from the engineering field where he was an inspector on major water tank rehabilitation projects for 13 years before joining M. K. Painting in 2003. Joel Cullins, Project Manager for Texas and neighboring states, joined our company in 2010. Joel has extensive professional experience in both construction project management and coatings inspection. We have a staff of 10-16 blasters and painters, many of whom have extensive experience on similar projects. Harry Elmazaj is the only officer of M. K. Painting, Federal Tax ID number is 38-3379688. Incorporated October 21, 1997 in the state of Michigan, we have a bonding line of$1,500,000 per individual project and $5,000,000 aggregate work. Our bonding is with Washington International Insurance Company through our bonding agent, Valenti, Trobec and Chandler, Inc., 1175 West Long Lake Road, Suite 200, Troy, Michigan 48098 (248-828-3377). Our most recent financial statement is available upon request. 3/17/2011 1 M. K. Painting, Inc. - 2 - Equipment List Fork lift at the shop Trailers (14 total) 9 - semi trailers 5 - flat beds 4 - enclosed 5 - enclosed contractor-type trailers Air compressors (11 total) 4 - 1600cfm 3 - 1300 cfm 1 - 260 cfm 3 - 185 cfm Trucks 8 - pick ups 3 - semi tractors Bobcat - 1 each M. K. Painting, Inc. 4157 Seventh Street •Wyandotte, Michigan 48192 ( ) Bidder Qualifications Answers to Items Two and Three Item Number 2: All of our foremen are well qualified. All have over 4 years of supervisory experience. We will use Mr. Dasnor Norra as the field superintendent on this project. Even with his extensive history on elevated tank projects that require containment his daily efforts will be supported weekly visits from either Harry Elmazaj (President and Owner of M.K. Painting) or John Bethell. In this manner we are certain to maintain the high quality standards on which we have built our reputation. Item Number 3: M.K. Painting, Inc. has a stated policy of not initiating change orders. We rely on the Owner's field representative to initiate any change orders or extra work. Our role in the process is not to be the Engineer or designer. When asked, we will give rehabilitation tation process!We solutions for unforeseen conditions that are revealed as part of the quotation for work only when we are asked for one.