Loading...
Imp. Proj. #481KLV I JLU Originating Department D101 0 oi3 a V) z • Parks and Recreation By: Shari French M Approved for Agenda 9/9/91 Agenda Section Dev. & P1 ng. Item No. 8.7 RESOLUTION AWARDING CONTRACT FOR FRED SIMS/LITTLE ACRE PLAYGROUND EQUIPMENT IMPROVEMENTS (IMPROVEMENT PROJECT 481) TO DAVE PERKINS CONTRACTING, INC. - $75,616.50 At the August 26th Council meeting the City Council approved plans and specifications for playground equipment improvements for Fred Sims and Little Acre park (Improvement Project 481). There is $80,000 in CIP for this project. Total bids were received as follows on September 9, 1991: Dave Perkins Contracting, Inc. $109,563.50 Sunram 110,262.50 Because bids came in so high, staff is recommending that items be cut and the bids be amended. The spec called for the City to be able to amend in this manner. Amended bids are as follows: Dave Perkins Contracting, Inc. Sunram MOT. Ho Review: Administration: $75,616.50 75,777.50 Finance: Items removed from the original specifications include: Playground structure for Sims: $12,271.00 Furnish and install tire swing at Sims: 1,171.00 Furnish and install space arch climber - Sims: 775.00 Furnish and install 3 leg swing at Sims: 1,523.00 Furnish and install police car at Sims: 941.00 Furnish and install backhoe digger at Sims: 352.00 Sand cover - 3,750.00 Furnish and install space cube at Lt. Acre: 8,252.00 Furnish and install spiral slide at Liberty: 4,908.00 The amended plan is to prepare and install all playground equipment speced at Little Acre except for the space cube. At Fred Sims the plan is to do all prep work for play equipment, go out for bids again in January for play equipment as speced for Fred Sims, and install that equipment in the spring. The amended plan also calls for the slide speced to replace the one removed at Liberty Park spring of 1991 to be included in the spec for January 1992. The time line should be just about the same but funds used to pay for the January purchase would be 1992 CIP funds for playground equipment. CITY OF NEW HOPE RESOLUTION NO. 91-150 RESOLUTION AWARDING CONTRACT FOR FRED SIMS/LITTLE ACRE PLAYGROUND EQUIPMENT IMPROVEMENTS (IMPROVEMENT PROJECT 481) WHEREAS, pursuant to advertisement for bids for playground equipment for Fred Sims/Little Acre parks, bids were received, opened and tabulated according to law, and the following bids were received complying with the advertisement: Contractors Total Bid Amended Bid Dave Perkins Contracting, Inc. $109,563.50 $75,616.50 Sunram $110,262.50 $75,777.50 WHEREAS, budgeted allocation allows total dispersion of $80,000 and WHEREAS, bid specification allows for reduction of specific items within the project, and WHEREAS, certain specified items totaling $33,947.00 have been removed from the project scope and noted in the file bringing the total amended bid cost to $75,616.50. AND WHEREAS, it appears that Dave Perkins Contracting is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota: 1. the Mayor and City Manager are hereby authorized and directed to enter into the attached contract with Dave Perkins Contracting, Inc. in the name of the City of New Hope for Fred Sims/Little Acre Playground Equipment Improvements according to the amended plans and specifications (for a total bid cost of $75,616.50) therefore approved by the City Council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 9th day of September, 1991. ayor, Attest: City Clerk September 9, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Shari French Re: Little Acre & Fred Sims Playground Equipment Project No. 481 Our File No. 34132 Dear Shari, Mark R. Roth, P.E. Otto G. 8onestroo, P.E. Keith A. Gordon, P.E. Agnes M. Ring, AJC.P. ���es } y.® Robert W. Rosen, PE. Richard W Foster, AE. Cecilio Olivier, P.E. V G 6 Joseph C. Anderiik, P.E. Donald C. 9urgarot, PE, Gary W. Monen, P.E. R ®�� r® e !! ®®i. Marvin L. Sorvala, P.E. Richard E. Turner, PE. Jerry A. Bourdon, P.E. Mark A. Hanson, P.E. Ander l'k\ / i Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Ted K. Field. P.E. Michael T Rautmann, P.E. A ss®e'c'°i't e s Robert G. Schunlcht, P.E. Susan M. Ebedin. C.P.A. Robert R. Pfeffede. P.E. David O. Loskota, P.E. Harlan M. Olson Miles 8. Jensen, P.E. Thomas W. Peterson, P.W. Peterson, PE. L. Phillip Gravel Ill, P.E. Michael C. Lynch, P.E. Engineers & Archi James R. Malard. P.E. Kenneth P. Anderson, P.E. September 9, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Shari French Re: Little Acre & Fred Sims Playground Equipment Project No. 481 Our File No. 34132 Dear Shari, Mark R. Roth, P.E. Rene C. Plumart, A.I.A. Robert C. Russek. AJ.A, Agnes M. Ring, AJC.P. Thomas E. Angus, P.E. Jerry D. Perzsch, PE. Howard A. Sanford, P.E. Cecilio Olivier, P.E. Daniel J. Edgerton. P.E. Robert R. Dtebknv, P.E. Mark A. Seip, P.E. Gary W. Monen, P.E. Philip J. Caswell, P.E. Karen L Wiemeri, P.E. Ismael Martinez, P.E. Keah R. Yapp, P.E. Mark D. Wbilis, P.E. Chaves A. Erickson Thomas R. Anderson, A.I.A. Leo M. Pawelsky Gary F. Rylander, P.E. Harlan M. Olson Miles 8. Jensen, P.E. L. Phillip Gravel Ill, P.E. Bids were received September 9 for the above project. The low bid of the two bids submitted is from Dave Perkins Contracting. The low bid is $109,563.50. The engineer's estimate is $110,000. The specifications provide for specific items to be deleted to comply with budget requirements. The budget amount is approximately $80,000. Therefore per our conversation, it's recommended the following items be deleted from the contract award: Fred Sims Park Delete Furnish and install playground structure $12,271 Furnish and install tire swing 1,171 Furnish and install space arch climber 779 Furnish and install 3 leg swing 1,523 Furnish and install police car 941 Furnish and install backhoe digger 350 Sand Cover 3,750 Little Acre Park Furnish and install space cube 8,252 Libe _ Park Furnish and install spiral slide 4,908 TOTAL DELETE $33,945 Page 1. 34132.cor 2335 West Highway 36 e St. Paul, Minnesota 55113 • 612 - 636 -4600 + 35th Anniversary All the site work will be completed at Fred Sims and Little Acre Park. However, only the playground equipment will be installed at Little Acre Park excluding the space cube. It's anticipated the playground equipment at Fred Sims Park will be incorporated in the 1992 CIP and be rebid in February 1992. In summary, it's recommended the contract be awarded to Dave Perkins Contracting for $75,618.50 ($109,563.50 - $33,945 = $75,618.50). In reviewing the second bid submitted by Sunram Landscaping and excluding the above items, his bid is $75,777.50. If you have any questions, please feel free to contact me at this office. Yours very truly, BONESTROO ROSENE, ANDERLIK & ASSOCIATES, INC. Ap C Mark A. Hanson MAH:li 34132.cor Page 2. Sonestroo Rosen Anderltk & Associates Project Name Fred Sims Park & Little Acre Park Playground Equipment Project No. 481 File No. 34132 Bid Opening 11:30 a.m., C.D.S.T., Monday, September 9, 1991 Owner City of New Hope, MN 5t. St . Paul. MI -U "re hl " "' Paut, Mar Hanson, P.E. Reg. No. 14260 BID TABULATION Tabulation of 1 Low Bids of 1 Receivet Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Dave Perkins Sunram Landscaping Contracting Unit Unit Unit Unit No. Item Unit Qty Price Total Price Total Price Total Price Total Part 1 - Fred Sims Park 1 8" PVC SDR 35 LF 2 8" PVC perforated drain pipe LF 3 Common excavation LS 4 Modular block retaining wall SF 5 Furnish and install playground structure EA 6 Furnish and install tire swing EA 7 Furnish and install space arch climber EA 20 12.00 240.00 20.00 400.00 20 12.00 240.00 28.00 560.00 1 2,500.00 2,500.00 2,500.00 2,500.00 600 14.50 8,700.00 12.00 7,200.00 1 12,271.00 12,271.00 13,500.00 13,500.00 1 1,171.00 1,171.00 1,250.00 1,250.00 1 779.00 779.00 860.00 860.00 Bid No. 5 Unit Price Total 34132.TAB BT -1 Bid No. 1 Bid No. 2 Bid No. 3 Dave Perkins Sunram Landscaping Contracting Unit Unit Unit No. Item Unit Qty Price Total Price Total Price Total 8 Furnish & install 3 leg swing 2 sections w/6 seats (2 enclosed tot seats)10' high EA 1 1,523.00 1,523.00 1,700.00 1,700.00 9 Furnish and install police car EA 1 941.00 941.00 900.00 900.00 10 Furnish and install backhoe digger EA 1 352.00 352.00 350.00 350.00 11 Furnish and install basketball goal, backboard and post EA 2 770.00 1,540.00 850.00 1,700.00 12 Furnish and install 6' bench w/back EA 1 250.00 250.00 400.00 400.00 13 Topsoil borrow CY 200 8.50 1,700.00 7.00 1,400.00 14 Sod w/3" existing topsoil SY 1,500 1.75 2,625.00 1.50 2,250.00 15 Sand cover CY 150 25.00 3,750.00 8.50 1,275.00 Unit Unit. Price Total Price Total Total Part 1 - Fred Sims Park Bid No. 4 Bid No. 5 $38,582.00 $36,245.00 34132.TAB BT -2 Bid No. 1 Bid No. 2 Bid No. 3 Dave Perkins Sunram Landscaping Contractin Unit Unit Unit No. Item Unit 2.11 Price Total Price Total Price Total Part 2 - Little Acre Park 16 8" PVC SDR LF 17 8" PVC perforated drain pipe LF 18 Remove bituminous pavement LS 19 Remove concrete curb LS 20 Remove conc. walk at park shelter bldg. LS 21 Transplant existing tree EA 22 Common excavation (including tree 500.00 & shrub removal) LS 23 Modular block retaining wall SF 24 Class 5 100% crushed aggregate base TN 25 2" thick bituminous trail TN 26 Bituminous material for mixture TN 35 12.00 420.00 28.00 980.00 30 12.00 360.00 28.00 840.00 1 700.00 700.00 500.00 500.00 1 450.00 450.00 400.00 400.00 1 575.00 575.00 500.00 500.00 1 250.00 250.00 200.00 200.00 1 3,300.00 3,300.00 3,000.00 3,000.00 620 14.50 8,990.00 12.00 7,440.00 100 12.00 1,200.00 12.00 1,200.00 50 43.00 2,150.00 60.00 3,000.00 3.1 120.00 372.00 175.00 542.50 Bid No. 4 Bid No. 5 Unit Unit Price Total Price Total 34132.TAB BT -3 No. Item Bid No. 1 Bid No. 2 Bid No. 3 Dave Perkins Sunram Landscaping Contracting Unit Unit. Unit Unit Qty Price Total Price Total Price Total 27 4" thick concrete walk SF 28 Adjust hydrant LF 29 Furnish and install playground structure 500.00 500.00 excluding track ride EA 30 Furnish and install track ride EA 31 Furnish and install tire swing EA 32 Furnish and install space cube EA 33 Furnish & install 3 leg swing/2 sections w/6 seats (2 enclosed tot seats )10' high EA 34 Furnish and install race car EA 35 Furnish and install backhoe digger EA 36 Furnish & install access ramp w/handrail LF 37 Furnish & install 6' bench w/back EA 700 2.25 1,575.00 2.20 1,540.00 1 350.00 350.00 500.00 500.00 1 20,032.00 20,032.00 23,000.00 23,000.00 1 1,941.00 1,941.00 2,200.00 2,200.00 1 1,213.00 1,213.00 1,300.00 1,300.00 1 8,252.00 8,252.00 8,800.00 8,800.00 1 1,356.00 1,356.00 1,700.00 1,700.00 1 725.00 725.00 1,000.00 1,000.00 1 375.00 375.00 450.00 450.00 15 58.00 870.00 70.00 1,050.00 1 250.00 250.00 400.00 400.00 Bid No. 4 Bid No. 5 Unit Price Total Unit Price Total 34132.TAB BT4 No. Item 38 Topsoil borrow 39 Sod w/3" existing topsoil 40 Seed w /fertilizer and mulch 41 Sand cover Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Dave Perkins Sunram Landscaping Contracting Unit Unit Unit Unit Unit Unit Qty Price Total Price Total Price Total Price Total Price Total CY 150 8.50 1,275.00 7.00 1,050.00 SY 2,310 1.75 4,042.50 1.50 3,465.00 AC 0.5 2,100.00 1,050.00 3,500.00 1,750.00 CY 160 25.00 4,000.00 8.50 1,360.00 Total Part 2 - Little Acre Park Part 3 - Liberty Park 42 Furnish and install spiral slide EA $66,073.50 $68,167.50 1 4,908.00 4,908.00 5,850.00 5,850.00 Total Part 3 - Liberty Park $4,908.00 $5,850.00 34132.TAB BT -5 Bid No. 1 Dave Perkins Contracting No. Item Unit Unit Qtty Price Total Bid No. 2 Bid No. 3 Sunram Landscaping Unit Unit Price Total Price Total Unit Price Total Bid No. 5 Unit Price Total Total Part 1 - Fred Sims Park 38,582.00 36,245.00 Total Part 2 - Little Acre Park 66,073.50 68,167.50 Total Park 3 - Liberty Park 4,908.00 5,850.00 TOTAL BASE BID $109,563.50 $110,262.50 Bid No. 4 34132.TAB BT-6 34132.TAB BT-7 Bid No. I Bid No. 2 Bid No. 3 Bid No. 4 Bid No- 5 Engineers & Architects September 12, 1991 Dave Perkins Contracting, Inc. 15775 Juniper Ridge Drive Anoka, MN 55303 Otto G. Bonestroo, P.E. Keith A. Gordon, P.E. Robert W. Rosene, P.E. Richard W. Foster, P.E. Joseph C. Anderlik, P.E. Donald C. Burgardt, P.E. Marvin L. Sorvala, P.E. Jerry A. Bourdon, P.E. Richard E. Turner, PE. Mark A. Hanson, P.E. Glenn R. Cook, P.E. Ted K. Field, P.E. Thomas E. Noyes, P.E. Michael T Rautmann, P.E. Robert G. Schunicht, P.E. Robert R. Pfefferle, P.E. Susan M. Eberlin, C.P.A. David O. Loskota, RE, Thomas R. Anderson, A.I.A. Thomas W. Peterson, P.E. Gary F Rylander, P.E. Michael C. Lynch, P.E. Miles B. Jensen, P.E. James R. Maland, P.E. L. Phillip Gravel III, P.E. Kenneth P. Anderson, P.E. Re: Fred Sims & Little Acre Park Playground Equipment Project No. 481, New Hope, MN Our File No. 34132 Gentlemen: Mark R. Rolls, P.E. Rene C. Piumart, A.I.A. Robert C. Russek, A.I.A. Agnes M. Ring, A.I.C.P. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Howard A. Sanford, P.E. Cecllio Olivier, P.E. Daniel J. Edgerton, P.E. Robert R. Dreblow, P.E. Mark A. Seip, P.E. Gary W. Morien, P.E. Philip J. Caswell, P.E. Karen L. Wiemeri, P.E. Ismael Martinez, P.E. Keith R. Yapp, P.E. Mark D. Wallis, P.E. Charles A. Erickson Thomas R. Anderson, A.I.A. Leo M. Pawelsky Gary F Rylander, P.E. Harlan M. Olson Miles B. Jensen, P.E. L. Phillip Gravel III, P.E. Transmitted herewith are five (5) copies of the contract documents between you and the City of New Hope covering the above subject project. Please have your bonding company complete pages 51 through 61 of the Condi- tions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15 & 16 shall be provided. After the bonding company has completed the documents, forward them to Steve Sondrall, Attorney at Law, Edinburgh Executive Office Plaza, 8525 Edinbrook Crossing, Brooklyn Park, MN 55443, who will review them for the City of New Hope. After the necessary City officials have signed the contracts you will be sent two copies, one for your file and one for your bonding company. One copy will be retained by the City, one by the attorney and one will be sent to us for our file. Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre - construction conference will be scheduled with you and the City to review the project. After the pre- construction conference, you will be issued a notice to proceed with the work as outlined in the plans and specifications. ASSOCIATES, INC. Encl. cc: City of New Hope "'' Mr. Steve Sondrall, Atty. CORRICK LAW OFFICES, PA. WILLIAM J. CORRICK STEVEN A. SONDRALL, P.X STEVEN A.SONDRALL MICHEAL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT September 25, 1991 CORMCK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Ms. Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 LEGAL ASSISTANTS LAVONNE E. KESKE SHARON O.DERBY - RE: City Project No 481' Fred Sims and Ll e Acre Park Playground Equiment Dear Val: Enclosed are the Certificates of Insurance and Contracts for the above-captioned improvement, all of which have been reviewed and are in order from a legal standpoint. Very truly yours, Martin P. Malecha saw Enclosures 4401 Xylon Avenue North New Hope. Minnesota 55428 Phone: 531 -5100 F >aX �5 _ October 1, 1991 Dave Perkins Contracting, Inc. 15775 Juniper Ridge Drive Anoka, MN 55303 SUBJECT: PROJECT 481 (FRED SIMS AND LITTLE ACRE PARK PLAYGROUND EQUIPMENT) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 481. One copy is for your records and the second copy should be transmitted to your bonding company. Also enclosed is return of your bid bond. Contract documents are also being transmitted to our City Attorney and City Engineer. The City Council approved this contract at its meeting of September 9, 1991. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk enclosure - IC -134 form cc: City Attorney City Engineer Family Styled City For Family living PROJECT NO. 481 FILE NO. 34132 NEW HOPE, MINNESOTA 1991 INDEX Index Advertisement for Bids Information to Bidders Proposal Special Provisions 0231. Recreational Facilities - Specific & General Requirements 2104. Removing Miscellaneous Structures - Specific & Gen'l. Requirements 2105. Excavation and Embankment - Specific & General Requirements 2211. Aggregate Base - Specific & General Requirements 2331. Plant Mixed Bituminous Pavement Specific & General Requirements 0411. Modular Block Retaining Wall - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 24,000. Sewers - Specific Requirements Plate No. 1 -33 PVC Perforated Pipe Conditions of the Contract I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under toe laws of the State of Minnesota. Mark A. Hanson, P.E. Date: August 26, 1991 Reg. No. 14260 34132 D "� Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T. on Monday, September 9, 1991, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: Fred Sims & Little Acre Park - Playground Equipment - Project No. 481 t.UMP SUM Furnish and Install Playground Equipment with Miscellaneous Site Imrovements and Correlated Appurtenances. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 553.13, (612) 636 -4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty -five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $25.00. See "Information to Bidders" for plan /specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34132ad INFORMATION TO BIDDERS 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated "BID COPY" and not in the specification book. The Proposal containing the bid shall be submitted in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona -fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid - letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty -five cents ($0.25) per sheet of specifications for which no refund will be made. 1989 General Bonestroo Rosen OEM T1 Anderirk +t Associates Bidd Address Dave Pe rkins Con tracting, Inc ---� 15775 Juni er R ide Drive p _g Total Base Bid $109,563. Tele h one No. 427 -0109 p Engv P.O. i ta E P.O. M r n V k . City, State, Zip Anoka MN 55303 Fax. No. 427 -3806 PROPOSAL FRED SIMS AND LITTLE ACRE PARK PLAYGROUND EQUIPMENT PROJECT NO. 481 FILE NO. 34132 NEW HOPE, MINNESOTA 1991 Opening Time: 11:30 P.M., C.D.S.T. Opening Date: Monday, September 9 1.991 I- lonorable City Council City of New Hope 4401 Xylon Ave. N. Minneapolis, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 0 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Unit oty Unit Price Total Price 1 8" PVC SDR 35 LF 20 $ 12.00 $ 240.00 2 8" PVC perforated drain pipe LF 20 12.00 240.00 3 Common excavation LS 1 2,500.00 2,500.00 4 Modular block retaining wall SF 600 14.50 8,700.00 5 Furnish and install playground structure EA 1 1.2,271.00 12,271.00 6 Furnish and install tire swing EA 1 1,171.00 1,171.00 7 Furnish and install space arch climber EA 1 779.00 779.00 P -1 34132.con No. Item Unit Qty Unit Price Total Price 8 Furnish & install 3 leg swing 2 sections LF 35 12.00 $ 420.00 1.7 w /6seats (2 enclosed tot seats)10' high EA 1 1,523.00 $ 1,523.00 9 Furnish and install police car EA 1. 941.00 941.00 10 Furnish and install backhoe digger EA 1 352.00 352.00 11 Furnish and install basketball goal, LS 1 575.00 575.00 21 backboard and post EA 2 770.00 1,540.00 12 Furnish and install 6' bench w /back EA 1 250.00 250.00 13 Topsoil borrow CY 200 8.50 1,700.00 14 Sod w /3" existing topsoil SY 1,500 1.75 2,625.00 15 Sand cover CY 150 25.00 -,MDQ 25 Total Part 1 - Fred Sims Park TN 50 43.00 $38,582.00 Par 2 - t;ittIo- AcmPark 16 8" PVC SDR LF 35 12.00 $ 420.00 1.7 8" PVC perforated drain pipe LF 30 1.2.00 360.00 18 Remove bituminous pavement LS 1 700.00 700.00 19 Remove concrete curb LS 1 450.00 450.00 20 Remove cone. walk at park shelter bldg. LS 1 575.00 575.00 21 Transplant existing tree EA 1 250.00 250.00 22 Common excavation (including tree & shrub removal) LS 1. 3,300.00 3,300.00 23 Modular block retaining wall SF 620 14.50 8,990.00 24 Class 5 1.00% crushed aggregate base TN 1.00 12.00 1,200.00 25 2" thick bituminous trail TN 50 43.00 2,150.00 26 Bituminous material for mixture TN 3.1 120.00 372.00 27 4" thick concrete walk SF 700 2.25 1,575.00 P -2 34132.con No. Item unit Qty Unit Price Total Price 28 Adjust hydrant LF 1 350.00 $ 350.00 29 Furnish and install playground structure excluding track ride EA 1 20,032.00 20,032.00 30 Furnish and install track ride EA 1 1,941.00 1,941.00 31 Furnish and install tire swing EA 1 1,213.00 1,213.00 32 Furnish and install space cube EA 1 8,252.00 8,252.00 33 Furnish & install 3 leg swing /2sections w /6seats (2 enclosed tot seats)10' high EA 1 1,356.00 1,356.00 34 Furnish and install race car EA 1 725.00 725.00 35 Furnish and install backhoe digger EA 1 375.00 375.00 36 Furnish & install access ramp w /handrail LF 15 58.00 870.0 37 Furnish & install 6' bench w /back EA 1 250.00 250.00 38 Topsoil borrow CY 150 8.50 1,275.00 39 Sod w/3 "existing topsoil SY 2,310 1.75 4,042.50 40 Seed w /fertilizerand mulch AC 0.5 2,100.00 1,050.00 41 Sand cover CY 160 25.00 4.00.00 Total Part 2 - Little Acre Park $66,073.50 P� Par 42 Furnish and install spiral slide EA 1 4,908.00 1-4.20M Total Part 3 - Liberty Park $ 4,908.00 Total Part 1 - Fred Sims Park $ 38,582.00 Total Part 2 - Little Acre Park 66,073.50 Total Park 3 - Liberty Park — A 208.00 TOTAL BASE BID $109,563.50 P -3 34132.con The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond certified check or cash deposit in the amount of $ (5% of amt.b id), which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Co!p oration ) Dave Perkin Contr ,,, g M (An Individual) Nam of Bi der (A Partnership) (Signed) Da ve P. Per. ns Signer Pre Title DAVE P. PERKINS Printed Name of Signer 34132.1 P -4 COURSE FILTER AGGREGATE MN./D.O.T. 3149.2H o 03) o 0 o C3 0 0 0 RENCk ♦ (IT )0 • 0 R o • THE [ o c> • 1 0 0 0 • • • 0 0 0 00 LINED 0 WITH 0 1 00 00 1)) 4110API 14(t aca4mm .0 I 3 - 0 eo 1/4 11 DIA. HOL 2m TYPICAL BONESTROO, ROSENE AINIDERLIK and ASSOC. INC. CONSULTING ENGINEERS St. Polml, Minn. dam 11019"Foo T -- SHALL BI CELANESE FI LTER APPROVED low The following items are to be deleted from the contract: tred Sims Park furnish and install playground structure Furnish and install tire swing Furnish and install space arch climber Furnish and install 3 leg swing Furnish and install police cat furnish and install backhoe digger Sand Cover Little Acre Park furnish and install space cube Libert ' Park Furnish and install spiral slide TOTAL, DELETE t3elete $1.2,271 1, 171 779 1,523 941 352 3,750 8,252 — A,908 $33,947 34132.cor Firem en's of • • � • ,, ► Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY is made, constituted and appointed, and by these presents does make, constitute and appoint Robert E. Flanders of Eden Prairie, Minnesota true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings Id contracts of suretyship to be given to Alt obligees ovided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the sum of Unlimited Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by e Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 13th ,y of January, 1989: "RESOLVED, that the Chhairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President or the mpany, be, and that each or any of them hereby is, authorized to execute Powen of Attorney qualifying the attorney named in the given Power of Anomey to execute in behalf of the ;EMEWS INSURANCE COMPANY Of NEWARK, NEW IERSEY, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President a Secretary or an Assistant 7etary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the company. FURTHER RESOLVED, that the signatures 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 simile. and arty such Power of Attomey or certifhcate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future h respect to any bond, undertaking or contract of suretyship to which it is attached." In Witness whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed, d these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this,, day of January ' 90 FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY pia By �L =i e Emit 8. Askew, Vice President D.L Santa, Assistant Vice Resident ATE OF CONNECTICUT F —i AUNTY OF HARTFORD On this day of Ja , ry ,19 0, before me personally came Emil B. Askew, to me known, who being by me duly swom, did pose and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation described Ind which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such porate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. O V NOTARY I GLORIA D. SEEKINS NOTARY PUBLIC CERTIFICATE My Commission Expires March 31, 1993 1, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey poration, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and thermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the town of Farmington, the State of Connecticut. Dated the 18thd o f September ,19 91 _ � ` T' 4n,4 h 1. - lane, Assistant Vice President STATE OF MINNESOTA ) COUNTY OF HENNEPIN ) On this 18th day of September , 19 91 , before me personally came ROBERT E. FLANDERS to be known to be an Attorney of FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY the corporation described in the within instrument, and he acknowledged that he executed the within instrument as the act of FIREMEN'S INSURANCE COMPANY OF NEWARK NEW JERSEY in accordance with authority duly conferred upon him by said Company. BRENDA L. FALK NOTARY PUBLIC — MINNFSOSA SCOTT COUNTY ' My commission exPIMS 1.1.97 NOTARY PUBLIC Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY as made, constituted and appointed, and by these presents does make, constitute and appoint Robert E. Flanders of Eden Prairie, Minnesota i true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings A contracts of suretyship to be given to All Obligees ovided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the sum of untimited Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by e Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 13th ty of January, 1989: - RESOLVED, that the Chaim an of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice Resident of the mpany, be, and that each or any of them hereby is, authorized to execute Powers of Attomey qualifying the attorney named in the given Power of Attomey to execute in behalf of the tEMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President a Secretary or an Assistant aetary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, thg the signatures of sucfr officers and the seal of the Company may be affixed to any wch Power of Attorney or to any certificate relating thereto by simile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seat shall be valid and binding upon the Company when so affixed and in the future fi respect to any bond, undertaking or contract of suretyship to which it is attached." in Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed, d these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this day of January 90 FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY test: L n By Emil B. Askew, vice President D.0 Banta, Assistant Vice President ATE OF CONNECTICUT AUNTY OF HARTFORD On this day of January ,1990, before me personally came Emil B. Askew, to me known, who being by me duly sworn, did pose and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation described and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such rporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. o" s NpTARy'. s GLORIA D. SEEKINS NOTARY PUBLIC CERTIFICATE My Commission Expires Mardi 31, 1993 1, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey rporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and thermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the town of Farmington, the State of Connecticut. Dated the 18Whhd of Septmebe ,1 91 an Assistant Vice Resident STATE OF MINNESOTA ) } COUNTY OF HENNEPIN j On this 18th day of September i 19 9 1 , before me personally came ROBERT E. FLANDERS to be known to be an Attorney of FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY the corporation described in the within instrument, and he acknowledged that he executed the within instrument as the act of FIREMEN'S INSURANCE COMPANY OF NEWARK NEW JERSEY in accordance with authority duly conferred upon him by said Company. !'.�1__ NOTARY PUBLIC BRENDA L. FAL K NOTARY PUBLIC —MINNESOTA SCOTT COUNTY MY commission expires 1.1.97 !'.�1__ NOTARY PUBLIC ", 1K F, " t }i b 11S St R -AN D 1K)N' "'IF AINY rr p 3 Agency, Inc. )l West 77th Street, #148 Lna, MN 55435 E, 1") 7e Perkins Contracting, Inc. 775 Juniper Ridge Drive )ka, MN 55303 9-24-91 t s,6� Y A iN, G NO M,`­1",,'_-'� LHPON CERCF C. HKOL,".1E "i"HIUS b')OES N0 AMENIEi, EX"IFEND ALT'ER 'fli'E COVEMAGE AFTOPDED aY M CONA',PAN�ES AFFORD�'!NG COVERAGE COMPANV LEI-TER Western National Mutual COViRANY LF TER COMPA,NY L E 7 1"E IR LEI_� ER J CONIPANY E ER i E - I, v - BE E N 1 S S LI 1 G N L I; I E CD IN A EI_F A IB "D V hE P IV THf FkO' T Of R HA A R -AN D 1K)N' "'IF AINY rr p i p U1 M�q­ a ti 7 -F, z F ON D I ------- ----- - CDF FEC fl fl h 3' Li"tW! 5 "PF, 0I U N 'C"Ill P L C N Wvi E, E i DA E (NA HM/1)'DiYY� U Al N�VDD/) BODiLY NJuRY OCC, 1 s 500,000 N ER-a LIABfl, TY C01VPRIF' FORM BP4250 4-30-91 1 ------ ------- - 4-:30-92 BrDH_Y IWLIRY AGG. 500,000 I PROPi-FITY DAMAGE OCC. S' 200,000 K UNDIERGr OUND PROP R!" DANIAG"E AICC. s 200,000 R 0 ,, U C - i �S ( C, 0F,) P i OPER, I Bi & PD COMBiNED OCC. K 'C RACTUAL F3�1 & PD COMB�NED AGG. K NDE PfU 113rl N! �', 0 N f R C I OR, �S - - - --- ------- - PERSONAL !W� URY AG C3, 500,000 BROAD FORM I' ROPER -, ` DIVMAGE K PERSONAL H\),�URY " T , ............ ... ., TQOVIIOBR,E UABUA7Y BODHLY !NJURY A N Y AU 10 I BP4250 1 4-30-91 4-30-92 $ 500,000 C K A -L OV,"IED AUTOS, in" Pas_ BODILY iNjURY (Fler accidenfl 500,000 K ALL OWNED AU FOS K HIR�.,.D AUFICS R OPRY DAMAGE 200,000 K NON�CAANED AU I' US - - -------- --Agg-r-( GARAGE UAplt.j"ry BODUY NJURY S �_IROPERVT"I` Vehicles net qcheaule ­11111-1111-1 ... ........... ..... l Dkl;�GE t Z;CM h OWNED $ XCESS JABR-iTY K 'UMEIRELLA F'Pi`' 5 BP4250 4-30-91 \ 4-30-92 ` GGREGA�E -- -- --------- 1 °, 1,000.00 1 G I HER FHAN AMBRELLA FOR�vi ...... .. . ..... . .. ... . . ..... . . ..... ................ ........ ........ . ........ I I U Lj�qj TS WORKER'S CC*, ION BP4250 4-30-91 4-30-92 F ACH, AuCIDEN-, 100 000 ,Eta., - D� S E_ _S E_- - P L 't, IIT--­ x ' _ 500,000__._ -�' E L, 0 Y E, A S' L A F3 t Y D�SEEASE—IACH PvIPLOYEI�7 s HUE',;" NR N AB'11)�;",E_ DESCRIBED PGiJC' 8, :_ CW CELUI::0 BE, ,"FE Ti­ E X P'� R !1 DATE [ HE �,S'SUINIG CONVAN" xxxxxxxxxx ty of New Hope f - iL - Im , _IHF� CER10 ICAFE Hl' ()LD ER NMOIEL) 01 Xylon R, k/iAh- - 30 , DAYS' VVR �E - \ , w Hope, MN 55428 L EEF 1, XXXXXXXX)CXXXXXX--XXXXXXXXXXXxXX)=XXXXXXXXXXXXXX xxxxxxx XXXXXXXXXXXXXXXXXXXXXX X_XX_1tx=xxxxxx1 EF1R`.,SE'.NFATiV.M J� e COUNCIL # • # , # Originating Department Parks and Recreation E - Shari French Approved for Agenda 8/09/93 Agenda Section Consent Item No. 6.5 ACCEPTANCE OF PLAYGROUND EQUIPMENT PROJECT 481 - FRED SIMS AND LITTLE ACRE PARKS AND AUTHORIZE FINAL PAYMENT The engineers and staff recommend that the Playground Equipment project 481 - Fred Sims and Little Acre parks, be accepted and final payment be made to the contractor, Dave Perkins Contracting Inc. The final amount of the project is $84,415.72. There are minor differences between estimated quantities and actual quantities used. The Park CIP contains funds to cover the total cost of this project. MOTION BY SECOND BY _ — TO: .0 G Review: Administration: Finance: ' II M Otto G. Bonestroo. P.E. Howard A. Sanford, P.E. Michael P Rau, PE. p� c} i3 ®I ®® Robert W Rosene, PE* Keith A Gordon, P.E. Philip J. Pyne. P.E. BeJ6r Joseph C. Anderlik, PE. Robert R Pfefferle, PE. Agnes M. Ring, A.LCP R !� Marvin L. Sorvala, PE. ®Jene Richard W Foster, P.E. David O. Loskota. PE Thomas W Peterson, P.E. Michael C. Lynch, P.E. Richard E. Turner, P.E. NEW Glenn R Cook, RE Robert C. Russek, A.I.A. James R. Maland, P.E. Anderlik & Thomas E. Noyes, P.E. Jerry A. Bourdon. PE. Jerry D- Pertzsch, PE. Robert G. SchunKht, P.E. Mark A. Hanson, PE. Kenneth P Anderson, PE. C p A ssociates Susan M. Eberlin. CPA Michael T Rautmann. P.E Mark R. Rolfs, P.E. 'Senior Consultant Ted K. Field, P.E. Mark A. Seip. PE. Thomas R. Anderson, A.I A. Gary W. Morien. PE . o Engineers Architects & Donald C. Burgardt. RE Daniel J. Edgerton. PE. Thomas E. Angus, PE. Allan Rick Schmidt. P.E. Ismael Martinez, PE. Philip J. Caswell. PE. July 27, 1993 City of New Hope 4401 Xylon Av N Minneapolis, MN 55428 Attn: Mr. Larry Watts Fin. Dir./Treasurer Re: Fred Sims & Little Acre Park Playground Equipment City Project No. 481 File No. 34132 Dear Larry: Mark D. Wallis, P.E. Miles B. Jensen, PE. L. Phi iip Gravel III, P.E. Karen L. Wiemeri, PE, Gary D. Kristofitz, PE. F Todd Foster, PE. Keith R. Yapp, P.E. Douglas J. Benoit, PE. Shawn D. Gustafson, PE. Cecilia Olivier, PE. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F Engelhardt Transmitted herewith are three (3) copies of Request for Payment No. 7 & Final along with the required signed Minnesota Withholding Form IC -134 for the above mentioned project. The work on this project has been satisfactorily completed and we recommend final payment at this time. The final amount is approximately 12% over the contract amount due to minor differences between estimated quantities bid and actual quantities used. Should you have any questions regarding this project, please feel free to call. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mar". Hanson MAH:pah:enc 34132.COR i - 9/ 2335 West Highway 36 • St. Paul, MN 5511 612- 636 -4600 Sonestroo Owner City of New Hope, 4401 Xylon Av N, New Hope, MN 55428 Date June 21, 1993 O Rosene Armk'dlk S For Period February 2, 1993 to June 21, 1993 Associates Request No. 7 &Final Contractor Dave Perkins Contracting, 1 5775 J uniper Ridge Rd, Ramsey, MN 55303 Sr. Paw, MaxrrWa REQUEST FOR PAYMENT Fred Sims & Little Acre Park Playground Equipment Project No. 481 File No. 34132 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 9 Sub -Total 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 7 & Final Recommended for Approval by: BONE—S ROSENE, ANDERLIK & ASSOCIATES, INC. %7 9 Approved by Contractor: DAVE PERKINS CONTRACTING, INC. Specified Contract Completion Date: November 20, 1991 $ 75,616.50 $ 75,6 $ 84,415.72 $ 0.00 $ 84,415.72 $ 0.00 $ 84,415.72 $ 82,727.41 $ 1,688.31 Approved by Owner: CITY OF NEW HOPE, MN Date: 34132AFP Contract Unit Quantity Amount Ao. Item Unit Quantity Price To Date To Date Part 1 - Fred Sims Park 1 8" PVC SDR 35 LF 20 12.00 70 840.00 2 8" PVC perforated drain pipe LF 20 12.00 20 240.00 3 Common excavation LS 1 2,500.00 1 2,500.00 4 Modular block retaining wall SF 600 14.50 721.0 10,454.50 5 Furnish and install basketball goal, backboard and post EA 2 770.00 2.0 1,540.00 6 Furnish and install 6' bench w/back EA 1 250.00 1.0 250.00 7 Topsoil borrow CY 200 8.50 667 5,669.50 8 Sod w /3" existing topsoil SY 1,500 1.75 1,384 2„422.00 "Total Part I - Fred Suns Park $23,916.00 Part 2 - Little Acre Park 9 8" PVC SDR LF 35 12.00 65 780.00 10 8" PVC perforated drain pipe LF 30 12.00 52 624.00 11 Remove bitumutous pavement LS 1 700.00 1 700.00 12 Remove concrete curb LS 1 450.00 1 450.00 13 Remove cone. walk at park shelter bldg. LS 1 575.00 1 575.00 14 Transplant existing tree EA 1 250.00 2 500.00 15 Common excavation (including tree & shrub removal) LS 1 3,300.00 1 3,300.00 16 Modular block retaining wall SF 620 14.50 515 7,467.50 17 Class 5 100% crushed aggregate base TN 100 12.00 170.51 2,046.12 18 2" thick bituminous trail TN 50 43.00 66.7 2,868.10 19 Bituminous material for mixture TN 3.1 120.00 4 480.00 20 4" thick concrete walk SF 700 2.25 616 1,386.00 21 Adjust hydrant LF 1 350.00 1 350.00 22 Furnish and install playground structure excluding track ride EA 1 20,032.00 1 20,032.00 23 Furnish and install track ride EA 1 1,941.00 1 1,941.00 24 Furnish and install tire swing EA 1 1,213.00 1 1,213.00 25 Furnish & install 3 leg swing/2 sections w/6 seats (2 enclosed tot seats)10' high EA 1 1,356.00 1 1,356.00 26 Furnish and install race car EA 1 725.00 1 725.00 27 Furnish and install backhoe digger EA 1 375.00 1 375.00 28 Furnish & install access ramp w/handrail LF IS 58.00 13 754.00 34132.RFP RP -1 Ar Contract Unit Quantity Amount 0 OF aim unit Quantity Price To Date to Date 29 Furnish & install 6' bench w/baek EA 1 250.00 1 250.00 30 Topsoil borrow CY 150 8.50 150 1,275.00 31 Sod w /3" existing topsoil SY 2,310 1.75 2,324 4,067.00 32 Seed w /fertiliser and mulch AC 0.5 2,100.00 0.8 1,680.00 33 Sand cover CY 160 25.00 212.2 _ 5,305.00 Total Part 2 - Little Acre Park $60,499.72 Total Part 1 - Fred Sims Park 23,916.00 Total Part 2 - Little Acre Park fi0,499-7? Total Work Completed to Date $84,415.72 34132.RFP RP -2 pjAyner City of New Hope Project Fred Sims & Little Acre Park Playground Equipment Project No. 481 File No. 34132 Contractor Dave Perkins Contracting, Inc. CHANGE ORDER No. Date 1 2 3 Total Change Orders - Add PAYMENT SUMMARY No. Period $1,187.50 1 Start 11 -1 -91 2 11 -1 -91 12 -17 -91 3 12 -17 -91 6 -1 -92 4 6 -1 -92 7 -6 -92 5 7 -6 -92 8 -5 -92 6 8 -5 -92 2 -2 -93 7 2 -2 -93 6 -21 -93 8 9 10 Total Payment to Date Retainage, Payment No. Total Amount Earned Amount Payment Retainage Completed $1,187.50 $62.50 $1,250.00 25,711.30 1,415.73 27,064.53 21,502.78 2,547.45 23,884.50 3,906.08 2,753.04 55,060.70 27,887.27 4,220.79 84,415.72 2,532.48 1,688.31 84,415.72 1,688.31 0.00 84,415.72 $84,415.72 7 & Final 0.0 $84,415.72 Original Contract Change Orders Revised Contract $75,616.50 0.00 $75,616.50 34132. RFP RP -3 Company name Minnesota ID nu S Address Month /year work be an city state ' a Zip Code Month /year work ended Total contract amount: Telephone number Amount still due: Did you have employees work on this project? Project number: x-116 I If none, explain who did the work: Project location: ; 3 ) f t,,, ,,, Project owner: c' 1 r e'-, Address WWWWWwormw ✓mss j Check the box that describes your involvement in the project and fill in all information requested in that category: ■ . .7 r I decl e tha all information I have filled in on this form is true and complete to the best of my knowledge and belief. I author theepament of Revenue to disclose pertinent information relating to this project, including sending copies of this form, i the pr e c tractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contractina aae For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 • .. i • I • Who should file? If you are a prime contractor, a contractor, or a subcontractor who did work on a project for the state of Minnesota or any of its local government subdivisions — such as a county, city, or school district — you must file form IC -134 with the Minne- sota Department of Revenue. This affidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work. When to file The IC -134 cannot be processed until you are finished with the work. Do not send the affidavit in for certification before the project is completed since it will only be returned to you unprocessed. If you are a subcontractor or sole contractor, file form IC -134 when you have completed your part of the project. If you are a prime contractor, file form IC -134 when the entire project is completed and you have received certified affidavits from all of your subcontractors. Where to file Fill out form IC -134 and mail the original and one copy to: Minnesota Department of Revenue Business Trust Tax Section Mail Station 6610 St. Paul, MN 55146 -6610 Use of information The Department of Revenue needs all the information, except yourphone number, to determine whether you have met all state income tax withholding requirements. If all required information is not provided, the IC -134 will be returned to you for completion. How to file If you have fulfilled the requirements of the withholding tax laws of Minnesota, the Department of Revenue will sign your affidavit, keep the copy, and return the original to you. If any withholding payments are due to the state, Minne- sota law (M.S. 290.97) requires that payment must be made by only money order, cashiers check, certified check, or cash. Take the certified affidavit to your prime contractor or to the governmental unit for which the work was done in order to receive your final payment. Minnesota tax identification number You must fill in your Minnesota tax identification number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you need a number, get form MBA, Application for Tax Identification Number, and file it with the Minnesota Depart- ment of Revenue. To get form MBA, call 296 -3781 from the Twin Cities area or 1- 800 - 652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146 -7131. You do not need a Minnesota identification number if you have no employees and did all the work yourself. If this is the case, fill in your Social Security number in the space for Minnesota ID number and explain who did the work. If you are a subcontractor who was hired to do work on a project and you subcontract all or a part of your portion of the project to another contractor, you become a prime contractor as well. If this is the case, fill out both the subcontractor and prime contractor areas on a single form. All information on this affidavit is guaranteed private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee that it will be kept private, and certain state or county agencies. If you need help or additional information to fill out this form, call 296 -6181 in the Twin Cities area. From elsewhere in Minnesota and from outside the state, call (toll -free) 1 -800- 657 -3777.