Loading...
Imp. Proj. #503COUNCIL I'll 1111, Originating Department Approved for Agenda Agenda Section Consent Parks and Recreation 6/14/93 Item No. By: Shari French I B y Revised 6.10 RESOLUTION AWARDING CONTRACT FOR PLAY AREA EQUIPMENT AT ELM GROVE AND SUNNYSIDE PARKS (IMPROVEMENT PROJECT NO. 503),, TO SUNRAM CONSTRUCTION INC Staff and the City Engineer have evaluated bids opened on June 8th for Sunnyside and Elm Grove parks (Improvement Project 503). Plans and specifications were approved at the May 24th Council meeting. There is $89,717 in CIP for this project. Staff recommends that another $11,181.80 be transferred to this project from other 1993 CIP park projects for this purchase. Total bids were received on June 8, 1993 and Sunram Construction Inc. was the low bidder at $100,898.80. u• ♦� : N BY TO: Review: Administration: Finance: RFA -001 CITY OF NEW HOPE RESOLUTION NO. 93-79 RESOLUTION AWARDING CONTRACT FOR PLAY AREA EQUIPMENT AT ELM GROVE AND SUNNYSIDE PARKS (IMPROVEMENT PROJECT NO. 503) TO SUNRAM CONSTRUCTION INC. WHEREAS, pursuant to advertisement for bids for playground equipment for Sunnyside/Elm Grove parks, bids were received, opened and tabulated according to law, and the following bids were received complying with the advertisement: Contractors Sunram Construction Inc Talberg Lawn & Landscape Inc Arrigoni Brothers Company Socon Construction Driveway Design Inc Total Base Bid $100,898.80 $106,401.20 $109,282.50 $110,660.00 $114,121.00 WHEREAS, it appears that Sunram Construction Inc 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 Sunram Construction Inc. in the name of t h e City of New Hope for Sunnyside/Elm Grove Playground Equipment Improvements according to the plans and specifications (for a total base ' bid of $100,898.80) 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 14th day of ,Tune, 1993. ��� � Mayor y Clerk June 14, 1993 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attention: Mr. Daniel Donahue Re: Sunnyside/Elm Grove Park Project No. 503, File 34154 Dear Dan: Mark D Wal;is, PE. Mies B. Jensen, PE. L Pnr,p Gravel III, PE, Karen L Wemeri, PE, Gary O Knstotitz. PE F TWJ Foster, PE. Kean R Yapp. PE. Douglas J Benoit, PE Shawn D Gustation, PE Ceouo Oliver. PE. Cnanes A. Erickson Leo M Pawelsky Hanan M. Olson Jaynes F Engelhardt Bids were received for the above project on June 11, 1993. The low bid of the five (5) bids submitted is from Sunram Construction, Inc. for $100,898.80. Alternate bids for playground equipment were also submitted. Shari and I have reviewed the alternate equipment with the revised layouts and are recommending the contract be awarded based on the base bid (Game Time Equipment). We will continue to work with the contractor and supplier to evaluate additional cost savings. Therefore, it's our recommendation the contract be awarded to Sunram Construction, Inc based on the base bid ($100,898.80). If you have any questions please contact me at this office. Yours very truly, BONESTROO, R NE, ANDERLIK & ASSOCIATES, INC. Mark Hanson MAH:lk cc: Shari French 2335 West Highway 36 • St. Paul, MN 55113 • 612- 636 -4600 Otto G. Bonestroo, PE. Howard A. Santora. PE. Michael P Rau. PE. tr l� �e�tt 0� V V Robert W Rosene, PE.` Joseph C. Anderl.K. PE. Keith A. Gordon. PE, Rooea R. Ptettene, PE. Philip J Pyne. PE . Agnes M. Ring. A.I CP - a.T ..—. -, „ ®S e i4 Marvin L Sorvata. PE Richard E. Turner. PE. k,cnard W Foster. PE Oev1d O. Loskota. PE Thomas W Peterson, PE Michael C. Lynch. PE. ■ A Ar�derli K & Glenn R Cook, PE Thomas E Noyes. PE Robert C. RusseK. A.I A Jerry A. Bourdon. PE Jaynes R Maland. PE . Jerry D Pertzscn. PE A ssociates Robert G. Schun.chi, PE. Susan M. Eberhn, CPA Mark A. Hanson, PE. Michael T Rauimann, PE Kenneth P Anderson. PE Mark R Roils, PE, Senior Consultant Ted K Held, PE. Mark A Se.p, PE Engineers & Architects Thomas R. Anderson. A.LA Donato C Burgardt. P.E Gary W Monen. PE Damel J Edgerton. PE Thomas E. Angus, PE. Allan Rick Schmidt PE. Ismael Martinez. PE. Philip J Caswell. PE June 14, 1993 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attention: Mr. Daniel Donahue Re: Sunnyside/Elm Grove Park Project No. 503, File 34154 Dear Dan: Mark D Wal;is, PE. Mies B. Jensen, PE. L Pnr,p Gravel III, PE, Karen L Wemeri, PE, Gary O Knstotitz. PE F TWJ Foster, PE. Kean R Yapp. PE. Douglas J Benoit, PE Shawn D Gustation, PE Ceouo Oliver. PE. Cnanes A. Erickson Leo M Pawelsky Hanan M. Olson Jaynes F Engelhardt Bids were received for the above project on June 11, 1993. The low bid of the five (5) bids submitted is from Sunram Construction, Inc. for $100,898.80. Alternate bids for playground equipment were also submitted. Shari and I have reviewed the alternate equipment with the revised layouts and are recommending the contract be awarded based on the base bid (Game Time Equipment). We will continue to work with the contractor and supplier to evaluate additional cost savings. Therefore, it's our recommendation the contract be awarded to Sunram Construction, Inc based on the base bid ($100,898.80). If you have any questions please contact me at this office. Yours very truly, BONESTROO, R NE, ANDERLIK & ASSOCIATES, INC. Mark Hanson MAH:lk cc: Shari French 2335 West Highway 36 • St. Paul, MN 55113 • 612- 636 -4600 Sonestroo Project Name Sunnyside Park & Elm Grove Park Playground Equipment & Site Improvements Rosene project No. 503 File No. 34154 Anderrk & Associates E.0— S Ar<Mt— U. Paul, Mlnnoota Bid Opening 11:30 a.m., C.D.S.T., Tuesday, June 8, 1993 Owner New Hope, MN No. Item Part 1 - Sunnyside Park 1 Site grading and final shaping LS 2 Remove existing play area equipment LS 3 Furnish and install playground structure 'Landscape, Inc. with handicap access ramp LS 4 Furnish and install tire swing EA 5 Furnish and install space arch climber EA B11D TABULATION Tabulation • • , Bids of Received Bid No. 1 Bid No. 2 Sunram Talberg Lawn & Construction, Inc. 'Landscape, Inc. B rothers Compa S o c on C unit unit Price Total Price Total I hereby certify that this is an exact reproduc °on of bids r ived. Mark ALHansn, P.E. Reg. No. 14260 Bid No. 3 Bid No. 4 Bid No. 5 Arrigoni 2,000.00 Driveway B rothers Compa S o c on C Design, Inc. 3,500.00 1 1,000.00 1,000.00 unit unit unit Price Total Price Total Price Total 1 2,000.00 2,000.00 1,675.00 1,675.00 2,000.00 2,000.00 3,067.00 3,067.00 3,500.00 3,500.00 1 1,000.00 1,000.00 750.00 750.00 1,000.00 1,000.00 1,415.00 1,415.00 1,575.00 1,575.00 1 16,850.00 16,850.00 18,914.00 18,914.00 18,700.00 18,700.00 19,500.00 19,500.00 19,480.00 19,480.00 1 1,200.00 1,200.00 1,370.00 1,370.00 1,130.00 1,130.00 1,363.00 1,363.00 1,155.00 1,155.00 1 620.00 620.00 691.80 691.80 650.00 650.00 712.00 712.00 735.00 735.00 34154.TAB BT -1 Bid No. 1 Sunram Construction, Inc. Total No. Item unit unit Q�t Price 6 Furnish and install 3 leg swing - 1,550.00 1,820.00 2 sections w/2 seats /section (2 1,600.00 1,600.00 enclosed tot seat) 10' high EA 7 Furnish and install airplane EA 8 Furnish and install parallel bars EA 9 Furnish and install "S" climber EA 10 Furnish and install track ride EA 11 Furnish and install trapeze rings EA 12 Furnish and install double crunch bar EA 13 Sand cover and spread existing sand CY 14 C1.5 100% crushed aggreg. base for trail TN 15 Type 41 mod. bit. wear course (2" thick) TN 16 Remove concrete curb and gutter LF Bid No. 2 Talberg Lawn & Landscape, Inc. unit price Total Bid No. 3 Bid No. 4 Arrigoni Brothers Compa Socon Construction unit unit price Total Price Total Bid No. 5 Driveway Design, Inc. unit Price Total 1 1,550.00 1,550.00 1,820.00 1,820.00 1,600.00 1,600.00 1,874.00 1,874.00 1,745.00 1,745.00 1 560.00 560.00 623.00 623.00 600.00 600.00 640.00 640.00 630.00 630.00 1 550.00 550.00 579.00 579.00 370.00 370.00 595.00 595.00 465.00 465.00 1 1,625.00 1,625.00 1,817.00 1,817.00 2,050.00 2,050.00 1,870.00 1,870.00 1,650.00 1,650.00 1 1,400.00 1,400.00 1,565.00 1,565.00 1,500.00 1,500.00 1,612.00 1,612.00 1,500.00 1,500.00 1 1,575.00 1,575.00 1,745.00 1,745.00 1,500.00 1,500.00 1,795.00 1,795.00 1,525.00 1,525.00 1 475.00 475.00 497.00 497.00 400.00 400.00 555.00 555.00 505.00 505.00 200 7.50 1,500.00 10.50 2,100.00 15.00 3,000.00 3.00 600.00 10.00 2,000.00 100 16.40 1,640.00 11.75 1,175.00 17.40 1,740.00 15.50 1,550.00 15.00 1,500.00 35 46.70 1,634.50 53.00 1,855.00 17.40 609.00 46.00 1,610.00 75.00 2,625.00 15 15.00 225.00 10.00 150.00 10.00 150.00 15.00 225.00 10.00 150.00 34154.TAB BT -2 Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Sunram Talberg Lawn & Arrigoni 30.00 Driveway Construction, Inc Landscape, Inc. Brothers Co Socon Construction Design, Inc. Unit Unit Unit Unit Unit No. Item Unit QtV Price Total Price Total Price Total Price Total Price Total 17 Concrete curb and gutter in place LF 15 20.00 300.00 20.00 300.00 30.00 450.00 30.00 450.00 15.00 225.00 18 Timber curbing in place LF 440 5.25 2,310.00 7.50 3,300.00 8.50 3,740.00 3.45 1,518.00 5.75 2,530.00 19 Topsoil borrow CY 15 10.00 150.00 12.00 180.00 10.00 150.00 14.00 210.00 9.00 135.00 20 Sod SY 360 2.00 720.00 2.40 864.00 2.50 900.00 1.95 702.00 1.85 666.00 Total Part 1 - Sunnyside Park $37,884.50 $41,970.80 $42,239.00 $41,863.00 $44,296.00 Part 2 - Elm Grove Park 21 Remove existing concrete curb & gutter LF 15 15.00 225.00 10.00 150.00 10.00 150.00 15.00 225.00 10.00 150.00 22 Remove existing basketball court and sand play area LS 1 900.00 900.00 800.00 800.00 500.00 500.00 1,410.00 1,410.00 500.00 500.00 23 Remove existing bituminous trail LS 1 360.00 360.00 500.00 500.00 200.00 200.00 540.00 540.00 650.00 650.00 24 Remove existing playground equipment LS 1 1,000.00 1,000.00 600.00 600.00 500.00 500.00 1,210.00 1,210.00 1,575.00 1,575.00 25 Site grading and final shaping LS 1 2,500.00 2,500.00 2,250.00 2,250.00 4,000.00 4 3,966.00 3,966.00 4,600.00 4,600.00 34154.TAB BT -3 Bid No. 1 Sunram Construction, Inc. 40 25.00 1,000.00 57 22.00 1,254.00 1 300.00 300.00 15 20.00 300.00 440 13.50 5,940.00 200 14.50 2,900.00 25 39.20 980.00 No. Item Unit Unit Qty Price Total 26 6" PVC perforated drain pipe with Bid No. 5 Arrigoni geotextile fabric Type I and course Driveway Brothers Company filter aggregate LF 27 8" PVC storm sewer LF 28 Bends, reducer and tee for drain pipe LS 29 Concrete curb and gutter in place LF 30 Modular block retaining wall (beige) SF 31 Class 5 100% crushed aggregate base TN 32 Type 31 bituminous base for Bball ct. TN 33 Type 41 modified bituminous wear course (2" thick on trails, 1 -112" thick on ct.) TN 34 4" concrete slab for Bball court SF Bid No. 2 Talberg Lawn & Landscape, Inc. Unit Price Total Bid No. 3 Bid No. 4 Bid No. 5 Arrigoni 18.95 Driveway Brothers Company Socon C onstruction Design, Inc. Unit Unit Unit Price Total Price Total Price Total 15.75 630.00 5.00 200.00 18.95 1,080.15 12.00 684.00 80.00 80.00 200.00 200.00 20.00 300.00 30.00 450.00 13.75 6,050.00 14.00 6,160.00 11.75 2,350.00 17.40 3,480.00 48.00 1,200.00 50.00 1,250.00 18.00 720.00 25.00 1,000.00 12.00 684.00 18.00 1,026.00 90.00 90.00 200.00 200.00 14.00 210.00 15.00 225.00 15.50 6,820.00 12.10 5,324.00 14.00 2,800.00 15.00 3,000.00 36.00 900.00 65.00 1,625.00 58 46.60 2,702.80 53.00 3,074.00 49.00 2,842.00 41.00 2,378.00 65.00 3,770.00 45 3.00 135.00 3.50 157.50 3.00 135.00 4.00 180.00 6.50 292.50 34154.TAB BT -4 Bid No. 1 Sunram Construction, Inc. No. Item 35 Furnish and install basketball post, Unit Unit Qty Price Total Bid No. 2 Bid No. 3 Talberg Lawn & Arrigoni Landscape, Inc. Brothers Company Unit Unit Price Total Price Total Bid No. 4 back board, and goal LS 36 Furnish and install 6' bench w/back EA 37 Furnish and install playground structure Price Total price Total with handicap access ramp LS 38 Furnish and install tire swing EA 39 Furnish and install space arch climber EA 40 Geotextile fabric, Type V SY 41 Furnish and install 3 leg swing - 620.00 620.00 2 sections w/2 seats /section (2 714.00 650.00 enclosed tot seat) 10' high EA 42 Furnish and install police car EA 43 Furnish and install backhoe digger EA Total Bid No. 2 Bid No. 3 Talberg Lawn & Arrigoni Landscape, Inc. Brothers Company Unit Unit Price Total Price Total Bid No. 4 Bid No. 5 1,347.00 Driveway Socon Construction Design, Inc. Unit Unit Price Total price Total 1 1,200.00 1,200.00 1,347.00 1,347.00 1,000.00 1,000.00 1,320.00 1,320.00 1,260.00 1,260.00 2 375.00 750.00 433.00 866.00 270.00 540.00 420.00 840.00 365.00 730.00 1 23,900.00 23,900.00 24,075.00 24,075.00 24,500.00 24,500.00 24,305.00 24,305.00 25,675.00 25,675.00 1 1,200.00 1,200.00 1,378.00 1,378.00 1,130.00 1,130.00 1,363.00 1,363.00 1,155.00 1,155.00 1 620.00 620.00 714.00 714.00 650.00 650.00 712.00 712.00 735.00 735.00 625 1.50 937.50 1.15 718.75 1.30 812.50 2.00 1,250.00 1.90 1,187.50 1 1,650.00 1,650.00 1,890.00 1,890.00 1,600.00 1,600.00 1,873.00 1,873.00 1,745.00 1,745.00 1 700.00 700.00 793.00 793.00 760.00 760.00 796.00 796.00 815.00 815.00 1 420.00 420.00 922.00 922.00 400.00 400.00 477.00 477.00 525.00 525.00 34154.TAB BT -5 No. Item Unit Qt Bid No. 1 Bid No. 2 Sunram Talberg Lawn & Construction, Inc Lands cape, Inc. Unit Unit Price Total Price Bid No. 3 Arrigoni Bro Company Unit Total Price Total Bid No. 4 Bid No. 5 CY Driveway Socon Co D e si gn, Inc. unit Unit Price Total Price Total 44 Sand cover CY 180 8.00 1,440.00 10.50 1,890.00 15.00 2,700.00 8.00 1,440.00 10.00 1,800.00 45 4' high Colorado Spruce in place EA 6 150.00 900.00 145.00 870.00 300.00 1,800.00 133.00 798.00 155.00 930.00 46 Topsoil borrow CY 300 3.00 900.00 9.75 2,925.00 10.00 3,000.00 14.00 4,200.00 9.00 2,700.00 47 Sod SY 1,200 3.00 3,600.00 1.65 1,980.00 2.00 2,400.00 1.95 2,340.00 1.85 2,220.00 Total Part 2 - Elm Grove Park $58,714.30 $59,590.40 $62,043.50 $63,847.00 $65,415.00 Part 3 - Liberty Park 48 Furnish and install Lexan Spiral slide including all necessary connections EA 1 4,300.00 4,300.00 4,840.00 4,840.00 5,000.00 5,000.00 4,950.00 4,950.00 4,410.00 4,410.00 Total Part 3 - Liberty Park $4,300.00 $4,840.00 $5,000.00 $4,950.00 $4,410.00 34154.TAB BT -6 Bid No. 1 Bid No. 2 Sunram Talberg Lawn & Construction, Inc. Landscape, Inc. No. Item Unit Unit Unit Q_yt Price Total Price Total Bid No. 3 Bid No. 4 Bid No. 5 Arrigoni 41,863.00 Driveway Brothers Company Socon Construction Design, Inc. 62,043.50 63,847.00 Unit Unit Unit Price Total Price Total Price Total Total Part 1 - Sunnyside Park 37,884.50 41,970.80 42,239.00 41,863.00 44,296.00 Total Part 2 - Elm Grove Park 58,714.30 59,590.40 62,043.50 63,847.00 65,415.00 Total Part 3 - Liberty Park 4,300.00 4,840.00 5,000.00 4,950.00 4,410.00 Total Base Bid $100,898.80 $106,401.20 $109,282.50 $110,660.00 $114,121.00 Alternate Playground Equipment @ Sunnyside Park 1 Playworld Systems Nos. 3 -12 2 Iron Mountain Forge Nos. 3 -12 3 Gametime Durascape No. 3 4 Premier Polysteel Playgrounds No. 3 (3,905.00) (3,405.00) 4 (4,200.00) (4,500.00) (6,400.00) (6,500.00) (3,200.00) (300.00) (1,400.00) 34154.TAB BT -7 Bid No. 1 Sunram Construction, Inc. No. Item Unit Unit QtV Price Total Bid No. 2 Bid No. 3 Talberg Lawn & Arrigoni Landsca Inc. Brothers Comp Unit Unit Price Total Price Total Bid No. 4 Bid No. 5 Driveway Socon Cons Design, Inc. Unit Unit Price Total Price Total Elm Grove Park 5 Playworld Systems Nos. 35 -39 & 41 -43 (3,485.00) (5,400.00) 6 Iron Mountain Forge Nos. 35 -39 & 41 -43 (4,820.00) (4,300.00) (5,500.00) 7 Gametime Durascape No. 37 (4,600.00) (4,400.00) (1,900.00) 8 Premier Polysteel Playgrounds No. 37 2,400.00 34154.TAB BT -8 Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Bid Bond, 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond Cert. check, Certified Check ($5,300) Cash deposit Firm Sunram Talberg Lawn & Arrigoni Driveway Construction, Inc. Landscape, Inc. Brothers Company Socon Construction Design, Inc. By Lee W. Sunram Mark Talberg Dennis Arrigoni Ronald Swanson Randall M. Johnson Tine President President President President President Address 7675 Troy Lane 100 Wilshire Drive 817 Vandalia Street 9901 Xylite Street NE 4810 W Medicine Lake Dr City, state, Maple Grove, MN Minnetonka, MN St. Paul, MN Minneapolis, MN Plymouth, MN Zip Code 55311 55305 55114 55449 55442 Telephone (612) 420 -2140 (612) 541 -0194 (612) 645 -9321 (612) 784 -6910 (612) 559 -9004 Fax No. (612) 494 -3951 (612) 546 -4954 (612) 645 -9323 (612) 784 -2423 (612) 550 -1165 34154.TAB BT -9 June 15, 1993 Sunram Construction, Inc. 7675 Troy Lane Maple Grove, MN 55311 Otto G. Bonestroo, PE. Robert W. Rosene, P.E.* Joseph C. Anderlik, P.E. Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert G. Schunicht, P.E. Susan M. Eberlin, C.PA. *Senior Consultant Re: Sunnyside Park and Elm Grove Park Playground Equipment and Site Improvements New Hope, MN Our File No. 34154 Gentlemen: Michael P. Rau, P.E. Philip J. Pyne, P.E. Agnes M. Ring, A.LC.P. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. James R. Maland, P.E. Jerr> D. Pertzsch, P.E. Kenneth P. Anderson, P.E. Mark R. Rolfs, P.E. Mark A. Seip, P.E. Gary W. Morien, P.E. Daniel J. Edgerton, PE, Allan Rick Schmidt, P.E. Philip J. Caswell, P.E. Mark D. Wallis, P.E. Miles B. Jensen, PE. L. Phillip Gravel III, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz, P.E. F Todd Foster, P.E. Keith R. Yapp, PE, Douglas J. Benoit, P.E. Shawn D. Gustafson, P.E. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F. Engelhardt Enclosed are five (5) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15, & 16 shall be provided. After the bonding company has completed the documents, forward them to Steven A. Sondrall, Attorney -at -Law, 8525 Edinbrook Crossing - #203, 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 for their file, 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. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark A. Hanson •'l' • • Enclosures: 5 cc: City of New Hope Steven A. Sondrall, Attorney Howard A. Sanford, P.E. Keith A. Gordon, P.E. Robert R. Pfefferle, PE, Richard W. Foster, P.E. David O. Loskota, P.E. Robert C. Russek, A.I.A. Jerry A. Bourdon, PE. Mark A. Hanson, P.E. Michael T Rautmann, P.E. Ted K. Field, P.E. Thomas R. Anderson, A.I.A. Donald C. Burgardt. P.E. Thomas E. Angus, PE. Ismael Martinez, P.E. 2335 West Highway 36 * St. Paul, MN 55113 * 00 4401 Xylon Avenue North Telephone: 612 -531 -5100 City Hall Fax: #612- 531 -513E New Hope, Minnesota 55428 -4898 TDD Line: 612- 531 -5109 Police Fax: #612- 531 -5174 Public Works Fax: #612- 533 -7656 July 12, 1993 Sunram Construction, Inc. 7675 Troy Lane Maple Grove, MN 55311 SUBJECT: PROJECT 503 (PLAY AREA EQUIPMENT AT ELM GROVE AND SUNNYSIDE PARKS) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 503. 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. A copy of the contract documents is on file with our City Engineer. 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, MCMC City Clerk enc. cc: City Engineer City Attorney Shari French Family Styled City For Family Living JA Eonestroo Bidder Total Base Bid ® Rosene Address Telephone No. Anderlik & Associates M a "" " E g" `"' " A & "° City, State, Zip Fax. No. ADDENDUM NO. 1 SUNNYSIDE AND ELM GROVE PARK PLAYGROUND EQUIPMENT PROJECT NO. 503 FILE NO. 34154 NEW HOPE, MINNESOTA June 3, 1993 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Tuesday, June 8, 1993 • 1� 1 • Proposal /Special Provisions 16) The attached Proposal has been revised to include a location to provide an Alternate Bid for playground equipment (Page P -4). Section 0231.3 Materials for Recreational Facilities (Section 0231) states playground equipment shall be manufactured by Game Time, Inc., Landscape Structure/Mexico Forge or equal. To eliminate confusion as to what equipment the Contractor is including in his base bid, the Contractor shall include in his base bid playground equipment manufactured by Game Time, Inc. based on the layouts presented on Plan Sheets No. 1 and 2. The Contractor may submit an Alternate Bid for playground equipment not manufactured by Game Time, Inc. based on the layouts presented on Plan Sheets No. 1 and 2. The add or deduct bid shall be presented on Page 4 of the proposal listing the Item No., the Item, the Manufacturer and the Add or Deduct amount from the base bid for that Item. The Contractor may also provide alternate playground equipment bids based on different layouts from those presented on Plan Sheets No. 1 and 2 provided the layout includes similar features. The alternate bids will be considered by the City after the bids are received on June 8, 1993 and before the City Council considers contract award at their June 14, 1993 Council Meeting. 34154.ADD A -1 17) The attached Proposal includes a lump sum bid for a new basketball post, backboard, and goal at Elm Grove Park which was omitted in the original proposal. The lump sum bid shall include the following items as manufactured by Game Time, Inc. Post (Game Time No. 460) Backboard (Game Time No. 854 - Aluminum) Goal (Game Time No. BA39U -BA50) The Contractor may also provide an alternate equipment bid in the spaced provided on Page 4 of the proposal. 18) The previous proposal included two line items for "Furnish and install space arch climber" at Sunnyside Park. The attached proposal has removed one of those line items. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34154.ADD A -2 Bonesxroo Bidder Sunram Construction, Inc. Total Base Bid $100,898.80 Rosene An Assoociatciat es s Address 7675 Troy Lane Telephone No. 420 -2140 En Paul, 1 A ArC ta St.F 11 I MaMeectf A City, State, 'Lip Maple Grove, MN _55311 Fax. No. 494 -3951 REVISED PROPOSAL SUNNYSIDE PARK AND ELM GROVE PARK PLAYGROUND EQUIPMENT AND SITE IMPROVEMENTS PROJECT NO. 503 FILE NO. 34154 NEW HOPE, MINNESOTA 1993 Opening Time: Opening Date: Honorable City Council City of New Hope 4401 Xylon Avenue North Minneapolis, Minnesota 55428 Dear Council Members: 11:30 A.M ., C.D.S.T. Tuesday, June 8, 1993 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. 1 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 Part I - Sunnyside Park I Site grading and final shaping 2 Remove existing play area equipment 3 Furnish and install playground structure with handicap access ramp 4 Furnish and install tire swing 5 Furnish and install space arch climber Unit Qty Unit Price Total Price LS 1 $ 2,000.00 $ 2,000.00 LS 1 1,000.00 1,000.00 LS 1 16,850.00 16,850.00 EA 1 1,200.00 1,200.00 EA 1 620.00 620.00 34154TRO P -1 No. Item Unit Qty Unit Price Total Price 6 Furnish and install 3 leg swing - 2 sections w/2 seats /section (2 enclosed tot seat) 10' high EA 1 $ 1,550.00 $ 1,550.00 7 Furnish and install airplane EA 1 560.00 560.00 8 Furnish and install parallel bars EA 1 550.00 550.00 9 Furnish and install "S" climber EA 1 1,625.00 1.625.00 10 Furnish and install track ride EA 1 1,400.00 1,400.00 11 Furnish and install trapeze rings EA 1 1,575.00 1,575.00 12 Furnish and install double crunch bar EA 1 475.00 475.00 13 Sand cover and spread existing sand CY 200 7.50 1,500.00 14 C1.5 100% crushed aggreg. base for trail TN 100 16.40 1,640.00 15 Type 41 mod. bit, wear course (2" thick) TN 35 46.70 1,634.50 16 Remove concrete curb and gutter LF 15 15.00 225.00 17 Concrete curb and gutter in place LF 15 20.00 300.00 18 'Timber curbing in place LF 440 5.2.5 2,310.00 19 "Topsoil borrow CY 15 10.00 150.00 20 Sod SY 360 2.00 720.00 Total Part I - Sunnyside Park $37,884.50 Part 2 - Elm Grove Park 21 Remove existing concrete curb & gutter LF 15 $ 15.00 $ 225.00 22 Remove existing basketball court and sand play area LS 1 900.00 900.00 23 Remove existing bituminous trail LS 1 360.00 360.00 24 Remove existing playground equipment LS 1 1,000.00 1.000.00 25 Site grading and final shaping LS 1 2,500.00 2,500.00 34154.I1Rt7 P -2 No. Item Unit Qty Unit Price Total Price 26 6" PVC perforated drain pipe with geotextile fabric Type I and course filter aggregate LF 40 $ 25.00 $ 1,000.00 27 8" PVC storm sewer 1-1 57 22.00 1,254.00 28 Bends, reducer and tee for drain pipe LS 1 300.00 300.00 29 Concrete curb and gutter in place LF 15 20.00 300.00 30 Modular block retaining wall (beige) SF 440 13.50 5,940.00 31 Class 5 100% crushed aggregate base TN 200 14.50 2,900.00 32 Type 31 bituminous base for Bball et. TN 25 39.20 980.00 33 Type 41 modified bituminous wear course (2" thick on trails, 1 -1/2" thick on ct.) TN 58 46.60 2,702.80 34 4" concrete slab for Bball court SF 45 3.00 135.00 35 Furnish and install basketball post, back board, and goal LS 1 1,200.00 1,200.00 36 Furnish and install 6' bench w/back EA 2 375.00 750.00 37 Furnish and install playground structure with handicap access ramp LS 1 23,900.00 23,900.00 38 Furnish and install tire swing EA 1 1,200.00 1,200.00 39 Furnish and install space arch climber EA 1 620.00 620.00 40 Geotextile fabric, Type V SY 62.5 1.50 937.50 41 Furnish and install 3 leg swing - 2 sections w/2 seats /section (2 enclosed tot seat) 10' high EA 1 1,650.00 1,650.00 42 Furnish and install police car EA 1 700.00 700.00 43 Furnish and install backhoe digger EA 1 420.00 420.00 44 Sand cover CY 180 8.00 1,440.00 45 4' high Colorado Spruce in place EA 6 150.00 900.00 34154.PRO P -3 No. Item Unit Qty Unit Price Total Price 46 Topsoil borrow CY 300 $ 3.00 $ 900.00 47 Sod SY 1,200 3.00 3,600.00 Total Part 2 - Elm Grove Park $58,714.30 Part 3 - Liberty Park 48 Furnish and install Lexan Spiral slide including all necessary connections EA 1 $ 4,300.00 $ A300.00 Total Part 3 - Liberty Park $4,300.00 Total Part I - Sunnyside Park $ 37.884.50 Total Part 2 - Elm Grove Park $ 58,714.30 Total Part 3 - Liberty Park $ 4,300.00 Total Base Bid $100,898.80 Altern ate_Play>;round Equipment Bid No. Manufacturer Sunnyside Park 3 -12 Playworld Systems Elm Grove 35- 39/41 -43 Playworld Systems Suunyside Park 3 -12 Iron Mountain Forge Elm Grove Park 35- 39/41 -43 Iron Mountain Forge Add or Deduct ($3,905.00) ($3,485.00) ($3,405.00) ($4,820.00) NOTE: Must use same manufacturer for both parks. 34154.PRO P -4 SUNNYSIDE AND ELM GROVE PARK PLAYGROUND EQUIPMENT PROJECT NO. 503 FILE NO. 34154 NEW HOPE, MINNESOTA 1993 Table of Contents 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 2521. Walks - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 24,000. Sewers - Specific & General Requirements Figure 1 - Location Plan Figure 2 - Tree Planting Detail Conditions of the Contract Plan Sheet 1 of 2 - Sunnyside Park Plan Sheet 2 of 2 - Elm Grove Park 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 t e laws of the State of Min/ 0 ta./ Mark A. Hanson, P.E. Date: Mav 27. 1993 Reg. No. 14260 34154 0 .0". I'M 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 Tuesday, June 8, 1993, 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: LUMP 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, ,i iO ­ t the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (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. gwl 34154ad 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the sepaiate Proposal Form designated 'BID COPY' and not i n 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, • 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, d7.1 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 SLEETS: 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 RESEARCH CTR .SEARCH CTR. ,..,r....,�..w .............: WEST ... ' E Pue� U RKS RAGE �i. Z -M �. z �> r k .,�...,,.^..� ... ..... .. .. „�... ..v.„„ ?t �k i t� S LJV s 1 @ : j .. e a E S� `z § • a s .................... �kF �rv..., ............... ..� wme ....... :.ri $ . _..a �.:�. ........,..L.> r r • • it s k S i? 5 ... . 3 .f 2 y i r 4 k r tx ,... „.,.. $.... $ 3 ....... # d Z11 1- . . ......... 3A # T .. 42NW AVE N T S j Q i ygC HOPE CITY HALL .,w:� )CA CJN AVE w �w..,. n.w .. Eiiri GROVE Q. PARK w. 55TH J AVE N i to 11. . Y) Y in i� w AR F 1` pppppp E 0 500 9000 Scale in feet L: \34 \34154 \34154LOC MAY 1993 COMM. 34154 ........ f ✓;.i j # R S j Q i ygC HOPE CITY HALL .,w:� )CA CJN AVE w �w..,. n.w .. Eiiri GROVE Q. PARK w. 55TH J AVE N i to 11. . Y) Y in i� w AR F 1` pppppp E 0 500 9000 Scale in feet L: \34 \34154 \34154LOC MAY 1993 COMM. 34154 Provide and install plant materials that meet specifications and are of the size type and species given in plant schedule or shown on the plans. Remove dead or damaged branches. Retain the natural form of the shrub. Place weed barrier. Place 4" layer (After settlement) of shredded hardwood bark mulch or as specified otherwise. Place mulch to form saucer to hold water. Remove top 1/3 of burlap from rootball. Dig plant hole 1'--0" min. larger than ball, all sides. Backfill with planting soil. Scarify bottom of planting hole. 6 ,. I, • � • 11 Twisted double stranded 14 Gauge wire. 8' Steel fence post notched or drilled to retain guy wires. H OPE , TREE PLANTING DEIAIL NEW i_ P N PROJ. No i L- \34 \34GEN\34TREDET MAY 1993 COMM. 34154 Power of Attorney KNOW ALL MEN BY THESE PRESENTS That ALLIED Mutual Insurance Company, a corporation organized under the laws of the State of Iowa, with its principal office in the City of Des Moines, Iowa, hereinafter called 'Company', does hereby make, constitute and appoint J. PETERS CORNETT RAMONA E. MEIER MINNETONKA, MN each in his individual capacity, its true and lawful Attorney -In -Fact with full power and authority to sign, seat, and execute in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds guaran- teeing the payment of orincipal and interest of notes, mortgage bonds and mortgages) in penalties not exceeding the sum of ONE HUNDRED TWENTY —FIVE THOUSAND AND N01100 ($125,000.00) for bond number Bd 78999, dated 6/23/93 with Sunram Construction as Principal and the City of New Hope, MN ang to bmi Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and con- firmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Laws duly adopted by the Board of Directors of the Company. ARTICLE IX - EXECUTION OF CONTRACTS 'Section 2. Bonds, undertakings, and other obligatory instruments of similar nature, other than policies and endorsements, issued by the Corporation shall be validly executed and binding on the Corporation when signed by the President, or a Vice President, or by Attorneys )-In -Fact appointed by the President, or by a Vice President.' 'Section 3. The President, or a Vice President, shall have the power to appoint agents of the Corporation, or other persons, as Attomey(s )-In -Fact to act on behalf of the Corporation in the execution of bonds, undertakings, and other obligatory instruments of similar nature, other than policies and endorsements with full power to bind the Corporation by their signature and execution of any such instru- ment. The appointment of such Attorney(s )-In -Fact shall be accomplished by Powers of Attorney signed by the President, or a Vice Pres- ident. This Power of Attorney is signed and sealed by facsimile under and by the following By-Laws duly adopted by the Board of Directors of the Company. ARTICLE IX - EXECUTION OF CONTRACTS 'Section 4. The Secretary, or an Assistant Secretary, is authorized to certify that any such Power of Attorney so signed shall be validly executed and binding on the Corporation; and to certify that any bond, undertaking, or obligatory instrument of similar nature, other than policies and endorsements, to which this Power of Attorney is attached is and shall continue to be a valid and binding obligation of the Corporation, according to its terms, when executed by Attorney(s )-In -Fact appointed by the President or a Vice President.' "Section 5. It shall not be necessary to the valid execution and binding effect of the Corporation of any bond, undertaking, or obligatory instrument of similar nature, other than policies and endorsements, signed on behalf of the Corporation by the President, or a Vice President, or Attorney(s)-in-Fact appointed by the President, or a Vice President, or any Power of Attorney executed on behalf of the Corporation appointing Attorney(s)-In-Fact to act for the Corporation, or of any certificate to be executed by the Secretary, or an Assistant Secretary, as hereinabove in Section 2, 3, and 4 of this Article provided, that the corporate seal be affixed to any such instrument but the person authorized to sign such instrument may affix the corporate seal, and a facsimile corporate seal affixed to any such instrument shall be as effective and binding as the original seal.' 'Section 6. A facsimile signature of the President, or of a Vice President, affixed to any bond, undertaking, or obligatory instrument of similar nature, other than policies and endorsements, or to a Power of Attorney signed by such President, or a Vice President, as herein in Sections 2 and 3 provided, or a facsimile signature of the Secretary, or of an Assistant Secretary to any certificate as herein in Section 4 provided, shall be effective and binding upon the Corporation with the same force and effect as the original signatures of any such officers.' 'Section 7. A facsimile signature of a former officer shall be of the same validity as that of an existing officer, when affixed to any policy or endorsement, any bond or undertaking, any Power of Attorney or certificate, as herein in Section 1, 2, 3 and 4 provided.' IN WITNESS WHEREOF, the Company has caused these presents to be signed by its President and its corporate seal to be hereunto affixed this 31 day of JULY 1992 ALLIED MUTUAL I SURANCE COMPANY STATE OF IOWA ®:S By: k �1��, President COUNTY OF POLK ss e�,�� On this 31 day of JULY , 1992 , be f e e personally came James D. Kirkpatrick, to me known, who, being by me duly sworn, did depose and say that he is President of ALL D Mutual Insurance Company, the corporation described in and which exe- cuted the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporation seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and tha he has signed his name thereto pursuant to like authority, and acknowledged the same to be the act and deed of said corporatio Stacy Koehn�� STACY KOEHN Notary Public in an for a of Iowa MY COMMISSION EXPIRES , awe 11 -4 -94 CERTIFICATE I, the undersigned, Secretary of ALLIED Mutual Insurance Company, a corporation organized under the laws of the State of Iowa, do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Section 2, 3, 4, 5, 6 and 7 of Article IX of the By -Laws of the Company set forth in said Power of Attorney are still in force. IN TESTIMONY WHEREOF, I have subscribed my name and affixed the seal of the compan this 23rd day of June , 19 93 ' -` ex This Power of Attorney 0 ® •`� e a ••; w. �. Secretary 02386 07/31/95 Bd 1 (06 -92) 00 State of Minnesota ) )ss. County of Hennepin ) My commission expires Aq �3O 1998 ---------------------------------------- ACKNOWLEDGMENT OF CORPORATE SURETY State of Minnesota ) )ss. County of Hennepin ) My commission expires Ajj 1#.,1998 AA �r ® TIF1TE F�:��1 ISSUE DATE (MM/DDIYY) ' SUR NCE 6/29/93 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FERRIS & PETERS AGENCY 5445 EDEN PR RD COMPANIES AFFORDING COVERAGE MINNETONKA MN 55345 COMPANY A LETTER WESTERN NATIONAL INS COMPANY B LETTER WESTERN NATIONAL INS INSURED COMPANY C LETTER WESTERN NATIONAL INS SUNRAM CONSTRUCTION INC 7675 TROY LANE COMPANY LETTER D WESTERN NATIONAL INS MAPLE GROVE MN 55311 COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. JLCTR TYPE OF INSURANCE � POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY BP 10 4 3 9 5 1/01/93 1/01/94 BODILY INJURY OCC. $ 5 0 0 0 0 0 BODILY INJURY AGG. $5 O O O O O COMPREHENSIVE FORM PROPERTY DAMAGE OCC. $20 OOO PREMISES/OPERATIONS EXPLOSION COLLAPSE HAZARD PROPERTY DAMAGE AGG. $200 BI & PD COMBINED OCC. $ PRODUCTS/COMPLETED OPER. CONTRACTUAL INDEPENDENT CONTRACTORS BI $ PD COMBINED AGG. $ PERSONAL INJURY AGG. $ 5 0 0 BROAD FORM PROPERTY DAMAGE .000 PERSONAL INJURY B AUTOMOBILE LIABILITY ANY AUTO BP 10 4 3 9 5 1/01/93 1/01/94 BODILY INJURY (Per person) 500, BODILY INJURY (Per accident) $5 0 0, 000 ALL OWNED AUTOS (Priv. pass.) offw than ALL OWNED AUTOS ( priv. per HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ 200 000 BODILY INJURY & PROPERTY DAMAGE COMBINED $ GARAGE LIABILITY Cl EXCESS LIABILITY B P 3 5 4 3 9 5 1/01/93 1/01/94 EACH OCCURRENCE $2 UMBRELLA FORM AGGREGATE $ 2 0 00,000 OTHER THAN UMBRELLA FORM WORKER COMPENSATION BP 3 3 4 3 9 5— 4 1/01/93 1/01/94 STATUTORY LIMITS AND EACH ACCIDENT $100 EMPLOYERS' LIABILITY DISEASE--POLICY LIMIT $500,000 DISEASE —EACH EMPLOYEE $10 OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/SPECIIL ISMS PROJECT: SUNNYSIDE PARK AND ELM GROVE PARK CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF NEW HOPE 4401 XYLON AVENUE NORTH MINNEAPOLIS MN 55428 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ON11fift6ftoft MAIL 3 O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT AUTHOR EPRESENTATIVE ACORD 25'i (! /90) ? M (6AC.ORD CORPORATION 1990 COUNCIL . , DMIJ 1 • RESOLUTION APPROVING CHANGE ORDER #1 FOR IMPROVEMENT PROJECT NO. 503 (PLAYGROUND EQUIPMENT - SUNNYSIDE AND ELM GROVE PARKS) IN THE AMOUNT OF <$9,314.00> Change Order #1 is a deduct that includes the removal of a backhoe digger for Elm Grove as the committee decided that they did not want that piece of equipment, plus a change to "durascape" type equipment instead of the "powerscape" type that the contractor bid. The "durascape" equipment is what the City has purchased for other parks and is quite acceptable for our needs. The total for change order #1 is <$9,314.00> deduct to the contract. The contract is now at $91,584.80. Staff recommends approval of change order #1. MOTION BY TO: Review: Administration: Finance: ' i1 CITY OF NEW HOPE RESOLUTION NO. 93- 94 RESOLUTION APPROVING CHANGE ORDER #1 -- FOR IMPROVEMENT PROJECT NO. 503 (PLAYGROUND EQUIPMENT - SUNNYSIDE AND ELM GROVE PARKS) IN THE AMOUNT OF <$9,314.00> WHEREAS, the City of New Hope authorized on June 14, 1993, Improvement Project No. 503, for the contractual sum of $100,898.80; and WHEREAS, it was decided to reduce a piece of equipment and to choose "durascape" instead of "powerscape" equipment: Change order #1: Eliminate backhoe digger: <$420.00> Switch from powerscape to powerscape equipment: <$8,894.00> Total: <$9,314.00> NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order no. 1 to the contract with Sunram Construction in the amount of <$9,314.00> as part of Improvement Project No. 503 which brings the total contract to $91,584.80. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 28th day of June, 1993. Mayor a Attest: City Clerk Engineers & Architects 2335 West Highway 36 St. Paul, MN 55113 Bus. 612-636-4600 MN Toll Free 1-800-622-6573 F No Exceptions Taken G. Make Noted Corrections H. Amend & Resubmit L TO: C- 0 V� WE ARE SENDING YOU: ❑ -7 (r-7 ❑ ) Tr-v.�k Ltd' f, Attached ❑ Under separate cover U Shop drawings ❑ Specifications ❑ Plans v e, ro�j El Copy of letter ❑ Samples Change order 1- 5 1 15 ❑ THESE ARE TRANSMITTED (see code) A. approval For your use C. As requested D. For review and comment E. For Bids Due 19 BRA-102R J. Resubmit K. Submit L. Return — copies for review copies for distribution corrected prints COPY TO: r&VL Aoj/� 61 SIGNED: , � A f iwim June 30, 1993 4401 Xylon Avenue North Telephone: 612 -531 -5100 New Hope, Minnesota 55428 -4898 TDD Line: 612 -531 -5109 Sunram Construction, Inc. 7675 Troy Lane Maple Grove, MN 55311 SUBJECT: CHANGE ORDER NO. 1 - IMPROVEMENT PROJECT 503 City Hall Fax: #612 - 531 -5136 Police Fax: #612 - 531 -5174 Public Works Fax: #612 -533 -7650 Enclosed are two fully executed copies of the above- referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on June 28, 1993, by the New Hope City Council. If you have any questions, please contact me. Sincerely, *Vu� Valerie Leone City Clerk ' enc. cc: Mark Hanson, City Engineer Shari French, Director of Parks & Recreation Family Styled City For Family living COUNCIL A • z Originating Department Approved for Agenda Agenda Section Consent Parks and Recreation 7/26/93 Item No. . Y I3 Y Shari French B : 6.17 RESOLUTION APPROVING CHANGE ORDER #2 FOR IMPROVEMENT PROJECT NO. 503 (PLAYGROUND EQUIPMENT - SUNNYSIDE AND ELM GROVE PARKS) IN THE AMOUNT OF $4,026.00 Change Order #2 is for drainpipe and PVC storm sewer for the play circles at Sunnyside Park. There is no drainage within the play circle at the park. Because of the high water table and the excess rains of 1993 water is standing for long periods of time and the play area becomes unusable. The drainage and storm sewer pipe will drain the water to Quebec Avenue and keep the play area dry and usable. The total for change order #2 is $4,026.00. The contract is now at $95,610.80. Staff recommends approval of change order #2. • a �. Review: Administration: Finance: I1 1 CITY OF NEW HOPE RESOLUTION NO. 93- 109 - RESOLUTION APPROVING CHANGE ORDER #2 FOR IMPROVEMENT PROJECT NO. 503 (PLAYGROUND EQUIPMENT - SUNNYSIDE AND ELM GROVE PARKS) IN THE AMOUNT OF $4,026.00 WHEREAS, the City of New Hope authorized on June 14, 1993, Improvement Project No. 503, for the contractual sum of $100,898.80; and WHEREAS, the City of New Hope authorized change order #1 on June 28, 1993 in the amount of <$9,314.00 >; and WHEREAS, it was determined that drainpipe and storm sewer work is needed at Sunnyside Park at a cost of $4,026.00. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order no. 2 to the contract with Sunram Construction in the amount of $4,026.00 as part of Improvement Project No. 503 which brings the total contract to $95,610.80. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 26th day of July, 1993. �J ✓ Mayor Attest: V A"�O tLt zc City Clerk LETTER OF TRANSMITTAL im Engineers & Architects i W. 2335 West Highway 36 St. Paul, MN 55113 Bus. 612-636-4600 MN Toll Free 1-800-622-6573 BRA-102R DATE ATTENTION RE WE ARE SENDING YOU: ❑ Attached ❑ under separate cover ❑ Shop drawings ❑ Specifications ❑ Plans ❑ Copy of letter ❑ Samples ❑ Change order F1 THESE ARE TRANSMITTED (see code) A. For approval F No Exceptions Taken B. For your use G. Make Noted Corrections C. As requested H. Amend & Resubmit D. For review and comment I. E. For Bids Due REMARKS: (ra 6 A COPY TO: J. Resubmit - copies for review K. Submit copies for distribution L. Return corrected prints G ®' 1 4401 Xylon Avenue North Telephone: 612- 531 -5100 New Hope, Minnesota 55428 -4898 TDD Line: 612 - 531 -5109 August 11, 1993 Sunram Construction, Inc. 7675 Troy Lane Maple Grove, MN 55311 SUBJECT: CHANGE ORDER NO. 2 - IMPROVEMENT PROJECT 503 City Hall Fax: #612 -531 -5136 Police Fax: #612 - 531 -5174 Public Works Fax: #612- 533 -7656 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on July 26, 1993, by the New Hope City Council. If you have any questions, please contact me. Sincerely, f Valerie Leone City Clerk enc. cc: Mark Hanson, City Engineer Shari French, Director of Parks & Recreation Family Styled City For Family Living 11�111 � 1 COUNCIL Originating Department Approved for Agenda Agenda Section Consent Parks and Recreation , Item No. By: Shari French I By: �/ 1 6.6 ACCEPTANCE OF PLAYGROUND EQUIPMENT PROJECT 503 - SUNNYSIDE AND ELM GROVE PARKS AND AUTHORIZE FINAL PAYMENT The engineers and staf recommend that the Playground Equipment Project 503 - Sunnyside and Elm Grove parks, be accepted and final payment be made to the contractor, Sunram Construction, Inc. The final amount due on the project is $6,898.78. There are minor differences between estimated quantities and actual quantities used that amount to 9.33% over the original contract amount. This includes sod, modular block, bituminous for paths, and the like. Staff recommends approval and final payment to the contractor. TO: 0 PF AztlA4 LAU itll T � Review: Administration: Finance: January 14, 1994 City of New Hope 4401 Xylon Avenue North Minneapolis, MN 55428 Attn: Mr. Larry Watts Finance Director Re: Sunnyside Park & Elm Grove Park City Project No. 503 File No. 34154 Dear Larry: Mark O. Wallis. P.E. Miles B. Jensen., P.E. L. Phillip Gravel III, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz. P.E. F Todd Foster. P.E. Keith R. Yapp, P.E. Douglas J. Benoit, PE. Shawn D. Gustafson, P.E. Cecilio 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. 4 & 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 in the amount of $6,898.78 at this time. The final amount is approximately 12.64% over the revised 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, BONESTR O, OSENE, ANDERLIK & ASSOCIATES, INC. Mar . Hanson, P.E. MAH:pah: enc cc: Mr. Kirk McDonald, Comm. Dev. Coordinator 34154.COR 2335 West Highway 36 • St. Paul, MN 55113 • 612 -636 -4600 Otto G. Bonestroo, P.E. Howard A. Sanford, P.E. Michael P Rau, P.E. }� Robert W. Rosene. RE.* Keith A. Gordon, P.E. Philip J. Pyne. P.E. JA ,es i ® s i. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Agnes M. Ring. A.I.C.P. ®sere Marvin L. Sorvala, P.E. Richard E. Turner. P.E. Richard W Foster. P.E. David O. Loskota. PE. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. M/'�eC'' ■ K ® de Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert C. Russek. A.I.A. Jerry A. Bourdon, P.E. James R. Maland. P.E. Jerry D. Pertzsch, P.E. !� ss ciates Robert G. Schunicht. PE. Susan M. Eberlin, C.P.A. Mark A. Hanson, P.E. Michael T Rautmann. P.E. Kenneth P. Anderson. P.E. Mark R. Rolls. P.E. *Senior Consultant Ted K. Field. P.E. Mark A. Seip, P.E. Thomas R. Anderson, A.I.A. Gary W. Morien. P.E. Engineers & Arch itects Donald C. Burgardt, PE. Daniel J. Edgerton, PE, Thomas E. Angus. P.E. Allan Rick Schmidt, P.E. Ismael Martinez, P.E. Philip J. Caswell, P.E. January 14, 1994 City of New Hope 4401 Xylon Avenue North Minneapolis, MN 55428 Attn: Mr. Larry Watts Finance Director Re: Sunnyside Park & Elm Grove Park City Project No. 503 File No. 34154 Dear Larry: Mark O. Wallis. P.E. Miles B. Jensen., P.E. L. Phillip Gravel III, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz. P.E. F Todd Foster. P.E. Keith R. Yapp, P.E. Douglas J. Benoit, PE. Shawn D. Gustafson, P.E. Cecilio 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. 4 & 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 in the amount of $6,898.78 at this time. The final amount is approximately 12.64% over the revised 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, BONESTR O, OSENE, ANDERLIK & ASSOCIATES, INC. Mar . Hanson, P.E. MAH:pah: enc cc: Mr. Kirk McDonald, Comm. Dev. Coordinator 34154.COR 2335 West Highway 36 • St. Paul, MN 55113 • 612 -636 -4600 6onestroo Rosen Anderlik S Associates Owner City of New Hope, 4401 Xylon Av N, Minneapolis, MN 55428 Date December 22, 1993 For Period November 9, 1993 to December 22, 1993 Request No. 4 & Final Contractor Sunram Construction, Inc., 7675 Troy Lane, Maple Grove, MN 55311 S " 9 '"°. "`°"""" Sr. Pa W. 9. Al e tl REQUEST FOR PAYMENT Sunnyside Park And Elm Grove Park Playground Equipment And Site Improvements Project No. 503 File No. 34154 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. Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 9 Approved by Contractor: SUNRAM CONSTRUCTION, INC. $ 4,026.00 $ 8,894.00 4 & Final $ 96,030.80 $ 108,164.55 $ 0.00 $ 108,164.55 $ 0.00 $ 108,164.55 $ 101,265.77 $ 6,898.78 Approved by Owner: CITY OF NEW HOPE, NIN Specified Contract Completion Date: August 27, 1993 Date: 34154.RFP No. Item Part 1 - Sunnyside Park 1 Site grading and final shaping 2 Remove existing play area equipment 3 Furnish and install playground structure with handicap access ramp 4 Furnish and install tire swing 5 Furnish and install space arch climber 6 Furnish and install 3 leg swing - 2 sections w/2 seats /section (2 enclosed tot seat) 10' high 7 Furnish and install airplane 8 Furnish and install parallel bars 9 Furnish and install "S" climber 10 Furnish and install track ride 11 Furnish and install trapeze rings 12 Furnish and install double crunch bar 13 Sand cover and spread existing sand 14 CL5 100% crushed aggreg. base for trail 15 Type 41 mod. bit. wear course (2" thick) 16 Remove concrete curb and gutter 17 Concrete curb and gutter in place 18 Timber curbing in place 19 Topsoil borrow 20 Sod Total Part 1 - Sunnyside Park Part 2 - Elm Grove Park 21 Remove existing concrete curb & gutter 22 Remove existing basketball court and sand play area 23 Remove existing bituminous trail 24 Remove existing playground equipment 25 Site grading and final shaping 26 6" PVC perforated drain pipe with geotextile fabric Type I and course filter aggregate 34154.RFP Contract Unit Quantity Amount Unit Quantity Price To Date To Date LS 1 2,000.00 1 2,000.00 LS 1 1,000.00 1 1,000.00 LS 1 16,850.00 1 16,850.00 EA 1 1,200.00 1 1,200.00 EA 1 620.00 1 620.00 EA 1 1,550.00 1 1,550.00 EA 1 560.00 1 560.00 EA 1 550.00 1 550.00 EA 1 1,625.00 1 1,625.00 EA 1 1,400.00 1 1,400.00 EA 1 1,575.00 1 1,575.00 EA 1 475.00 1 475.00 CY 200 7.50 198 1,485.00 TN 100 16.40 100 1,640.00 TN 35 46.70 42.96 2,006.23 LF 15 15.00 20 300.00 LF 15 20.00 20 400.00 LF 440 5.25 496 2,604.00 CY 15 10.00 12 120.00 SY 360 2.00 1,325 2.,650.00 $40,610.23 LF 15 15.00 23 345.00 LS 1 900.00 1 900.00 LS 1 360.00 1 360.00 LS 1 1,000.00 1 1,000.00 LS 1 2,500.00 1 2,500.00 LF RP -1 40 25.00 40 1,000.00 34154.RFP RP -2 Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date 27 8" PVC storm sewer LF 57 22.00 57 1,254.00 28 Bends, reducer and tee for drain pipe LS 1 300.00 1 300.00 29 Concrete curb and gutter in place LF 15 20.00 23 460.00 30 Modular block retaining wall (beige) SF 440 13.50 622 8,397.00 31 Class 5 100% crushed aggregate base TN 200 14.50 248.15 3,598.18 32 Type 31 bituminous base for Bball ct. TN 25 39.20 14.55 570.36 33 Type 41 modified bituminous wear course (2" thick on trails, 1 -1/2" thick on ct.) TN 58 46.60 110.21 5,135.79 34 4" concrete slab for Bball court SF 45 3.00 57 171.00 35 Furnish and install basketball post, back board, and goal LS 1 1,200.00 1 1,200.00 36 Furnish and install 6' bench w/back EA 2 375.00 2 750.00 37 Furnish and install playground structure with handicap access ramp LS 1 23,900.00 100% 23,900.00 38 Furnish and install tire swing EA 1 1,200.00 - 1 1,200.00 39 Furnish and install space arch climber EA 1 620.00 1 620.00 40 Geotextile fabric, Type V SY 625 1.50 300 450.00 41 Furnish and install 3 leg swing - 2 sections w/2 seats /section (2 enclosed tot seat) 10' high EA 1 1,650.00 1 1,650.00 42 Furnish and install police car EA 1 700.00 1 700.00 43 Furnish and install backhoe digger EA 1 420.00 44 Sand cover CY 180 8.00 198 1,584.00 45 4' high Colorado Spruce in place EA 6 150.00 46 Topsoil borrow CY 300 3.00 409 1,227.00 47 Sod SY 1,200 3.00 2,950 8,850.00 Total Part 2 - Elm Grove Park $68,122.32 Part 3 - Liberty Park 48 Furnish and install Lexan Spiral slide including all necessary connections EA 1 4,300.00 1 4,300.00 Total Part 3 - Liberty Park $4,300.00 34154.RFP RP -2 34154.RFP RP -3 Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date Change Order No. 1 49 Furnish and install Durascape playground structure with handicap access ramp in lieu of Powerscape for Sunnyside Park LS 1 (3,920.00) 1 (3,920.00) 50 Furnish and install Durascape playground structure with handicap access ramp in lieu of Powerscape for Elm Grove Park LS 1 (4,974.00) 1 (4,974.00)— Total Change Order No. 1 ($8,894.00) Change Order No. 2 51 6' PVC perforated drainpipe w /geotextile fabric, Type I & course filter aggregate LF 108 22.00 108 2,376.00 52 6" PVC storm sewer LF 110 15.00 110 1,650.00 Total Change Order No. 2 $4,026.00 Total Part 1 - Sunnyside Park 40,610.23 Total Part 2 - Elm Grove Park 68,122.32 Total Part 3 - Liberty Park 4,300.00 Total Change Order No. 1 (8,894.00) Total Change Order No. 2 4,016-00 Total Work Completed to Date $108,164.55 34154.RFP RP -3 PROTECT PAYMENT STATUS Owner City of New Hope, MN Project Sunnyside Park & Elm Grove Park Project No. 503 File No. 34154 Contractor Sunram Construction CHANGE ORDERS No. Date 1 6 -16 -93 Durascape in lieu of Powerscape equipment for items 3 & 37 2 7 -22 -93 6" PVC drainpipe and storm sewer 3 Total Change Orders - Deduct PAYMENT SUMMARY No. Period 1 Start 9 -9 -93 2 9 -9 -93 10 -5 -93 3 10 -5 -93 11 -9 -93 4 11 -9 -93 12 -22 -93 5 6,898.78 6 108,164.55 7 8 9 10 Total Payment to Date Retainage, Payment No. Total Value Completed Amount - $8,894.00 $4,026.00 -$4,868.00 Payment Retainage Completed $70,315.89 $3,700.84 $74,016.73 10,219.79 4,238.72 84,774.40 20,730.09 5,329.78 106,595.55 6,898.78 0.00 108,164.55 $108,164.55 Original Contract $100,898.80 4 & Final 0.00 Change Orders (4,868.00) $108,164.55 Revised Contract $96,030.80 34154.RFP RP -4 Form Minnesota Department of Revenue IC-1 ,� W ithholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the St o f Minnesota or any of its subdivisions can make f inal payment to c Company name Sunram Construction, Inc. Address 7675 Troy Lane City State ZLp Code Maple Grove, MN 55311 Telephone number ( 612) 420 -2140 Did you have employees work on this project? Yes If none, explain who did the work: Minnesota ID number 1870470 MontNyear work began 4/93 MonOVyear work ended 10/93 Total contract amount: $100,598.80 Amount still due: $6,898.78 Project number: 503 Project location:Sunnyside Park & L Project owner: Ci ty of Ne ?u Hope Address A- PI Xy, on N. W� . , rat 5M Check the box that describes your Involvement in the project and fill In all information requested In that category: ❑ Sole contractor ❑ Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: XX Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer Minnesota PLayground, Inc. P.O. Boer 27328 -Ness Hov?e, MN Ron l c' Iman Alter Cons t., , Inc. P.O. BoT; 399 - Rogers MN Tim Alter. 1 11 -0111-1111111oll 111.1 I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if 1 am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Contractor's signature e Title Date i For cerification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and/or its subdivisions. ^ � , r4 :,•o did Form Form Minnesota Department of Revenue Rev. 11/90 Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its subdivisions can make final payment to contractors. Company name Minnesota to number Alber Construction Inc. 3296212 Address PO Box 399 Month /year work began S eptember 1993 City Stat Zip Code Month /year work ended Rogers NN 55374 i September 1993 Please type or print clearly above. This will be your ! Total contract amount: mailing label for returning the completed form. 12,115.81 Telephone number6l 2-42,-,752 Amount still due: 715.79 Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Sunram Excavation - 7675 Tro d__( one —= Maple c;rnvP Mn 55311 ❑ Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the De . rt n Qf Revenue to disclose pertinent information relating to this project, including sending copies of this form, 'Ith4nri e c ntrtor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to t c ontra cting agent uomracior s signa urn. m Ti mothv Al ber President / 4} _ For certification, mail original and one copy to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract s ervices with the state o f Minnesota and /or its subdivisions. %n aulh(4t u e official IM L ,... Stock No. 5000134 Form IC- 134 Minnesota Department of Revenue °,� Rey. peg V ithholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its su ' isions can make final payment to contractors. CORP" name S®�j " "l� @ Q� ,Mlnn9Ws ID number . Ad es< �=—'�= � - �.c � 5J2 0 �' 2-.-. R C) X— � a £s Monttyyear work began cfty 4 a J \ !�,Q state Z Code 1 Telephone number gG ^} ( (,a Q 1) S ", �- �� O 1 Did you have employees work on this project? If none, explain who did the work: MordNyear work ended Total contract amount: $49,361.66 Amount still due: Project number: 503 Project location: Project owner: Address — Elm Grove Park 4401 Xylbn Ave. N. - New Hoge, MN 55428 -- ------------------ --------------- - ----- Check the box that describes your Involvement In the project and fill In all information requested In that category: ❑ Sole contractor ® Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Sunram Construction, Inc. - 7675 Troy Lane - Maple Grove, MN 55311 ❑ Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 aff idavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified I10-134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authoiii the Department of F even to disclose pertinent information relating to this project, including sending copies of this form, to t V _ rO9(contract I � wntractor, and to any subcontractors if I am a txime contractor. and to the contractino soon, `1-2 V 1' For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the s tate of Minnesota and/or its subdivisions. El FO DB ` IN ,