Loading...
Imp. Proj. #594Originating Department Parks and Recreation By: Shari French LIZA Approved for Agenda Agenda Section Consent Item No. 6.5 RESOLUTION AWARDING CONTRACT FOR PLAYGROUND EQUIPMENT FOR CORNER PARK (IMPROVEMENT PROJECT NO. 594) TO ARRIGONI BROTHERS Bids were open on Wednesday, July 23rd and have been evaluated by the engineers for playground equipment for Corner Park (Improvement Project 594). The Engineer's letter regarding bid evaluations is attached. Plans and specifications were approved at the June 9th Council meeting. The 1997 CIP contains $50,000 for this purchase. Contractors Total Base Bid Alternate Bid Total Bid Arrigoni Brothers $40,399.00 $3,300 $43,699.00 Jay Bros $57,726.45 $2,689 $60,415.45 LS Black Contracting $67,145.85 $3,800 $70,945.85 As has been the practice, staff met with Corner Park neighbors in March to plan the new equipment. Those attending that meeting received copies of the plans and have been given the opportunity to give any input they wanted. They like this plan and are looking forward to new equipment at their park. The existing equipment dates back to the 70s. The alternate is for polyethylene timbers instead of wood for this play area. The thought is that the poly would last longer than wood and not cause any splintering problems. Staff recommends award to the low bidder, Arrigoni Brothers including the alternate. There is $50,000 in the Park CIP for 1997 for this project. MOTION BY SECOND BY Imo♦ R Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 97 -111 RESOLUTION AWARDING CONTRACT FOR PLAYGROUND EQUIPMENT FOR CORNER PARK (IMPROVEMENT PROJECT NO. 594) TO ARRIGONI BROTHERS WHEREAS, pursuant to advertisement for bids for playground equipment for Corner Park, bids were received, opened and tabulated according to law, and the following bids were received complying with the advertisement: Contractors Total Base Bid Alternate Bid Total Bid Arrigoni Brothers $40,399.00 $3,300 $43,699.00 Jay Bros $57,726.45 $2,689 $60,415.45 LS Black Contracting $67,145.85 $3,800 $70,945.85 WHEREAS, it appears that Arrigoni Brothers is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota: the Mayor and City Manager are hereby authorized and directed to enter into the attached contract with in the name of the City of New Hope for Corner Park Playground Equipment Improvements according to the plans and specifications for a total bid of $43,699.00 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 28 day of July, 1997. Mayor Attest: City Clerk July 23, 1997 Shari French City of New Hope 4401 Xylon Ave N New Hope, MN 55428 Re: Corner Park Playground Equipment City Project No. 594 BRA File No. 34209 Dear Shari: Bids were opened for the project stated above on Wednesday, July 23, 1997. Transmitted herewith are copies of the bid tabulation for your information and file. Copies will also be distributed to each bidder. The following summarizes the results of the three bids received. Contractor Base Bid Alternate Bid Base Plus Alt. Low Arrigoni Brothers Company $40,399.00 $3,300.00 $43,699.00 #2 Jay Brothers, Inc. $57,726.45 $2,689.00 $60,415.45 #3 L.S. Black Constructors $67,145.85 $3,800.00 $70,945.85 The low bidder on the project was Arrigoni Brothers Company with a Base Bid of $40,399.00 and Alternate Bid of $3,300. The Alternate Bid replaces the wooden timber border for the play area with plastic timbers. The cost for this alternate represents good value for the City. The base bid plus the alternate compares favorably with the engineer's estimate of $45,000 for the Base Bid. These bids have been reviewed and found to be in order. Through the competitive bid process, Arrigoni has indicated the low bid for playground equipment is to be provided by Gametime Equipment, Inc.. Gametime Equipment, Inc. has provided playground equipment in New Hope and is a reputable supplier for this type of equipment. Arrigoni Brothers Company has acknowledged receiving Addenda Nos. 1 & 2. We have received excellent references for Arrigoni Brothers Company. They are capable of both providing a performance bond and doing the work. Therefore, we recommend that the project be awarded to Arrigoni Brothers Company and that Alternate Number I be included in the contract. Should you have any questions, please feel free to call. My direct telephone number is 604 -4838. MAH:pah:enc cc: RDN, VTV, JKI LI . , Bonestmo Rosen Anderfik Associate to ineers & Architect 1 hereby certify that this is an exactG.. reproduction of bids received Mark A. Ha on, P.E. Registration No. 14260 No. Item BID TABULATION Tabulation of Three Low Bids of Three Received Bid No. 1 Bid No. 2 Arrigoni Jay Bros., Inc. Brothers Company Unit Unit Unit Qty. Price Total Price Total Bid No. 3 L.S. Black Construction, Inc. Unit Price Total Base Bid 1 Existing play equipment demolition and removal LS 1 1,000.00 1,000.00 1,200.00 1,200.00 10,400.00 10,400.00 2 Modify existing timber border (quantity is to provide and install new timbers) LF 236 14.00 3,304.00 14.00 3,304.00 12.35 2,914.60 3 Provide and place new play sand CY 90 20.00 1,800.00 13.00 1,170.00 17.25 1,552.50 4 Concrete sidewalk on granular base SF 420 4.00 1,680.00 3.00 1,260.00 8.25 3,465.00 5 Pedestrian ramp through curb to roadway (includes curb cut) EA 1 800.00 800.00 700.00 700.00 1,200.00 1,200.00 6 Provide and install multi -flow drainage channel (include connections to catch basins) LF 330 6.00 1,980.00 19.37 6,392.10 8.00 2,640.00 7 Provide and install catch basin EA 1 1,600.00 1,600.00 1,300.00 1,300.00 1,150.00 1,150.00 8 Provide and install new PVC pipe from new catch basin to existing catch basin in street LF 50 18.00 900.00 60.00 3,000.00 44.00 2,200.00 9 Connection to existing catch basin in street EA 1 800.00 800.00 450.00 450.00 460.00 460.00 10 Sod in area to be regraded SF 775 3.00 2,325.00 4.95 3,836.25 2.25 1,743.75 11 Provide portable picnic table, 8' table, Y benches, fusion- coated steel (to be installed by Owner) EA 1 500.00 500.00 592.25 592.25 600.00 600.00 12 Provide resilent surfacing (including base & sub -base, quantity based on full- thickness) SF 140 18.00 2,520.00 37.64 5,269.60 45.50 6,370.00 12a Additional quantity stated in Item No. 12 SF 80 18.00 1,440.00 13 Swing set, 8' high, 4 swings, 1 molded bucket seat, I tot seat, 2 solid flat seats wide enough for average adult male EA 1 1,650.00 1,650.00 1,806.00 1,806.00 2,075.00 2,075.00 14 Horse spring animal EA 1 500.00 500.00 966.00 966.00 500.00 500.00 15 Turtle sping animal EA 1 500.00 500.00 897.75 897.75 500.00 500.00 16 Play structure with slides, poles, platforms, play features, kick plates, etc. (submit detailed drawing of equivalent structure) EA 1 16,800.00 16,800.00 25,305.00 25,305.00 29,000.00 29,000.00 for Gametime Equipment 17 Provide and place topsoil in area near new sidewalk CY 15 20.00 300.00 18.50 277.50 25.00 375.00 Total Base Bid $40,399.00 $57,726.45 $67,145.85 34209 BIDTAB.WB2 Page I Alternate No. 1 18 Provide and install polyethylene "timbers" as edging for play area. Remove existing wood timbers for use by Owner. IS Total Alternate No. 1 Total Base Bid Total Alternate No. I Total Base Bid Including Alternate No.1 Voluntary Alternate 19 Substitute Landscape Structures product in lieu of Gametime Equipment for Item No. 16 LS Firm Name Address City, State, Zip Phone Fax By Title 5% Bid Security 11 I 3,300.00 3,300.00 $3,300.00 kdd price to Item No. 2 40,399.00 3,300.00 $43,699.00 11,500.00 11,500.00 Arrigoni Brothers Co. 817 Vandalia Street St. Paul, MN 55114 612.645.9321 612.645.9322 Dennis J. Arrigoni President Bid Bond 2,689.00 2,689.00 $2,689.00 57,726.45 2,689.00 $60,415.45 Jay Bros., Inc. PO Box 624 Forest Lake MN 55025 612.464.6400 612.464.1704 Mark R. Jay CFO Bid Bond 3,800.00 3,800.00 $3,800.00 67,145.85 3,800.00 $70,945.85 L.S. Black Constr., Inc. 1959 Sloan Place St. Paul, MN 55117 612.774.8445 612.774.9695 Larry Black President Bid Bond 34209 BIDTAB.WB2 Page 2 Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, RE. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, RE. Richard E. Turner, P.E. • Glenn R. Cook, P.E. • Robert G. Schunicht, RE. - Jerry A. Bourdon, R.E. Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, RE. • Robert R. Pfefferle, RE. • Richard W. Foster, RE. • David O. Loskota, P.E. - Robert C. Russek, A.I.A. - Mark A. Hanson, P.E. Michael T Rautmann, RE. • Ted K.Field, P.E. • Kenneth R Anderson, RE. • Mark R. Rolfs, RE. Sidney R Williamson, RE., R.S. - Robert F. Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI July 30, 1997 Arrigoni Brothers Company 817 Vandalia St St. Paul, MN 55114 4 Re: Corner Park Playground Equipment New Hope, Minnesota File No. 34209 Dear Mr. Dennis Arrigoni: 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 the attorney listed below who will review them for the City of New Hope. Steven Sondrall Edinborough Exec. Office Plaza 8525 Edinborough Crossing Suite 203 Brooklyn Park, MN 55443 -1993 After the necessary officials have signed the contracts, please distribute as follows: 2 copies Arrigoni Brothers Company (1 - your file, 1 - your bond company) 1 copy City of New Hope 1 copy Bonestroo & Associates, Attn. Mark A. Hanson 1 copy Steven Sondrall, Atty. Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City of New Hope's Attorney, a pre - construction conference will be scheduled with you and City of New Hope 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, P.E. MAH:pah Enclosures: 5 cc: Steven Sondrall, Atty. / Valorie Leone, City of New Hope I:\contract \01 351- 61.doc 2335 West Highway 36 ■ St. Paul, MN 55113 w 612-636 -4600 ■ Fax: 612 - 636-1311 STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *APPROVED ADR NEUTRAL gwlm��� Valerie Leone City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 RE: Corner Park Playground Equipment Our File No. 99.10,000 LEGAL ASSISTANT SHARON D. DERBY Enclosed the contracts and certificate • insurance for the above-referenced project. All are in order from a legal standpoint. Sincerely, �� III•'' �� !I �„ r cc: Daniel J, Donahue, City Manager Kirk McDonald, Management Assistant Tom Shuster, Contract Manager Steven A. Sondrall, City Attorney 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 September 5, 1997 Arrigoni Brothers Company 817 Vandalia Street St. Paul, MN 55114 City Hall: 612 -531 -5100 Police: 612 - 531 -5170 Public Works: 612 - 533 -4823 TDD: 612 - 531 -5109 SUBJECT: CORNER PARK PLAYGROUND EQUIPMENT (IMPROVEMENT PROJECT NO. 594) City Hall Fax: 612 - 531 -5136 Police Fax: 612 -531 -5174 Public Works Fax: 612- 533 -7650 Fire Dep't. Fax: 612 -531 -5175 Enclosed are two fully executed copies of the contract documents for New Hope Project No. 594. One copy is for your records and the second copy should be transmitted to your bonding company. Contract documents are on file with our City Engineer and City Attorney. This contract was awarded by the New Hope City Council on July 28, 1997, for $43,699. Enclosed is return of your bid bond. 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, CMC enc. cc: Mark Hanson, City Engineer Steve Sondrall, City Attorney Shari French, Director of Parks & Recreation Tom Schuster, Contract Manager Family Styled City W A 1rF For Family living tionest Bidder "Ta r Muse Bid AnderlikA Addrn Te prhn114 Number Associates _ rs&Arthimcra City, state, zip - poi Number ADDENDUM NO.2 CORNER PARK PLAYGROUND EQu PM*T PTi .F NO. 3420 3 NEW HOPE, MMNLSOTA July 22, 1997 Opel Time• Opening Date: W eduminy.1 23J921 i Attached is Plan Sheet of 5. This sheet should be included in the plea set, If you have any questions on this project, please call Randy Neprash at 604• -4703. I $ONLSTRO+O, ROSPINE, ANDER,LIK . D ASSOCIATES, INC. 2335 WEST HIGHWAY 36 S'T'. PAUL, MINNESOTA 55113 ' (612) 6364600 i i' 34209- Addondum No. 2 O 1 75 :ON L0: [9 92 =2L L6 /Z2 /LO 10 110 i c 0 f 0, 1 cu ri '- 0 -0 > & i c 0 f 0, 1 cu ri '- 0 -0 & !+ t 4 cn i lt NEW HOPE, MINNESOTA UM*glM 1007 PARK IMPROVEMEMYS s iieeene Anderilk A vi 0 20:[g 92:2L Z61221ZO t - n - 0 > z m 0>0 C r— < t (n > 4m Fri Z a - u 0 I— Mm TIC x m z FA ?s 4n -4 U M M fyJ X _ Z ;l) i:) rq CAI- Z -4 Ln Cl ci M r- 0 -04 5� V Fq�2_5 Staff recommend that the Corner Park Playground Equipment Improvement project (Improvement Project 594) be accepted and final payment be made to the contractor, Arrigoni Brothers Company. The IC -134 forms have been submitted to the City. Staff and engineers recommend approval. MOTION BY SECOND BY TO: June 22, 1998 Mr. Tom Schuster City of New Hope Public Works 5500 International Parkway New Hope, MN 55428 Re: Corner Park Playground Equipment City Project No. 594 Our File No. 34209 Dear Tom: The contract for the Corner Park Playground Equipment is complete. All final punch list and repair work was completed this spring. Please refer to the final pay request for the final pay amounts. Attached along with the request is the IC -134 form. It is recommended that Ar_ngoni Brothers company, be paid in full for the work completed. This includes the release of the project retainage. The final contract amount is $306.00 under the original contract, which is approximately a 1- percent decrease. Sincerely, BONEST 00, ROSE E, ANDERLIK & ASSOCIATES, INC. Glenn. R. Gustafson GRG: gg Attachments 2335 West Highway 36 St. Paul, MN 55113 - 612 - 636-4600 a F 612 636 Bonestroo, Rosen &, Anderlik and Associates, Inc. is an Affmmative Action1Equal Opportunity Employer �• i Princ1,0315: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, RE. • Marvin L. Sorvafa, P.E. - Richard E. Turner, PE. • Glenn R. Cook, RE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. a Robert W. Rosen &, PE. and Susan M. Eberlin, C.P.A., Senior Consultants mom Associate erli e Principals: Howard A. Sanford, BE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rautmann, PE. • Ted K.Field, P.E. • Kenneth P. Anderson, PE. • Mark R. Rolfs, RE. �' Sid ney P W'dhmidon, E., L.S. • Robert F. Kotsmith • Agnes P.B. Ring • Michael P Rau, RE. Engineers & Architects Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Website: www.bonestroo.com June 22, 1998 Mr. Tom Schuster City of New Hope Public Works 5500 International Parkway New Hope, MN 55428 Re: Corner Park Playground Equipment City Project No. 594 Our File No. 34209 Dear Tom: The contract for the Corner Park Playground Equipment is complete. All final punch list and repair work was completed this spring. Please refer to the final pay request for the final pay amounts. Attached along with the request is the IC -134 form. It is recommended that Ar_ngoni Brothers company, be paid in full for the work completed. This includes the release of the project retainage. The final contract amount is $306.00 under the original contract, which is approximately a 1- percent decrease. Sincerely, BONEST 00, ROSE E, ANDERLIK & ASSOCIATES, INC. Glenn. R. Gustafson GRG: gg Attachments 2335 West Highway 36 St. Paul, MN 55113 - 612 - 636-4600 a F 612 636 REQUEST FOR PAYMENT CORNER PARK PLAYGROUND EQUIPMENT File No. 34209 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 5% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. $ 43,699.00 $ 43,699.00 $ 43,393.00 $ 0.00 $ 43,393.00 $ 0.00 $ 43,393.00 $ 41,223.35 $ 2,169.65 3&Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Specified Contract Completion Date: I; Approved Owner: City of N w Date: I :\34\34209 \Request3&Fina1.wb2 MINNESOTA Department of Revenue Address I Total contract amount 1 ,51 2 V rf- tv 0 , I $ '1 " r City y g e 7 f��f State Zip Code ( Amount ( it ll due g Month /year work began C; 0 Month /year work ended Project number I Project location Project owner Address City State Zip code ft e l / et a cs 6 f i /L O i 4L t2 e'eu if r+ W r v S `y � Did you have employees work on this project? Yes Ll No If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor ❑ Subcontractor Name of contractor who hired you Address LP 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 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 N I tty W.5 y`tu3 �L_ r - - Y , -,e P - t t . C e) )! 7 3 ,12 V* c. t- y r t� . � o` ..S Q � I declare that all information 1 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 I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Co a tor's signature Title Date k f% ✓f 1 4 — J �4 -- tv Mail tot MN DeF/of Revenue, WithhoWg Division, Mail Station 6610, St. Paul, MN 55146 -6610 Cert ificate 11 nce 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. Department of Revenue approval Date APR 2A 1998 Stock No. 5000134 (Rev. 11/95) Printed on recycled paper with 10`;o post- consumer waste using soy -based ink. • # / Who t 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 Minnesota 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. The IC -134 cannot be processed until you finish the work. If you send it in for certification before the project is completed, it will be returned to you unprocessed. If you are a subcontractor or sole contractor, send in the form when you have completed your part of the project. If you are a prime contractor, send in the form when the entire project is completed and you have received certified affidavits from all of your subcontractors. If you have fulfilled the requirements of Minnesota withholding tax laws, the Department of Revenue will sign your affidavit and return it to you. If any withholding payments are due to the state, Minnesota law requires that payment be made by money order, cashiers check, certified check or cash (M.S. 290.97). Submit the certified affidavit to your prime contractor or to the government unit for which the work was done in order to receive your final payment. Where to ile Mail to: MN Dept. of Revenue Withholding Tax Division Mail Station 6610 St. Paul, MN 55146 -6610 Minnesota tax ID number You must fill in your Minnesota withholding tax ID number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you do not have a Minnesota ID number, you must apply for one. Call (612) 282 -5225 or 1- 800 -657- 3605. Or write to the following address to request an application (Form ABR). Minnesota Tax Forms Mail Station 1421 St. Paul, MN 55146 -1421 If you have no employees and did all the work yourself, you do not need a Minnesota tax ID number. If this is the case, fill in your Social Security number in the space for Minnesota tax ID number and explain who did the work. The Department of Revenue needs all the information, except your phone number, to determine if 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. All information on this affidavit is private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee the same privacy and certain government agencies as provided by law. Information assistance If you need help or additional information to fill out this form, call (612) 282 -9999 or 1 -800- 657 -3594. Hearing, speech or visually impaired? TDD users may contact the department through the Minnesota Relay Service. Call (612) 297 -5353 or 1- 800 - 627 -3529; ask for (612) 282 -9999. If you need information in an alternative format, such as Braille, large print or audio tape, we will provide it. If you need more IC -134 forms, call (612) 296 -4444 or 1- 800 - 657 -FORM. Or write to: Minnesota Tax Forms Mail Station 1421 St. Paul, MN 55146 -1421 Form Minnesota Department of Revenue R Withholding Affidav for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the __ S of Minnesota an of its s ubdivis ions can make final payment to contractors. _ / Minnesota to number company name i ` ry 1J S C j Yk j � t1r�G vv�r Address �,—) 3 )- e city State Zip Code Please type or print clearly above. This will be your mailing label for returning the co mpleted f orm_ Telephone number / r-) t �If`4- - 7 7Y — - Did you have employees work on this project? r If none, explain who did the work:' Monthfyear work began pp _ f Month /year work ended Total contract amount: &y f 4! �, CIG Amount still due: Project numr be(: IL P roject owner: €r 1 1 Address ; f c}� 6 l °{ E c r v " 14itf,4c+" kl !A' 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 hire you: ❑ 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, e t attach ae separate sheet.) Business name Address 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 Reven a to disclose pertinent information relating to this project, including sending copies of this form, to the rime any subc tractor if subcontractor, and to ntractors, if I am a cr contra and to the contractin agenoo — — p- y Title Date 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, 1 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 w paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. -- - -- — — -- -- Date Signature of authoriz Department of Revenue official 2. " Stock No. 5000134 Bonestroo Bidder Total Base Bid Rosene WCAN Anderlik & Address Telephone Number Associates Engineers & Architects City, State, Zip Fax Number ADDENDUM NO. 2 CORNER PARK PLAYGROUND EQUIPMENT FILE NO. 34209 NEW HOPE, MINNESOTA July 22, 1997 Opening Time: 11:30 A.M. C.D.S.T. Opening Date: Wednesdav, July 23, 1997 Addendum No. 2 Attached is Plan Sheet 5 of 5. This sheet should be included in the plan set. If you have any questions on this project, please call Randy Neprash at 604 -4703. BONESTROO, ROSENE, ANDERLIK AND ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636 -4600 34209 - addendum No. 2 i -0CDD CD o�rn(A C/) I I _ Z;;o D p z - mm° C) wia wwp a cx I X o� -C — N j M D z I D � PLAYGROUND SAND AND TIMBERS Aaeoclatea c ^uu .: \N \3.]W \3NMm].MG i �8 00 >0 C i D<J>cnD mZ o? � O . r. :r. i.• v Z� y < Z <FAx .: ' °i •'•: o m : ZZOZCOC)Z D N X z> D ?� r• m Z p0 AND O TIC)OO -0CDD �\ N \� o�rn(A C/) I I _ Z;;o D p r I i mm° ®Roaene wia wwp a cx I X I I -C — N j I D z I D � g NEW HOPE, MINNESOTA BOnea4rOp ' ^••r• a arcnu•e�: at `"'"',,,E° T'"^rt'' ^�^^ arz $ 1997 PARK IMPROVEMENTS ®Roaene wia wwp a cx ^M•, ae Y y CORNER PARK PLAYGROUND EQUIPMENT Anderlik d •.ate( WM�n6, ]GICY> wY PLAYGROUND SAND AND TIMBERS Aaeoclatea c ^uu .: \N \3.]W \3NMm].MG Bonestroo Rosene Bidder Total Base Bid Address Telephone Number Anderlik & Associates ers & Architects City, State,Zip Fax Number ADDENDUM NO. I CORNER PARK PLAYGROUND EQUIPMENT FILE NO. 34209 NEW HOPE, MINNESOTA July 15, 1997 Opening Tune: 11:30A.M..C.D.S.T1. Opening Date: Wednesday. July 23,1997 The bid opening date for this project has been changed from Thursday, July 17, 1997 to Wednesday, July 23,1997. The time remains at 11:30 A.M., C.D.S.T. If you have any questions on this project, please call Randy Neprash at 604-4703. BONESTROO, ROSENE, ANDERLIK AND ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636-4600 34209-Addendum No. 1 — EQ41PMENT FILE NO. 34209 i#1PE, 1J1ES OTT 1997 Index Advertisement for Bids Information to Bidders Proposal Special Provisions 01200. Project Meetings 01300. Submittals 01400. Quality Control 01600. Material and Equipment 02070. Demolition and Removal 02200. Earthwork 02231. Crushed Aggregate Base Course 02520. Concrete Paving 02521, Concrete Sidewalks and Pedestrian Ramps 02860. Playground Equipment 02930. Turf Establishment 06100. Rough Carpentry Conditions of the Contract I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Mifi - hesota, ME Date: 34209 © 1997 Bonestroo, Rosene, Anderlik & Associates, Inc, ki ban a Sealed bids will be received by the City of New Hope, Minnesota at the City Hall, at 4401 Xylon Avenue, until 11:30 A.M., C.D.S.T., on Thursday, July 17, 1997, 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: 1997 Park Improvements — Comer Park Demolish and remove existing play equipment. Furnish and install new play equipment with miscellaneous site improvements and 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 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 non-refundable fee of $20.00. See "Information to Bidders" for plan/specification fee 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, City Manager City of New Hope, Minnesota 34209 Copyright 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. 1. BID PRQEQSAL- Each planholder has been furnished a specification, plan set and one extra proposal. Bids shall be submitted on the separate Proposal Form designated - BID COPY". The Proposal containing the bid shall be submitted in a sealed envelope. It �7- W—Ibr—PWT J Soeci U W, 1) Plans and specifications shall only be available on a non-refundable, per plan basis, with all contractors and vendors being charged the same. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, all are non-refundable. 3. INDDnDUAL D S AND SpECIFICATIoN SLIEETS: , 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. End of Section 1Abradm\generd\1ufbnnation to Bidders 1197 CORNER PARK PLAYGROUND EQUIPMENT FILE NO. 34209 NEW HOPE, MINNESOTA 1997 Opening Time: 11:30 a.m., C.D.S.T. Opening Date: Wednesday, July 23, 1997 Honorable City Council City of New Hope 4401 Xylon Av N New Hope, MN 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. 1,2 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 you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Base Bid 1 Existing play equipment demolition and removal 2 Modify existing timber border (quantity is to provide and install new timbers) 3 Provide and place new play sand 4 Concrete sidewalk on granular base 5 Pedestrian ramp through curb to roadway (includes curb cut) 6 Provide and install multi -flow drainage channel (include connections to catch basins) 7 Provide and install catch basin 8 Provide and install new PVC pipe from new catch basin to existing catch basin in street Unit Qty. Unit Price m Bidder: A oni Brothers Com an Total Base Bid $40,399.00 Address: 817 Vandalia St Tele hone No. 612.645.9321 V Bonest 1,000.00 1,000.00 iuks ' City, State, Zip: St. Paul, MN 55114 Fax No. 612.645.9322 CORNER PARK PLAYGROUND EQUIPMENT FILE NO. 34209 NEW HOPE, MINNESOTA 1997 Opening Time: 11:30 a.m., C.D.S.T. Opening Date: Wednesday, July 23, 1997 Honorable City Council City of New Hope 4401 Xylon Av N New Hope, MN 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. 1,2 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 you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Base Bid 1 Existing play equipment demolition and removal 2 Modify existing timber border (quantity is to provide and install new timbers) 3 Provide and place new play sand 4 Concrete sidewalk on granular base 5 Pedestrian ramp through curb to roadway (includes curb cut) 6 Provide and install multi -flow drainage channel (include connections to catch basins) 7 Provide and install catch basin 8 Provide and install new PVC pipe from new catch basin to existing catch basin in street Unit Qty. Unit Price Total Price LS 1 1,000.00 1,000.00 LF 236 14.00 3,304.00 CY 90 20.00 1,800.00 SF 420 4.00 1,680.00 EA 1 800.00 800.00 LF 330 6.00 1,980.00 EA 1 1,600.00 1,600.00. LF 50 18.00 900.00 34209 \CONTRACT.WB2 Page 1 9 Connection to existing catch basin in street 10 Sod in area to be regraded 11 Provide portable picnic table, 8' table, 5' benches, fusion- coated steel (to be installed by Owner) 12 Provide resilent surfacing (including base & sub -base, quantity based on full - thickness) 12a Additional quantity stated in Item No. 12 13 Swing set, 8' high, 4 swings, 1 molded bucket seat, 1 tot seat, 2 solid flat seats wide enough for average adult male 14 Horse spring animal 15 Turtle sprrng animal 16 Play structure with slides, poles, platforms, play features, kick plates, etc. (submit detailed drawing of equivalent structure) 17 Provide and place topsoil in area near new sidewalk Total Base Bid Alternate No.1 18 Provide and install polyethylene "timbers" as edging for play area. Remove existing wood timbers for use by Owner. Total Alternate No. l Total Base Bid Total Alternate No. 1 Total Base Bid Including Alternate No.1 EA 1 800.00 800.00 SF 775 3.00 2,325.00 EA 1 500.00 500.00 SF 140 18.00 2,520.00 SF 80 18.00 1,440.00 EA 1 1,650.00 1,650.00 EA 1 500.00 500.00 EA 1 500.00 500.00 EA 1 16,800.00 16,800.00 for Gametime Equipment CY 15 20.00 300.00 $40,399.00 LS 1 3,300.00 3,300.00 $3,300.00 Add price to Item No. 2 Voluntary Alternate 19 Substitute Landscape Structures product in lieu of Gametime Equipment for Item No. 16 LS 40,399.00 3,300.00 $43,699.00 1 11,500.00 11,500.00 34209 \CONTRACT.WB2 Page 2 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 therefore, 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 therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 %) of amount bid , 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 Corporation) Arrigoni Brothers Company (An Individual) Name (A Partnership) Vey Signer President Title Dennis J. Arrigoni Printed Name of Signer 342091CONTRACr.WB2 Page 3 W1 i 4 Wug ACM CERTIFICATE OF LIABILITY INSU RAN Cq wa IG-1 DATE (MWDDIYY) 08/13/97 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE CSC Insurance Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6200 Shingle Creek Pkwy, #510 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Minneapolis MN 55430 COMPANIES AFFORDING COVERAGE Wendy M. Blaha 585-9615 Phone No. 612-585-9000 FaxNo.612-585-9009 COMPANY A General Casualty Companies INSURED COMPANY B COMPANY C Arrigoni Brothers Company and Dennis Arrigoni 817 Vandalia Street St. Paul MN 55114 COMPANY D 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDIYY) POLICY EXPIRATION DATE (MM/DDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $1,000,000 A X COMMERCIAL GENERAL LIABILITY CC10219769 07/01/97 07/01/98 PRODUCTS - COMP/OP AGG $1,000,000 CLAIMS MADE Fy 1 .-,-] OCCUR PERSONAL & ADV INJURY 500 $ r 000 EACH OCCURRENCE $ 500,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 100,000 MED EXP (Any one person) $ 5,000 A AUTOMOBILE LIABILITY ANY AUTO CBA0219769 07/01/97 07/01/98 COMBINED SINGLE LIMIT $500,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON•OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 A X FORM CC10219769 07/01/97 07/01/98 $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X7Tw—C OTH- 0 S ER EL EACH ACCIDENT $100 EL DISEASE - POLICY LIMIT $500,000 • THE PROPRIETOR/ INCL. PARTNERS/EXECUTIVE OFFICERS ARE: EXCL� CWCO219769 07/01/97 07/01/98 EL DISEASE - EA EMPLOYEE $100,000 OTHER • Property CC10219769 07/01/97 07/01/98 I (Special Form) DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS Project: Corner Park CERTIFICATE HOLDER CANCELLATION NEWHOPE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EWBeAVOR MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF NEW HOPE R-L4ABt1.aY 4401 XYLON AVE NORTH NEW HOPE NN 55428 ePV&W-*MVtWWT-HE-e°ME�AN"TS-AGENT-&ORREPRESENTAXW" AUTHORIZED REPRESENTATIVE Wendy M. B A�!� W, ACORD 25-S (1/95) =,4.-TION r/A ACKNOWLEDGMENT OF PRINCIPAL (Individual) STATE OF l ss.: COUNTY OF On this day of in the year 19 , before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and who executed the foregoing instrument and acknowledge(s) to me that he executed the same. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL (Partnership) STATE OF t ss.: COUNTY OF J On this day of , in the year 19 , before me personally come(s) a member of the co- partnership of to me known and known to me to be the person who is described in and who executed the foregoing instrument, and acknowledges to me that lie executed the same as and for the act and deed of the said co- partnership. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF l ss.: COUNTY OF J On this day of in the year 19 , before me personally come(s) to me known, who, being by me duly sworn, deposes and says that he resides in the City of that he is the of the the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC ACKNOWLEDGMENT OF SURETY STATE OF Minnesota COUNTY O amsey ss.: F R On this 5th day of Augus in the year 19 97 , before me personally come(s) Jack Cedarleaf II Attorney(s) -in -Fact of United Fire & Casualty Company with whom I am personally acquainted, and who, being by me duly sworn, says that he reside(s) in St. Paul, MN that he is (are) the Attorneys) -in -Fact of United Fire & Casualty Company the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said Company, and that he signed said instrument as Attorney(s) -in - Fact of the said Company by like order. NOTARY PUBLIC F.9713 - 8/81 UNITED FIRE & CASUALTY COMPANY HOME OFFICE — CEDAR RAPIDS, IOWA Un CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at iiorne Office of Company - See Certification) :NOW ALL MEN BY TiIESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing of Iowa, and having Its Principal of rice In Cedar Rapids, Stele of lovvn• does I A N make. tGtEe and rider the laws of the Stale J ppoint 17 • R . DOUGiIERTY , OR JACK CEDARLEAF I I , OR R . LARSIsN , OR CHRISTINE M. IIANSEN, OR KURT C. LUNDDLAD, OR C. A. 11OUSH, ALL INDIVIDUALLY If P O BOX 64717 ST PAUL MN 55164 is true and lawful Altorney(s) - in - Fact with power and authority hereby conferred to sign, seal and e xec u te B10NpSbehali all awfut bonds, undertakings and other obligatory instruments of similar nature as follows: lid to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments wore signed by he duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney. Pursuant to the authority lereby given are hereby ratified and confirmed. unless sooner revoked. The Authority hereby granted shall expire JANUARY 8 t It 1 9 9 8 This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the 3oard of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings." Section 2, Appointment of Allonnly -in -Fact- "The Prosidnnt or nay Vice Prr-sidmii, or any other ollicer of the Company, may, Iran Ilnm to Iliac, appoint lee al lorneys- In -0oct to act In baholf of tim Corr,pnny Ia the exoculion or policios of insuraaco, bonds, underinkings and other b W11110 cerilllca o bligatory inainuno 0l Ilha nature, ilia slgnniure al nny olllcar uulhorizrd hmeby, and it,( corpnrnln scnt, miry ba nlfixod by Incsknlie la any o p bligat ni Insirk or special power of attorn 51 lta at liar of Mint oulhorized hereby; such slunoture aad sent, whoa ko used, bulnu ndopiod by tile Compnny as fi original slgnalure of such ollicer and the odgkro) sonl of 1110 Company, t r it Tosp va cer tllicntos of nuthalty shill g upon file Compnny w ill, ilia same Ir e h av e m u and affect as though anolly affixed. Stich n liornoys.in- fact, subfoci to thn Ili ill atloos sot f forth ih I n Ih es o Beni lull power to bind file Company by their signnluro and execullon of any such In strummds and to oiinc Ike sea, al of file 111t horliy p prev ihr The Pr iously glvrn t well t o or ally Vice President, ilia Board of Directors or any other officer of the Company uvry nl any Ilme revoke nil power annd d aut IN WITNESS WHEREOF-, (lie UNITED FIRE to be sighed by its vice president ,HU „ mn, 8 t 11 day of JANUARY C01PO1tAtE AXAI, rr �NUnrnt State of Iowa, County of Linn, ss: & CASUALTY COMPANY has caused these presents and its corporate seal to be hereto affixed this A.D. 1996 UNITED FIRE & CASUALTY COMPANY By W Jl_- 1 )11 I _10 .t.'✓ Vice President On this 8th day of JANUARY 1x996, before me personally came 11AYNARD L, IIANS)N to me known, who being by me duly sworn, did epose and say: that he resides in Cedar Rapids, State of Iowa; that Ile is a lid which executed the above Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in a instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument Is such corporated seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporal r,- , "/ �� Notary Public F R G.14ECKRnm My commission expiresDrC1;HBER 10 1998 MY CO&II 11aSION EXPIRES . Doceatbor 10, 1995 CERTIFICATION 1, the undersigned officer of the UNITED FIRE C o UA TY the , dot her ey Law o h said have o Y sas r ed the foregoing copy of the Power of Atlorn ©y and affidavit, arid Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correc transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. • 1,�,uurrrnr in testimony whereof 1 have h subcribod my name and affixed the corporate seal of the sai � l Company this 5th day of August 19 97 COfiPOfAIE 61A r, Secretary 't'+rrurpgV ACKNOWLEDGMENT OF PRINCIPAL (Individual) STATE OF ss.: COUNTY OF l On this day of in the year 19 , before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and who executed the foregoing instrument and acknowledge(s) to me that he executed the same. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL (Partnership) STATE OF l ss.: COUNTY OF J On this day of , in the year 19 , before me personally come(s) a member of the co- partnership of to me known and known to me to be the person who is described in and who executed the foregoing instrument, and acknowledges to me that he executed the same as and for the act and deed of the said co- partnership. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF t ss.: COUNTY OF J On this day of in the year 19 , before me personally come(s) to me known, who, being by me duly sworn, deposes and says that he resides in the City of that he is the of the the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC ACKNOWLEDGMENT OF SURETY STATE OF Minnesota COUNTY OF Ramsey ss.: On this 5th day of August in the year 19 97 , before me personally come(s) Jack Cedarleaf II Attorneys) -in -Fact of United Fire & Casualty Company with whom I am personally acquainted, and who, being by me duly sworn, says that he reside(s) in St. Paul, MN that he is (are) the Attorneys) -in -Fact of United Fire & Casualty Company the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed.by order of the Board of Directors of said Company, and that he signed said instrument as Attorneys) -in -Fact of the said Company by like order. NOTA Y PUBLIC F.9713 - 8/81 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at dome Office of Company - See Certification) NOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing laws of the Stale tat eRTY, OR JACK L•' or Iowa, and having its principal office it) Codnr naplds, State or lowa, does make, constitute and ? rider the R. DOU ' CEDARLAP II, OR R. J. LARSEN, OR E. LANGE, point 1 l l OR CIIRISTI14E M. HANSEN, OR KURT C. LUNDDLAD, OR C. A. NOUSH, ALL INDIVIDUALLY I P 0 BOX 64717 ST PAUL MN 55164 s true and lawful Attorneys) - in - Fact with power and authority hereby conferred to sign, seal arid e xec u te Bin its behalf all twful bonds, undertakings and other obligatory instruments of similar nature as follows: A14Y AND nd to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as If such Instr pu w ere signed by to duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, ereby given are hereby ratified and confirmed. JANUARY 8 t It 1 _998 unless sooner revoked. The Authority hereby granted shall expire This power of Attorney is made and executed pursuant to and by authority of the following By duly adopted by the loard of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings." section 2, Appoloiment of Attorney- In•Foct. "The Prosldnni or any Vice presldeni, or oily other ollicer of tile Company, may, from lime to ihne, appoh'I by written carllocalno at itimeys- In - tocl to Oct In WWI o, Ih- company h, Iho oxoaullmt of policing of Insurmice, bonds, tmderlakings and other obligatory InsrrumeNs of like Tile he sigunlura of any olilcnr aulholized hniehy, and ihn Coipornin gnat, may 1'. by by Incshnila Ili Wily pownrol ailornny or spnclal power of otlarney or car liilcotlon of nithnr oulhorized booby; such slgnniwo and gnat, whmr Su used, bohig adopind by the Company as the oripinai signature or such ollicer and file orlginal son, of ibo Company, to be valid ono binding upon the Company w ill, tl +a snore force and affect as Ihough rnantlally 01 Such ellorneys-in -lacl, subincl to Ihn Ilmllallmrs slit lorih in their respncllvo certificates or a et or h shaft have lull power to bind fi Company by (heir sign and oxecullon of oily such Insitlunm+ls and to ailnch 1 seal of tile Company thereto. Thrt President or any Vice President, Ilia Board of Directors or any olhpr officer of I,,a Company may ai oily lime rnvoka all flow(." and aoihorhy previmrsly gfvrn lu any allorney-in -fact. IN WITNESS WHEREOF, the UNII FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this " A.D. 1996 ,4rsttsu� 8th. day of JANUARY COAPDitAtE .....o... UNITED FIRE & CASUALTY COMPANY BXAI. r _ Or Will J I a Vice President State of Iowa, County of I_Inn, ss: 1996. before me personally came MAYNARD L. HANSEN to me known, who being rile duly sworn, did epose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Din this 8th day of JANUARY Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seat of said corporation; that the seal affixed to the said instrument is such corporaled seal; that it was so affixed pursuant ck t acknowledges sa t h e Board of Dire o f s id co ationnand that he signed his name thereto be Pursuant to like authority,��G I , Notary Public t *` R. G. NECKROTTi My commission expiresDECE11BER 10 19 98 MY COAttAI�SION EXPIRES Decombor 10, 1995 CERTIFICATION I, 1110 undersigned officer of the UMff da it, and the COPYTof the Sectondof h ereby the Qy Lawsy t ha t h ave as ettlforthrin fo regoi ng copy of tite Power of Attorney and Power of Attorney, with the ORIGINALS ON FILE IN THE I-IOME OFFICE OF SAID COMPANY, and That the same are Correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. � �� r �„ +erg in t whereof 1 have her eunto subcribed My nam© and affixed the corporate seal of the sai '�!?t Company this 5th day of August 19 97 ar `` COaPDRAtE�1.. r 11;rAL� Secretary 6++Nruuua