HomeMy WebLinkAbout2012 - 2013 CITY OF OAK PARK 11EIGHTS
AGREEMENT FOR ROADWAY SNOW REMOVAL AND SANDING
Snowplowing Season: Approx. October 2812 through April 2013
1. PURPOSEANTENT
A.
The purpose of this agreement provides the City of Oak Park Heights(hereinafter City)and MJ.
Raleigh Trucking, Inc. (hereinafter called Contractor) with a mutually acceptable agreement to
provide planned and emergency scheduled roadway sanding and snowplowing operations on local
City streets and roadways within the City ofOak Park 0riyhts, Minnesota.
B. Routes
"A"Priority Routes identify high priority roads and slopes of concern "13" Priority Routes; "B"
iduruiQey all other streets and areas. All routes become the Cmo1mc1mr'e responsibility for sanding
and snowplowing operations under the terms and conditions*f this agreement. (1-',001uare
depicted in "Exhibit A" as attached. "A" and "R" routes are provided only amu reference tothe
location and approximate scope of the services required Under this agreement.)
The City reserves the right mo expand, decrease ormwdificu the designated routes without prior
written notice to the Contractor and without affecting any condition Or provision contained within
thimogrecmoot, including rates mr compensation. Additional services shall be based on ea(abbobod
rates.
C Administration
This agreement shall be entered into with the City of Oak Park Heights, administered hvthe
Public Works Director and under the direct operational onpervioion of the Public Works Director
or his assigns.
D. Roadway Sanding,and Snowplowing Policies
(l)The City's policy requires the sanding of all local streets, roads and culde-muuuwhenever
weather conditions make driving conditions hazardous. Sanding will be required during storms to
maintain passable roadways and safe intersections. Following winter storms sanding operations
will hc coordinated with snowplowing operations.
(2)TbcC{ty^osnow/c000vu| po|jcyzeqniresthercmovm| ofsnpvvOromtacenfuurh(F-F) ofALL
local streets, roads and cul-de-sacs after the accumulation of two (2)or more inches of snow. A I I
Routes are|obc completed within approximately 8 hours otaoTifiuuTion. "/\" u`u1pa are always
priority and also shall he completed by60Oum. following xn overnight storm. Per City
Ordinance, no parking is allowed on public streets between l�0V a.m. and 8:00 a.m.
(3)Cu|'dc-oac snow removal will he by "wasting" toall pmpc�icsw/itbiuthe cu]-de-suc and
leading to the cml-de-smc. Stock piling for later removal will only bu performed under the direction
mf the City, when snowfall conditions are extreme.
Page z^r1z zozz-zu1a Snowplowing Contract
-
(4)Sanding operations oboD normally Utilize nodubouniN[I5Y6 salt/sand miX1unc.
E. Scove of Operations
The Contractor shall provide u minimum of one(0 piece nf equipment to perform the entire
sanding operation. h&inimon` equipment required inusingle axle dump truck with m5 yard
capacity sand spreader. Additional pieces of appropriate equipment may be used by the
Contractorfor any or all sanding operations with prior written approval of the City.
The must Contractor provide a minirnUrn of two(2)pieces of equipment to perform the entire
snow removal operation. Wheel loader type equipment io preferred for "wunhng'' snow oncul-de-
sacs. Additional pieces of equipment appropriate For each Route obm|l be used by the Contractor
for any or all snow removal operations with prior written approval of the City.
In all cases the Contractor shall provide adequate equipment tomeet the specific scope an(]
parameters uostated in this agreement including completing full snow removal within the 8-hour
requirement,
2. LENGTH OF AGREEMENT
A. This agreement shall be u singular annual agreement limited to the 000n/ removal season
commencing October 2012 through April 2013 inclusive. J'he Contractor shall be prepared for
snow events during these months.
B. 'This agreement may be terminated for good cause, iflClUding failure to per-Corni in accordance
with paragraphs agreement, by the City during the agreement period, subject to written notice
being delivered by registered mail sent<o the Contractor atthe address referenced oo the Proposal
form.
C. The City does not guarantee a minimum number of work hours for any sanding or plowing
operation or duration of the agreement.
3. EQUIPMENT
A. Durnp
Trucknobu!| beuminimum single-axle, dual rear wheel drive, 26,000 G.V.W. vehicle equipped
with 4minimum 5 yard capacity sander and ubnnt-cud plow with unu[uimum length ofU0.O' If
the optional wing,plow is used, it shall have m combined moldboard width ofl8.8'
13� Wheel Loader
VVhce| |mmdeo shall be u rubber tired, articulated type having all-wheel drive and powered by an
coglncvvithumunu[uuturer'xotingofmtlpxw\95brukeboroepower. ltshm)! hecqwippcdvvitbn
front bucket with mmininzum of 2.5 cubic yards oruplow with um[nimomwidth of 10.0 feet. An
optional wing plow shall be equipped with ''0omtiog,' down pressure,
Page 2ofz1 2nzz-zo1a Snowplowing Contract
C. Motor Grader
Motor graders shall be an articulated type with urnioimum4-wheel drive powered by an engine
with umio{un/m Manufacturer's rating ofa1 |eug 125 horsepower. It shall be hydraulically
operated with o moldboard ofl4.6Yid |eouth. If used lnu JUnudonvviibtbcoptlomdrvimgplovv,
it shall have uuumhincU omioimum width mf21.0'.
D. Accessories&Safety EqUiDlnCut
All vehicles shall be properly equipped and outfitted to meet all local, County, state mrfederal
laws required for uo4be-roud emergency snow removal operations. They shall provide the
operator wi1hfull visibility in all directions and shall have uback-tip warning system, The
apooUo/e cab shall be fully enclosed and property equipped with all equipment necessary to allow
the efficient and safe operation oƒthat vehicle. The City reserves the right to reject at amy6moc`
without notice 1othe Contractor, any vehicle that does riot appear iocomply with u|| rules or
regulations required for over-Ubc-roud snow removal operations. Rejection of vehicle acceptability
will also take into consideration the condition and limitations of operation of the vehicle or its
accessory equipment.
B.
Upon request, the Contractor shall provide to the City a copy of their certificate of title which
includes the vehicle idcotifiouhonnumber(if available) and license plate number t*the City
within ten days of the request. After inspection bv the City, those vehicles acceptable for
performance under this contract will be verified by the City. Except for ernergencies, any planned
substitution or replacement of previously approved equipment shall require prior written approval
by the City.
4'
A.
The Contractor shall ensure that the operator provided with each piece of equipment is fully
trained and properly licensed with the State of Minnesota T*operate the bid vehicle nrally
anticipated replacement. The Contractor shall make every effort possible to ensure that the oame
operators perf�on the sanding and plowing operations during the length of the agreement.
0, Parts &[le[
The hourly rates contained herein shall cover all costs, all operation and maintenance expenses
including but riot limited to fuel, lubricants, supplies and support services, taxes., Surcharges, etc.
It shall also iou/odo depreciation oil the vehicle and nc8u1cd equipment including the repair,
maintenance and replacement of all materials and Supplies including cutting edges and tire chain
cross links. it shall also include all labor,1ou|x and equipment necessary fbrouukioB any and all
repairs urvup|ucemen\swhich may be necessary to keep and maintain the machine and all parts
thereof in proper and safe working order and serviceable repair.
Page aufzz zozz-zo1a Snowplowing Contract
^ . .
C.
The Contractor shallmmurne all responsibility ond costs associated with maintaining proper and
necessary ozvsb: for both the vehicle and operator.
5. HOURLY RATES
A.
All hourly rates quoted shall include full operation hvmgmdUfiedoperator,
B. QLLagitifies
All rates quoted mbd] be on an hourly basis and xhu|| be rounded tothe nearest 0.25 (quarter)
hour.
C.
No premium calculation or additional adjustment shall be given|o the rates quotes for any hours
worked regardless of day, date, tiumemfduy or consecutive hours worked in any given sanding
operation or calendar week uoKoxx specifically provided for in the agreement umder Section 7C.
D. Non ive/Downtinie
The hourly rate shall be paid for the actual nUmber of hours the machine is operated under the
direction of the City. The City shall not be responsible tor payment for any time taken for rest ur
meat breaks, However, the City will recognize payment for routine maintenance and emergency
repairs or ad�jnmbneutu necessary to keep the machine property operating, Bnncvec limited
mucumuuioted delay time for which payment will be made ubol\ not exceed\cu (10.0) percent of the
actual working time required for any single amovv event. This ulIovvuoco ohuU be provided for only
those p1c»us of equipment previously approved by the City for required sanding and snowplowing
operations under this agreement.
6. PERFORMANCE REQUIREMENTS
A. personnel
The Contractor o6u|l provide the City with the name, address and active cellular telephone
uuroben(o) for a1 least two designated contact personnel responsible for insuring response 10 the
City's request loreervicco. The Contractor shall ensure that at least one ofthe contact persons is
umu|u6|o and accessible 24 hours per day, seven days per week.
B. Response Time
The Contractor shall be able to respond and begin sanding operations within one(1) hour and no
later than three(3)hours from the w(urt1imn requested by the City for any given sanding or
plowing request,
The Contractor shall be able to respond and begin snow removal operations within two (2) hours
and no later than four(4) hours from the start time requested by the City for any given snow
removal request. The Conioactorxhm8i ensure that the equipment and operator are ready and able
Page w"(11 2ozzzmzs Snowplowing Contract
to omudnuouo|v pux'k|e snow removal set-vices through the completion *f the routes designated in
the attached exhibits as directed bv and to the satisfaction bf the City.
`
In all cases, the Conti-actor shall ensure that the equipment and operator are ready and able to
Continuously provide services through the completion vfthe routes designated in tile attached
exhibits and as directed by and to the satisfaction of the City, The Contractor shall not allow ally
given operator tv work more than |6 consecutive hours Without an eight hour break. The
contractor iu responsible for providing replacement personnel if operations require more than lO
consecutive hours of operation. The 10 consecutive hours shal I include all operations by the
equipment operator, whenever under the City contract, operations under other contracts held by
the Contractor, orby other employees of the operator.
C. Down Time
'file Contractor shall ensure that all equipment provided is maintained in a proper manner and
condition to minimize required maintenance or ernergency repairs during the performance of
sanding operations. If, once commoouingo sanding operation, m piece of equipment beu000em
disabled and non-functioning for u period of three(3) consecutive hours,the Contractor shall
provide osatisfactory replacement vehicle and operator if necessary a1ooadditional cost tmthe
City� The Contractor shall immediately notify the City ifi\cannot meet the requirements ofthis
agreement due to disabled equipment or for any other reason.
D.
The Contractor will maintain communications with the City through cellular phones atno cost to
the City. The Com1ractorahm|i ensure that the operator maintains full uvo;[ubi|izy for
cornnnuoiocuiom m1 all times during the operations. The Contract will mnuioudn continuous
cornmunications with their operators such that directions front the City can be passed to [lie
operators iuu timely fashion,
E. A Lit Lio /Direction
The Contractor and his designated operators shall respond 8uall directions given by the City in n
positive, courteous and tirnely manner during the sanding and snow removal operations. The City
reserves the right to reject mmy piece nf equipment uroperator Dom continued or further
engagement of services due to incompetence or insubordination or inability of tile piece of
equipment to function properly for the requested services. The Contractor shall begin the sanding
and snow removal operations at a designated point and follow a specific progression as direction
'
hy the City,
F. Law Obedience
'file Contractor and his designated operator shall be responsible for their actions and compliance
with all regulatory laws and ordinances governing the operation of the machine while performing
sanding operations for tile City.
Page 5mzz znza-zmo Snowplowing Contract
G.
The Contractor shall provide and maintain u performance bond orcash deposit in nnaunec
acceptable to the City in the amount of$5,000 for the duration of this agreement. The City shall
not file against or use this performance bond mr cash deposit for any issue or matter not relating ko
nonperformance or noncompliance with this agreement,
H. Non Performance
The Contractor shall waive any and all obJections, rights to objections and clairns for additional
compensation, dnmogesor loss of revenue resulting fi-urn work performed bvthe City either prior
to, during or after any scheduled or emergency operation in lieu Of these contractual services as
ooayhe necessary due to non performance or excessive delays wfthe Contractor.
I. Property Damag
The Conti-actor shall bc responsible for any and all dar/ugme1w private ae well oo public property
(including public utilities)due to its own or its employee's negligence in performing of this
contract operations.
7. COMPENSATION
'— PaVment Schedule
All pay requests must be prepare(] and submitted by the Contractor as verified and approved by
the Public Works Director. All pay requests uo received and approved hythe Public Works
Director shall hc processed and payment made bythe City not less thaol5 nor more than 30days
after receipt.
B. Do-wri Time
No payment shall be made for any nonproductive or down tirrie exceeding 10%of any singular
operation. [ompeoouh|c time shall include all time spent performing the sanding and snow
removal operations Subject to the exclusions identified herein and shall include travel thric to arid
from the Conti-actor's base of operations or City limits, whichever is the shorter distance.
C. Penalties and Bonuses
A premium adjustrnent of$10.00 per hour per piece of equipment will be made for each hour
worked between the hours ufl2:00u.m.tol2midnight on Sundays arid the holidays nf
Thanksgiving, Christmas, and New Years Day.
8.
A. Indemnification
The Contractor indemnities, saves and holds harmless the City and all of its agents and employees
of arid ftorn any and all claims, demands, actions or causes of action of whatsoever nature or
character arising Out ofor6y reason ofthe Contractor's performance Linder this agreement. ]| iu
hereby understood and agreed that any arid all employees uf the Conti-actor and u|| other persons
employed by the Contractor io the performance w[services tinder this agreement, required or
provided for bercuodorhythe Contractor shall not 6u considered employees wfibu City and that
Page anrzz 2nzz-zo1a Snowplowing Contract
any and all claims that may or might arise under the Workers Compensation Act N[the State of
Minnesota oil behu]fof said employees while mo engaged iu any and all claims made bv any third
parties as a consequence of any act or omission oil the part of said Contractor's employees while
so engaged in the performance of these services,to be rendered herein by the Contractor shall, in
na way, be the obligation orrex'*osihUl' of1heCity.
B. Insurance
The Contractor shall, at his sole cost and expense, carry and maintain general and public liability
and property darnage insurance coverage of$608,000 for any one accident and $1,000,000
aggregate protecting the Contractor, his employees and the City against any and all claims n[any
kind or character whatsoever arising 8nm damage, iiijury (including bodily i 'ury or death)
uuuoodbyorodyiogfroum1beopmro1iouomdusuo[thmnuuchiucctfbercguuetvfthe City. Such
insurance shall be in full force and effect during the tirne that the machine is operated at the
request mf the City. Such insurance policy shall provide for xonimiomumof 30 days written notice
to the City Clerk ofcuoccUmtioo, non-renewal or material change of tile required insurance
coverage. The requirement and approval of this insurance by the City shall not in any way relieve
or decrease tile liability of tile Contractor. Itie expressly understood that the City does not ioany
way represent that the specified limits of liability or coverage or policy forms are Sufficient or
adequate to protect the interest or liabilities of the Contractor. Copies of the insurance certificates
shall lie filed with the City oil execution of this agreement.
C. Legal Compliance
The Contractor agrees to comply with all State and Federal taws and local ordinances governing
the employment ofpersonnel including, but not limited to, Minnesota Statute Section 18 1.59
relating to discrimination in employment, and Section 2AO.07 requiring the certification ofincome
tax withholding.
D. Claims
,T'he Contractor agrees to process and resolve all clairris submitted by affected property owners of
the City of Oak Park Heights inu timely manner.
9. AGREEMENT APPROVAL,CONSIDERATIONS
A. Selection
The City o:o«rvem the right tnretain the services of tile Contractor who, in the opinion of the City,
can best provide tile services requested under this agreement. Consideration shall be given to
hourly rates, availability and condition of equipment, competency of operators, previous
experience, response time and specific pieces of equipment noquoted.
B. Combination ofQuotations
The City reserves the right to select any combination aƒequipment quoted for services requested
in entering into this agreement. Only one hourly rate will be considered for each machine, but
consideration will he given to any other rate or combination of rates not called for in this proposal
ifi\isiu the best interest oftbeCi1y.
Page,ofzz 2oz2-znza Snowplowing Contract
18. PROPOSED RATES
Tbe "Schedule of phcca", attached as Ex&ibdB for each machine the Contractor pruposeauo
furnish and such quotation shall bcum hourly rot ondiTsba| o*nstitutcufbnmu] ugrceoz u/
between the Contractor and the City with no further revisions, addenda or exceptions
acknowledged unless previously noted in writing and agreed upon. All required performance
bonds, insurance certificates and additional requested information shall be submitted in a form
acceptable tuthe City prior to the execution vf the agreement hy the City.
11^ ADOPTED BY.REVERENCE OF PROPOSAL
The attached proposal o["scbcdulcofprices" and description arc adopted by rpKbruoue as part of
this agreement.
l2^
Pursuant to Minnesota Statues § 1613.06, Suhd. 4(1990), the books,records,documents and
accounting procedures and practices ofthe Contractor relevant tothe Contract are om[�j:eotto
examination hv the contracting agency and either the Legislative&uditoror1be State Auditor os
appropriate. Contractor agrees to maintain these records for aperiod oƒthree(3)years from the
date my the termination of this Agreement.
13. EQUAL EMPLOYME NT OPPORTUNITY- CIVII.,RIGHTS
A. During the performance o[this Agreement, the Contractor agrees tnthe following: No person
shall, outhe grounds uf race,color, religion, age, sex, disability, marital status, public assistance
u1mdom, creed,ornation of origin, be excluded ti*coful| employment rights in, pmtioiput[wo in,be
denied the benefits of or be otherwise Subjected to discrimination Linder any and all applicable
federal and state laws against discrimination including but riot limited tothe Civil Rights Acts of
l904. Upon request the Contractor will furnish the City all reports required by the Secretary mf
Labor, the Minnesota Department of Human Services for the purposes of investigation to
ascertain compliance with such nmlea^ regulations and orders. The provisions mfMinnesota
Statutes § 18 1.59. (or subsequent amendments)regarding non-discrimination and violations
related 1hercfiom are incorporated in this paragraph by reference as an obligation *ƒtbc
Contractor.
B. |f during the term of this contract or any extension thereof, itis discovered that the Contractor im
not in compliance with the applicable statues and regulations ocif the Contractor engages inany
discriminatory pmubues`then the City may cancel this agreement upprovided by the cancellation
clause.
Page Vor1z zozz-avzasnvwp|mmm$Contract
IN WITNESS 'w'v"I°ILROF,the parties have set forth their hands and seals this ) l
day of ;�.✓' �� �"��;� 3 2.
CONTRACTOR--M.7.RALEIGH TRUCKING, Inc.
,I
B � .,. ,
Mr. lvtike Raleigh
Notary for C'ontractor's Signature; �.,. � _.w
NOTARY ptjBU0.JENNIFER ddd1
nb1 1� 4s
.31,2017
CITY OF Q
F,,,,A,K ARK HEIGHTS
B
David 13eaudet-Mayor mate
Icy:
Eric J Anson......City Administrator Date
Notary for City:
JENNIFER K L4:N07ARY l�tlbl tt"tt'� . �
Vq mtssn r ur gas Jan.2t,2017
Page 9 at 11 2.01.2-2013 Snawpbwing Contract
Exhibit A — Snowplowing Routes "A" & "B"
Page 10 of 11 2012-2013 Snowplowing Contract
�....._._.._._.._ _ ...... .._....__. _. -
CZ
CL
I
:r
1
� f
Y
I
r
i
C
i
No
cis 1 ;x 4
a
� , A I
„9
eu
au
Sh
C2 2-1
ti.
Exhibit B — Schedule of Prices
Page 11 of 11 2012-2013 Snowplowing Contract
SCHEDULE OF FEES
PROPOSED 2012/2013 SNOW PLOW CONTRACT EQUIPMENT RATES
CITY OF OAK PARK HEIGHTS
Unit Type of Equipment Year Hourly
No. Rate
12G Cat grader w/wing 1986
7200 Champion grader w/wing 1991 $1301105ITm
120 Cat grader w/wing 1998 $130105
9500 I'Cat loader wl 12' plow 1999 $123-81
,95O!B ICat loader wl 12' plow 1989 $123.81
98OF Cat leader w/7 yard bucket 1272_j $123-81
980,B Cat loader wl 6 yard bucket 1977 $123.81
545 Ford Tractor w/ 11' plow 1998 $108.,20
97 Mack Tandern w/ 12' plow and sander 1994 $86-35
93 Mack Tandem wl 12' plow and sander 1993 $86.35
MATERIAL COSTS
Type of sand $/ton
Sand (No salt) NA
Sand/15%salt $19.00,
Sand/20% salt $21.00
Sand/25%salt $24.00
5%salt/ 101%liquid $24,00
Salt/ No,sand NA
Oither NA
DATE(MW0DA'_YYY)
CERTIFICATE OF LIABILITY INSURANCE V17/2012
i—HIS ER ATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFER$ NO RIGHTS UPON THE CERTIFICATE H0LDEW7d_1S
0
I Y R NEGATIVELY T VE
F I
PI
l4CE DOES NOT
T C I C
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY ANIEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
E
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUNG INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the cerdficate holder is an ADDITIONAL INSURED, the poficyIies) must be endorsed, If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain poh6es array require an endorsement A statement on this certificate does riot confer rights to the
certificate hoIder in heu of such endors----- -"-). I
PRODUCER C014TACT oo:i
N
NAME
PROIle
COVERAGE
UA
N
S
BG
S
T
R
r f
t
0
E
I
u
THE E
A
G
4G
C
F
SUBROGATION
t,d
CERTIFICATE R
N
0
E_.AL
Keister and Keister Agency PHONE
6750 Stillwater Blvd. N. E-MA�1 (651)430-166�6 N, -1908
P, 0. Box 469 ADDIR"'
_±7c�
NAIC 0
Stillwater
K4 55082 .0 -
INSLIRERAA=�,ty Insuranca Co. 14184
INSURED INSURER 8
11iJ RKLEIGH TRUCKIN INC
PO BOX 261
P.O. Box 261
TPtiA IER E
STILLWATER MN 55082 �URE R F
COVERAGES CERTIFICATE NUMBER:CL1221703315 REVISION'NUMBER:
THIS IS 710
�PER
CERTIFY THAT IE POLICIES OF INSURANCE LIS FED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTTHE POLICY F1 70D
'ON TRACT OR 01 HER DOCUMENT Will I RESPECT TO Im 111C-I
N OF ANY C
INDICATED NOTINITHSTANDNG ANY REQI_Iq�IEMENT, "FERM OR CONDITIO
CERTIRCATE MAY BE ISSUED OR MAY PERTAIN THE NSURANCE AFFORDED B' rHE POLIMES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERI�dS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
_�A 6L�86BW
PC ELF � POLICY EXP
211 TYPE OF INSURANCE MUCY E
POLION i GENFRAL LABILrry M�IDDYYYY�� NMIQefYYYY LIMITS
ffffpp I EAGid!OCCURRENCE 1,0100,COO
_(,-,,0JA1AERMAL GENERAL�UA[fll.,I IYY bAMAA�GE TO-
11
A CLJ'dMS,MADE OCM)R 19161 2/3.8/2012 2/1812013
MED EXP(Any une w. s 000
PERSONAL&ADV INJUR Y 1,0100,000 0.m
_2F
i 2rO00,000
...........
-,GREGATE LRAITAPPLIES PER:
N L A
PRO . .....
POUCY LOC
L —LLL—L-1 C
AUTCMO&LE LIABILITY
.... ........
A ANY AU 70 BODlYINJURY IPer perjan} $
ALL OVvNED SCHEDULED 18161
AUTOS AUTOS �2 18 2 0 12 /18/2013
I—— NON-OVMIED Bof.)ILY fniuf4y(Pe'l
HIRED AL)I OR
AUTOS
_77-1 n ojr3(Iv BI spig S
Undennsuipa
UMBRELLALIAB OCCUIR 1,000 000
i EACH OC,0URRENCE $ 3,0010,ODO
B(CESS L"
A -I.. I - 7 .- _��PREGAI E 3,000,000
n:,
RETENTION S 18161 2/18/2012 2/18/2,013
$
tA �WORKERS COMPENSATION 7-1-7jS—TA-r—I — O_Tl�
AND EMPLOYERS LIABILITY
YJ N
ux � 1111
i�NY
O PHI-ERdOEMIDER EXCv UDED" Id r A 0(,IL*,N 1' 500 J._. ,._,_,,,,,. _,,,._ ..,. _..f.,.. _.._ ._.. ._
L 0,0 C
(MandWory In Wl� a2.61 3/201.3
Wider L D'S'ASt,-EA F-IIAPLOYCLI S 0
5 0 000
D SCR�L'P110N OF OPERATICNS Oslo,&
QC 00�O
POLICY UM11I
DESCRIPTIOI
q OF OPERATIONS I LOCATIONS f VEHICLES iAttech ACORD 101,AdditionaI RernArks$cbeduIe,dif MOre space n;requied)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED,BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INI
ACCORDANCE WITH THE POLICY PROVISIONS
ILL 'ANCE CANCELLED E EFORE
BE DELIVERED
City of Oak Park Heights
14168 North 57th St
LOak Park HeIghts, MN 55082 AUTHORIZED RrPRESENTADVE
Steven Keister/PAUL
ACORB 25�(�2010106)
(D 1988-2010 ACORD CORPORATION,, All rights reserved,
INS026 12010,0E) The ACORD narne and logo are registered marks of ACORD