Loading...
HomeMy WebLinkAboutUntitled CITY OF OAK PARK HEIGHTS AGREEMENT FOR STREET SWEEPING 24 March 2004-31 December 2004 1. PURPOSE/INTENT A. Street Sweeping The purpose of this agreement provides the City of Oak Park Heights (hereinafter City) and the successful proposer(hereinafter called Contractor)with a mutually acceptable agreement to provide planned and emergency scheduled street sweeping operations on local City streets, roadways, and parking lots within the City of Oak Park Heights, Minnesota. B. Administration This agreement shall be entered into with the City of Oak Park Heights, administered by the Public Works Director and under the direct operation supervision of the Public Works Director and/or Foreman. C. Routes The Public Works Director and/or Public Works Foreman will determine which streets are to be swept and schedule all sweeping operations with the contractor. 1 D. Street Sweeping Policy The City's sweeping policy requires three sweepings of the City streets per year.It is the intention of the City to retain the services of the Contractor for each sweeping operation. In addition,the City may request additional sweepings of single streets or sections of the City as required. These additional sweepings are generally due to construction activities, storms or other unplanned activities that require street cleaning. E. Scope of Operations It is the intent of the City that the Contractor provide a minimum of one (1)piece of equipment to perform the entire sweeping operation with a dump truck for hauling sweepings. 2. LENGTH OF AGREEMENT A. This agreement shall be a singular annual agreement limited to the sweeping season commencing March 24,2004 and ending December 31, 2004 inclusive. This agreement may be renewed by written mutual consent of both the City and the Contractor. B. This agreement may be terminated for good cause,including failure to perform in accordance with paragraphs 1.D and 6 of this agreement,by the City during the agreement period,subject to written notice being delivered 2 r • by registered mail sent to the Contractor at the address referenced on the Proposal form. C. The City cannot and will not guarantee a minimum number of work hours for any sweeping operation or duration of the agreement. 3. EQUIPMENT A. Street Sweeper Only contractors using"Elgin Pelican" "Wayne Wayne 993 n or equivalent will be considered as qualified contractors. Units must use water spray system to suppress dust. B. Dump Truck The truck shall provide a minimum single-axle, dual rear wheel drive, vehicle equipped with a dump body for transport of sweepings. C. Skid Loader At certain location within the City the sand used of ice and snow control will have accumulated to a point were a street sweeper cannot effectively remove the material. In these areas the Contractor shall proved a skid loader or manual labor for removal of the bulk of the material prior to sweeping. D. Accessories &Safety Equipment All vehicles shall be properly equipped and outfitted to meet all local, county, state or federal laws required for on-the-road emergency sweeping operations. They shall provide the operator with full visibility in all 3 II II directions and shall have a back-up warning system. The operator's cab shall be fully enclosed and property equipped with all equipment necessary to allow the efficient and safe operation of that vehicle. The City reserves the right to reject at any time,without notice to the Contractor,any vehicle that does not appear to comply with all rules or regulations required for over-the-road sweeping operations. Rejection of vehicle acceptability will also take into consideration the condition and limitations of operation of the vehicle or its accessory equipment. E. Vehicle Designation/Replacements The Contractor shall provide to the City a copy of the certificate of title including the vehicle identification number(if available)and license plate number to the City within ten days of execution of this contract. After inspection by the City,the City will verify those vehicles acceptable for performance under this contract. Except for emergencies, any planned substitution or replacement of previously approved equipment shall require prior written approval by the City. F. Identification of Disposal Site and Indemnification The disposal site and any temporary storage sites for the street sweeping must be identified by the Contractor prior to the beginning of sweeping. The Contractor agrees to indemnify and hold the City harmless with regards to any liability resulting from the storage and disposal of the applicable The storage and disposals sites s hall meet all pp licable 4 County, State and Federal rules and regulations for storage and disposal of municipal street sweepings. 4. OPERATION& MAINTENANCE A. Operator The Contractor shall assure that the operator provided with each piece of equipment is fully trained and properly licensed with the State of Minnesota to operate the vehicle or any anticipated replacement. The Contractor shall make every effort possible to assure that the same operator performs the sweeping operation during the length of the agreement B. Parts&Fuel The hourly rates contained herein shall cover all operation and maintenance expenses including but not limited to fuel,lubricants, supplies and support services. It shall also include depreciation on the vehicle and related 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,tools and equipment necessary for making any and all repairs or replacements which may be necessary to keep and maintain the machine and all parts thereof in proper and safe working order and serviceable repair. C. Storage 5 The Contractor shall assume all responsibility and costs associated with • maintaining proper and necessary protection/shelter/storage for both the vehicle and operator. 5. HOURLY RATES A. Equipment and Operators All hourly rates quoted shall include full operation of the equipment by a qualified operator. B. Quantities All rates quoted shall be on an hourly basis and shall be rounded to the nearest 0.1 (tenth)hour. C. Premium/Overtime No premium calculation or additional adjustment shall be given to the rates quotes for any hours worked regardless of day, date,time of day or consecutive hours worked in any given sweeping operation or calendar week unless specifically provided for in the agreement under Section 7C. D. Nonproductive/Downtime 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 for payment for any time taken for rest or meal breaks. However,the City will recognize payment for routine maintenance and emergency repairs or adjustments necessary to keep the machine properly operating. However, limited accumulated delay time for which payment will be made shall not exceed ten(10.0)percent of the actual working time required for any 6 single sweeping operation. This allowance shall be provided for only those pieces of equipment previously approved by the City for required sweeping operations under this agreement. 6. PERFORMANCE REQUIREMENTS A. Personnel The Contractor shall provide the City with the name, address and telephone number(s) for at least two designated contact personnel responsible for assuring response to the City's request for services. The Contractor shall assure that at least one of the contact persons is available and accessible 24 hours per day, seven days per week. B. Response Time The Contractor shall respond and begin sweeping operations within two (2) days and no later than four(4)days from the start time requested by the City for any given sweeping request,weather permitting. The Contractor shall ensure that the equipment and operator are ready and able to continuously provide sweeping services through the completion of the sweeping operations designated by and to the satisfaction of the City. The Contractor shall not allow any given operator to work more than 16 consecutive hours without an eight-hour break. The contractor will be responsible for providing replacement personnel if sweeping operations require more than 16 consecutive hours of operation. C. Down Time 7 The Contractor shall assure that all equipment provided is maintained in a proper manner to minimize required maintenance or emergency repairs during the performance of sweeping operations. If,once commencing a sweeping operation, a piece of equipment becomes disabled and nonfunctional for a period of three(3)consecutive days,the Contractor shall provide a satisfactory replacement vehicle and operator if necessary at no additional cost to the City. D. Communications The Contractor will maintain communications with the City through . cellular phones at no cost to the City. The Contractor shall assure that the operator maintains full availability for communication at all times during the sweeping operations. The Contract will maintain continuous communications with their operators such that directions from the City can be paused to the operators in a timely fashion. E. Authority/Direction The Contractor and his designated operators shall respond to all directions given by the City in a positive, courteous and timely manner during the sweeping operations. The City reserves the right to reject any piece of equipment or operator from continued or further engagement of services due to incompetence or insubordination or inability of the piece of equipment to function properly for the requested services. S The Contractor shall begin the sweeping operations at a designated point and follow a specific progression as direction by the City. F. Law Obedience The 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 sweeping operations for the City. G. Non Performance The Contractor shall waive any and all objections,rights to objections and claims for additional compensation, damages or loss of revenue resulting from work performed by the City either prior to,during or after any scheduled or emergency sweeping operation in lieu of these contractual services as may be necessary due to non performance or excessive delays of the Contractor. H. Property Damage The Contractor shall be responsible for any and all damages to private as well as public property(including public utilities)due to its own or its employees negligence in performing sweeping operations. 7. COMPENSATION A. Payment Schedule All pay requests must be prepared and submitted by the Contractor as verified and approved by the Public Works Director. All pay requests so received and approved by the Public Works Director shall be processed 9 and payment made by the City not less than 15 nor more than 30 days after receipt. B. Down Time No payment shall be made for any nonproductive or down time exceeding 10%of any singular sweeping operation. Compensable time shall include all time spent performing the sweeping operation subject to the exclusions identified herein and shall include all time spent performing the sweeping I operations subject to the exclusions identified herein shall include erein and travel time to and from the Contractor's base of operations or City limits, whichever is the shorter distance. C. Liquidated Damages for Untimely Performance If the Contractor consistently is not able to respond and begin sweeping operations within four days after the time requested by the City. Penalties will be assessed as follows: 5%of the rate quoted herein will be deducted for each day or of portion thereof beyond four days to when operations begin, starting with the second untimely response and every time thereafter. If the Contractor does not respond within seven days of City requested time of initiation,the City shall, at its discretion hire a different contractor for that sweeping event. 8. INSURA.NCE/LIABILITY/CLAIMS A. Indemnification The Contractor indemnifies, saves and holds harmless the City and all of its agents and employees of and from any and all claims, demands, actions 10 or causes of action of whatsoever nature or character arising out of or by = It is hereby ante under this agreement. y Contractor's performance �' reason of the C p understood and agreed that any and all employees of the Contractor and all other persons employed by the Contractor in the performance of services under this agreement,required or provided for hereunder by the Contractor shall not be considered employees of the City and that any and all claims that may or might arise under the Workers Compensation Act of the State of Minnesota on behalf of said employees while so engaged in any and all claims made by any third parties as a consequence of any act or omission on 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 no way,be the obligation or responsibility of the City. B. Insurance The Contractor shall, at his sole cost and expense, carry and maintain general and public liability and property damage insurance coverage of $600,000 for any one accident and$1,000,000 aggregate protecting the Contractor,his employees and the City against any and all claims of any kind or character whatsoever arising from damage, injury(including bodily injury or death) caused by or arising from the operation and use of the machine at the request of the City. Such insurance shall be in full force and effect during the time that the machine is operated at the request of the City. Such insurance policy shall provide for a minimum of 30 days written notice to the City Clerk of cancellation,nonrenewal or material 11 change of the required insurance coverage. The requirement and approval of this insurance by the City shall not in any way relieve or decrease the liability of the Contractor. It is expressly understood that the City does not in any 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 be filed with the City on execution of this agreement. C. Legal Compliance The Contractor agrees to comply with all State and Federal laws and local ordinances governing the employment of personnel including,but not limited to,Minnesota Statute Section 181.59 relating to discrimination in employment, and Section 290.07 requiring the certification of income tax withholding. D. Claims The Contractor agrees to process and resolve all claims submitted by affected property owners of the City of Oak Park Heights in a timely manner. 9. AGREEMENT APPROVAL CONSIDERATIONS A. Selection The City reserves the right to retain the services of the Contractor who,in the opinion of the City, can best provide the services requested under this agreement. Consideration shall be given to hourly rates, availability and 12 condition of competency equipment, etency of operators,previous experience, P response time and specific pieces of equipment so quoted. B. Combination of Quotations The City reserves the right to select any combination of equipment quoted tY for services requested in entering into this agreement, Only one hourly rate will be considered for each machine,but consideration will be given to any other rate or combination of rates not called for in this proposal if it is in the best interest of the City. 10. PROPOSALS A quotation is to be entered in the schedule of prices for each machine the Contractor proposes to furnish and such quotation shall be an hourly rate. All proposals must be type written or printed in ink and properly signed by an officer of the company. If the submitted proposal is accepted by the City and properly countersigned, it shall constitute a formal agr eement between the Contractor and the City with no further revisions, addenda or exceptions acknowledged unless previously noted in writing on the bid proposal form. All required performance bonds,insurance certificates and additional requested information shall be submitted in a form acceptable to the City upon execution of the agreement and request by the City. 11. ADOPTED BY REFERENCE OF PROPOSAL The attached proposal, schedule of prices and description are adopted by reference as part of this agreement. 13 1 12. RECORD SCLOSURE/M ONITORING PROCEDURES Pursuant to Minnesota Statues §16B.06, Subd. 4(1990),the books, records, documents and accounting procedures and practices of the Contractor relevant to the Contract are subject to examination by the contracting agency and either the Legislative Auditor or the State Auditor as appropriate. Contractor agrees to maintain these records for a period of three(3)years from the date of the termination of this Agreement. 14 I 13. EQUAL EMPLOYMENT OPPORT UNITY—CIVIL RIGHTS A. During the performance of this Agreement,the Contractor agrees to the following: No person shall, on the grounds of race,color,religion, age,sex, disability,marital status,public assistance status, creed,or nation of origin,be excluded from full employment rights in,participation in,be denied the benefits of or be otherwise subjected to discrimination under any and all applicable federal and state laws against discrimination including but not limited to the Civil Rights Acts of 1964. The Contractor will furnish the City all reports required by the Secretary of Labor,the Minnesota Department of Human Services for the purposes of investigation to ascertain compliance with such rules,regulations and orders. The provisions of Minnesota Statutes §181.59,regarding non- discrimination and violations related therefrom are incorporated in this paragraph by reference as an obligation of the Contractor. B. If during the term of this contract or any extension thereof,it is discovered that the Contractor is not in compliance with the applicable statues and regulations or if the Contractor engages in any discriminatory practices, then the City may cancel this agreement as provided by the cancellation clause. 15 IN WITNESS WHEROF,the parties have set forth their hands and seals this 7 day of March,2004. r.,. I By: . . ...idb. fit Signature MARGUERITE M.DEFORE Craig Berqqren P ;' Notary Public-Minnesota Name(Please Print) My Comm.Expires Jan.31,200$ """"""""""M°"`�""" ,- :o:i;,anc,r0 ix Sw eeping )110-cr-f"- -, 9h--- For: Tsr, I/3110 (' Its: Owner Age CITY OF OAK PARK HFTGHTS f All IA", . By: l i-51/4 `( ..yA►;fi gi'' I! , ; � ,, ., r�et Date May' , 3//4-fia y Eric A. Jo +., I Date City Clerk 16 I CITY OF OAK PARK HEIGHTS DEPARTMENT OF PUBLIC WORKS Proposal for 2004 Street Sweeping Proposals will be received at the Oak Park Heights City Hall, 14168 Oak Park Boulevard p North,PO Box 2007, Oak Park Heights,Minnesota, 55082 for the furnishing of 2004 street sweeping operations for the City of Oak Park Heights. PROPOSAL OF St. Croix Sweeping AD DRESS P.O. Box 543 Stillwater, Mn. 55082 PHONE 651-439-6680 NOTE: This proposal must be signed on the last page, and all sheets in this proposal must be returned when bidding. c with the notice of the City of Oak Park Heights, Minnesota In accordance tY soliciting quotations(I) (We),the undersigned,hereinafter called the Contractor,hereby offer to provide street sweeping services to the City of Oak Park Heights,hereinafter called the City, acting by and through its Director of Public Works. (We)hereby certify that am) (We are)the only person(s) interested in this proposal as principal(s); that it is made and submitted without fraud or collusion with any other person,firm or corporation; and that(I) (We)have examined this Proposal and Agreement Form, and understand its contents. (I) (We)hereby certify that(I am) (We are)the Owner(s)have previously contracted for the purpose of the municipal street sweeping for which quotations are submitted herein and can furnish bill of sale or contract for purchase covering or leases equipment represented in this Proposal. SCHEDULE OF PRICES The undersigned agrees to furnish one of the pieces of equipment described on the preceding pages in accordance with the terms of this proposal and agreement at the rates entered below at such time as they may be requested by the City. Contractor may propose one or more of each type of equipment,disposal costs and sites and specifies the location of any temporary holding site for street sweepings.A quotation may be rejected if any alteration or erasure is made in entering the rates. Quotation rates must be entered in ink or typewritten. Unit No. Type of Equipment Rate Per Hour - f N l Y - J I t. / w t 1 r.f.rr - _ 1 M N 1 14 I `. i 1 F1 g, r� Sweeper_ $ 60. 00 2 Single axle truck $ 38 -00 3 Tandem axle truck $ 52 00 4 Skid loader _ $ 58 . 09 Disposal Cost: Early Spring Sweeping Disposal Cost: $ 1 . 5 0 per yard or$ per ton Disposal Site: Miller Early Summer Sweeping Disposal Cost: $ 1 . 5 0 p er yard or$_______per ton Disposal Site: Miller Fall Sweeping � in Disposal Cost: $ 1 . 5 0 per yard or$ per ton Miller Disposal Site: None Temporary Storage Site: DESCRIPTION OF EQUIPMENT The following information must be completed as part of this proposal for each piece of equipment proposed to be furnished: (Use additional sheet as necessary). St. Croix Sweeping Route: Contractor's Name: A g R 1. Unit No.: 1 Type of Equipment Elgin Sweeper Make/Model: Model S Pelican Year: 1987 Serial Number: upon request- Engine Make/Model: John De e rQ Type of Engine(gas or diesel): Diesel Horsepower: Other Accessory Equipment: Location of Equipment: Tempory Strrago OPH Storage Point: (name of community and address) 2. Unit No.: 2 Type of Equipment: Single axlc Truck Make/Model: Ford F-350 Year 1 9 8 8 Serial Number: Engine Make/Model: Horsepower: n Type of Engine(gas or diesel): Ga Other Accessory Equipment: D u m. Location of Equipment: see . .. - Storage Point: (name of community and address) 3. Unit No.: 3 Type of Equipment: Tandem A . - Make/Model: Peter. ' Year: 1992 Serial Number: Engine Make/Model: Hors ower:_ e n Type of Engine(gas or diesel): Diesel Other Accessory Accesso y Equipment: Dum. Location of Equipment:Storage Point: (name of community and address) DESCRIPTION OF EQUIPMENT The following information must be completed as part of this proposal for each piece of equipment proposed to be furnished: (Use additional sheet as necessary). Contractor's Name: St _ Cram; X Sweptn.g Route: 1. Unit No.: 4 Type of Equipment: Skid Loader Make/Model: Ford new holland 785 Year: 1994 Serial Number: ,,pin request Engine Make/Model: Ford Type of Engine(gas or diesel): Diesel Horsepower: 59 Other Accessory Equipment: Location of Equipment: Storage Point: see unit 1 (name of community and address) 2. Unit No.: Type of Equipment:, Make/Model: Year: Serial Number: Engine Make/Model: (gas or diesel):of Engine(g : Horsepower:) Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) 3. Unit No. Type of Equipment: Make/Model: Year: Serial Number: Engine Make/Model: Type of Engine(gas or diesel): Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) ST. CROIX SWEEPING P.O.BOX 543.Stillwater,MN 55082 (612)439-6680 City of Oak Park Heights RE:Estimated total titnesjdisposal costs -2004 Spring sweep: 1 2 $Est. days $750 . 0(disposal cost Early summer: 4 lEst. days $250 . 0 0/disposal cost Fall sweep: 8 Est. days $650 . 0 0 $disposal cost From:Carol T•veit At St Pate Agency FaxID.65148$0989 To:Craig Date:3119 V 4 09:46 AM Face:[OT L SR CT I CAFE IMWDQMfYY) C ACORD CERTIFICATE OF LIABILITY INSURANCE G EN-7 ( 03/19/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE St Paul Agency Inc 1 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 245 E Roaelawn Ave Ste 31 -ALTER THE COVERAGE AFFORDED RV THE POLICIES BELOW. St Paul 34N 55119-1943 Phone: 651-4880789 Fax:651-4$8-0989 !INSURERS AFFORDING COVERAGE NAIL aR INSURED I INSURER West Band Mutual Ins Co Greenbrier rS13SCA1e: IAC. INSURER S. . — and St Croix Sweeping �.--- Attn: Craig eerggren . RE c —. _ _ I -- — P. p Piox 543 [INSURER O` Stillwater MN 55082 'INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME,A$: E=CZR•HE r'OLIET PERIOD IEDITATED.NO1 W-II-IV AMONG ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUME t WITH RESPECT TO WHICH TNia ET EI:AT E MAY BE'SEUED OR MAY PERTAIN,THE INSURANCE iJ=FOROED 8Y THE POLUCISE DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND COMMONS OF SUCH POLICIES.ATiGEEGATE LIMITS SHOWN MAY HAVE BEEN REDUCED t3T PAY'.CLAM S NSR ACA" POLICY RUNNER ; DATEi FN4RA D 1VOMIT t T (Ri Ilia 3"i LIEU5 LTR TYPE OF INSURANCE GENERAL ;EACH OCCURRENCE 51000000 � [fAASAGt 117$7A-: IEU' A i R l COMMERCIAL GENERAL LJABIUT" { CPN0635923 04/21/03 � 04/21/04 PREMISES tEeoxurencs) $100000 • CLAIMS MADE I X OCCUR I ME (Any:xP(A one xrsn) $5000 I I 1 i PERSONAL SAD/INJURY 31000000 GENERALACGREGATE F 2000000 PRODUCTS-COMP/OP AGO 5 2000000 I OENIRG3REQ4TELiMiTA?Pl.ES£_ER. f - —. IIX I POLICY 7 We 7 L O. I { 1 i AUTpROBLE LINBEJ Y i COMBINED SINGLE UNIT $1000000 A g,ANY AUTO CPN0635923 i O4/21/03 04/21/04 } w46v `E" ') ALL OMED AtrOS I i I it.Y INJURY $ I SCHEDULED AUTOS 1 HIRED AUTOS BODILY INJURY $ I Par acaRY d ) NON-OWNED I--- !&L! ;PROPERTY DAMAGE S (Pet flotidEIi) f GARAGE LW TY I }, I AUTO ONLY-EAACCIDE^!t 5 1 EAA CC $ ANY AUTO f OTHERTHAN 1 At:TCr ONLY'. A3G $ E MCESSRSMBREiAAIJABILRY I i EACH OCCURRENCE 5 IT BUR (} MADE 1 AGGREGATE $ $ 1 DEDUCTIBLE ' i i $ I RETENTION $ �_. —___ _ i — y_ ! --_I----'-----1 X TORY ohm S I E4 WORKERS C0MPE*SATN,IM AND I I ! I EMPLOYERS LIABILITY WCN0635924 04/21/03 04/21/04 I EL EACH ACCIDENT $100000 ANY PRWNS1ORtPA1 ) QFFyFFasIICERDAEM6ER EXCUAEO? ; I j EL DISEASE•EA MIPLOYEE $100000 SPECIAL PROVISIONS below I E.L.DISEASE-PCJCY LIMIT $500000 OTHER I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES t EXCLUSIONS ADDED BY ENDORSER' NDORSEMENT/SPECIAL PROVISIONS • CERTIFICATE HOLDER CANCELLATION OAKPARK SHOULD ABE OF THE ABOVE DESCRIBED POlJCIES BE CANCELLED SORE THE EXPIRAT/ON DATE THEREOF,THE ISSUNG INSURER YW!L ENDEAVOR TO MAL 10 DAYS WRITTEN CITY OF OAK PARK HEIG S NOTICE TO THE CERTIFICATE HOLDER NAM TO THE LEFT,BUT FAILURE TO DO SO SHALL 14168 OAK PARK BIND ISFO NO OBIJGATIOFI OR LIABILITY OF ANY 19110 UPON THE INSURER ITS AGENTS OR PO BOX 2007 OAK PARK HEIGHTS MI 55082 1 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE II Carol Tvrst — —� —_ ACORD 25(2081/08} ACORD CORPORATION 19 This Proposal must be signed below in ink by a duly authorized agent of the Contractor providing the equipment and operator. (YOUR SIGNATURE MUST BE NOTARIZED WHEN SIGNING—SEE FOLLOWING PAGE.) ,r Date Qh 7 ,2004. By: _ . _!AL...9 A.` Signature Craig Rer7rjren Name(Please Print) .. MARGUERITE M.DEFORE For: St. Croix Sweeping r. Notary Public-Minnesota Company 1 1/:.,_ My Comm.Expires Jan.31,2008 c'�^ Its: Owner j i /{1 , - �. Title f 0 — //3/io is The above quotation for Units No(s). 1- 4 hereby accepted. CITY II' 1 4 41 4 j,�`: EI IIT /� / '-,e1/ ‘4"1 B y' h .�� (0`: i. ; e Date May. / I ./4"?,f/4r Eric A. Johns,if Date City Clerk I' • CITY�" Y OF F 7 �J MAR 2 1 001 F. .:,. _ OAK PARK HEIGHTS eepsi c + 14168 Oak Park Boulevard No. • P.O.Box 2007 • Oak Park Heights,MN 55082-2007 • Phone:651/4 •- • • - • • -0574 . •;" CITY OF OAK PARK HEIGHTS DEPARTMENT OF PUBLIC WORKS Proposal for 2001 Street Sweeping Proposals will be received at the Oak Park Heights City Hall, 14168 Oak Park Boulevard North, PO Box 2007, Oak Park Heights, Minnesota, 55082 for the furnishing of 2001 street sweeping operations for the City of Oak Park Heights. PROPOSAL OF St. Croix Sweeping ADDRESS P.O. Box 543 Stillwater, Mn. 55082 - PHONE ( 651 ) 439-6680 NOTE: This proposal must be signed on the last page, and all sheets in this proposal must be returned when bidding. In accordance with the notice of the City of Oak Park Heights, Minnesota soliciting quotations (I) (We),the undersigned, hereinafter called the Contractor,hereby offer to provide street sweeping services to the City of Oak Park Heights, hereinafter called the City, acting by and through its Director tY g Y cto of Public Works. g (I) (We)hereby certify that (I am) (We are)the only person(s) interested in this proposal as principal(s); that it is made and submitted without fraud or collusion with any other person, firm or corporation; and that P rp (I)(We)have examined this Proposal and Agreement Form, and understand its contents. (I) (We) hereby certify that(I am) (We are) the Owner(s)have previously contracted for the purpose of the municipal street sweeping for which quotations are submitted herein and can furnish bill of sale or contract for purchase covering or leases equipment represented in this Proposal. Tree City U.S.A. CITY OF OAK PARK HEIGHTS — � 14168 Oak Park Boulevard No. • P.O.Box 2007 • Oak Park Heights,MN 55082-2007 I• Pune:65 1 439-4439 • Fax:651/439-0574 Nor SCHEDULE OF PRICES The undersigned agrees to furnish one of the pieces of equipment described on the preceding pages in accordance with the terms of this proposal and agreement at the rates entered below at such time as they may be requested by the City. Contractor may propose one or more of each type of equipment, disposal costs and sites and specifies the location of any temporary holding site for street sweepings. A quotation may be rejected if any alteration or erasure is made in entering the rates. Quotation rates must be entered in ink or typewritten. IUnit No. Type of Equipment Rate Per Hour Elgin Pelican Sweeper $ 58 . 00 Single Axle Truck $ 35 . 00 Tancipm ay P Triu-k $ 50. 00 Ford New Holland Skid Loader $ 55 . 00 Disposal Cost: Early Spring Sweeping Disposal Cost: $ 8 . 00 per yard or$ per ton - Disposal Site: Miller Early Summer Sweeping Disposal Cost: $ 8 . o 0 per yard or$ per ton Disposal Site: Miller Fall Sweeping Disposal Cost: $ 8 . 00 per yard or$ per ton Disposal Site: Miller Temporary Storage Site: None Tree City U.S.A. ST. CROIX SWEEPING P.O.BOX 543,Stillwater,MN 55082 (612)439-6680 City of Oak Park Heights RE: Estimated total times/disposal costs 2001 Spring sweep: 12 /Est. days 650 . 0 0/disposal cost Early summer: 4/Est. days 5 2 2 5 n gjdisposal cost Fall sweep: 6 /Est. days S 510 . 0 0/disposal cost CITY OF ,� OAK PARK HEIGHTS 14158 Oak Park Boulevard No. • P.U.Box 2007 • Oak Park Heights,MN 55082-2007 • Phone.551/439-4439• Fax:651/439-0574 DESCRIPTION OF EQUIPMENT The following information must be completed as part of this proposal tier each piece of equipment proposed to be furnished: (Use additional sheet as necessary). Contractor's Name: St. Croix Sweeping Route: 1. Unit No.: Type of Equipment: Elgin• sweeper Make/Model: pelican Year: Serial Number: Engine Make/Model: Type of Engine (gas or diesel): Diesel Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) 2. Unit No.: • Type of Equipment: Elgin sweeper Make/Model: Pelican Year: Serial Number: Engine Make/Model: Type of Engine(gas or diesel): Di es el Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) 3. Unit No.: Type of Equipment: 1—ton truck Make/Model: gas Year: Serial Number: Engine Make/Model: Type of Engine (gas or diesel): Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) Tree City U.S.A. � )-14 CITY OF ' OAK PARK HEIGHTS r.,,• I l I10, i),1I, P.0 I. It„ulev.ird No. • P.U.Bux 1007 • Oak Park Heights.MN 350711.1007 • Phone:631;439.4439 • Fax:651/439.0574 DESCRIPTION OF EQUIPMENT The following information must be completed as part of this proposal for each piece of equipment proposed to be furnished: (Use additional sheet as necessary). Contractor's Name: St. CroixSweeping Route: 1. • Unit No.: Type of Equipment: FordNew Holland Skid Loader Make/Model: Year: Serial Number: Engine Make/Model: Type of Engine (gas or diesel): Diesel Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) 2. Unit No.: Type of Equipment: Tandem dump truck • Make/Model: Year: Serial Number: Engine Make/Model: Type of Engine (gas or diesel): Diesel Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) 3. Unit No.: Type of Equipment: Make/Model: Year: _ Serial Number: Engine Make/Model: Type of Engine (gas or diesel): Horsepower: Other Accessory Equipment: Location of Equipment: Storage Point: (name of community and address) Tree City U.S.A. This Proposal must be signed below in ink by a duly authorized agent of the Contractor providing the equipment and operator. (YOUR SIGNATURE MUST BE NOTARIZED WHEN SIGNING—SEE FOLLOWING PAGE.) Date £ 1 —' 1 toot y' B 5: 41gal\--"-� Signature �W1N IM• Crag T. Berggren �, Subscribed vnd sworn to before me Name(Please Print) al9 This day of ,, For: St. Croix Sweeping g Company 4� — Its: Pres . W z Title ia F The above quotation for Units No(s). is ,,,,,,,,. hereby accepted. P CITY OF ' IG S 4ok David Bea.. - Date Mayor / c/(5) cl Thomas M. Melena Date City Clerk yy CITY OF -. ; t,: . OAK PARK HEIGHTS ` °1Y ., y 14168 Oak Park Boulevard No • P.O.Box 2007 • Oak Park Heights,MN 55082-2007 • Phone:651/439-4439 • Fax 651/439-0574 REQUEST FOR PROPOSALS CITY OF OAK PARK HEIGHTS 2001 STREET SWEEPING Notice is hereby given that the City Council of the City of Oak Park Heights, Minnesota is requesting proposals municipal street sweeping. Proposals will accepted until 12:00 Noon on Friday, March 23, 2001 at Oak Park Heights City Hall, 14168 Oak Park Boulevard North, PO Box 2007, Oak Park Heights, Minnesota 55082, for the sweeping of all municipal streets three times per year. The proposal will cover the early spring (March/April) sweeping, early summer (May-June) and fall sweeping (September-October) in 2001. Street sweeping will include the cleaning of storm sewer inlets and manual cleaning of tight corners or other points on the street which the sweeper is not able to access. All sweeping events are to be based on conditions of the streets. Any event may be partially or fully cancelled or additional sweeping can be added as needed. Proposal forms can be obtained by calling 651-439-4439. Proposals are to be faxed to 651-439-5074 or mailed to the Oak Park Heights City Administrator at the PO Box. Contractors may submit quotations detailing the number and types of equipment and hourly cost for each piece of equipment with qualified operator. Proposals are to are to include the estimated total time (in days)required for an early spring sweeping, early summer sweeping and fall sweeping. Proposals will also include the per yard disposal cost for spring and summer sweepings (consisting primarily of sand and road grit) and fall sweepings (consisting primarily organic material). Disposal of sweeping must comply with current Minnesota Pollution Control Agency regulations and applicable Washington County regulations. If temporary local storage of sweeping is proposed the location of the temporary site must be disclosed and meet applicable State and County regulations. Only contractors using"Elgin Pelican" or"Wayne 993" or equivalent will be considered as qualified contractors. Units must use water spray system. The City contains approximately 20 miles of streets. Maps of the City can be obtained from the Jay Johnson, Public Works Director, 651-439-4439 ext 223. Starting and completion dates to be specified based on weather conditions by the Public Works Director of the City of Oak Park Heights. It is understood that the City reserves the right to reject any and all quotes to waive informalities, and to award the agreement to the best interest of the City. No quotations shall be withdrawn for a period of thirty (30) days after opening by the City. Dated this 14th day of March, 2001. ' --_____-)___c)) ..,.,-- \\I■Y\rc, := ,___ Thomas M. Melena City Administrator Tree City U.S.A. 4 k ENCLOsuRE Oak Park Heights Request for Council Action Meeting Date April 22, 2008 Agenda Item Title Award Street Sweeping Contract Time Required 0 min Agenda Placement Consent Originating Department/Requestor Public Works Director/ Tom Ozzello Requester's Signature , < '.. _ - �! r Action Requested Award Street Sweeping Contract Background/Justification The City of Oak Park Heights has previously solicited contract services for Street Sweeping. In 2004 we had a contract with St. Croix Sweeping for yearly sweeping (spring/fall) and other services. The 2004 proposal included and identified all costs and service provided. St. Croix e p p p Sweeping has agreed each year to extend the contract under the existing terms and conditions. The City of Oak Park Heights has no issues with St. Croix's service but the city's interests require we revisit contracts from time to time to verify the city is current on costs and service standards. The City of Oak Park Heights advertised in the Gazette for submittal of quotes for Street Sweeping Service and three other items. The RFP was developed (attached) and p osted to the web site along with bid forms and the proposed contract. The City of Oak Park Heights has received two quotes for the above service (price sheet attached) from Danielson Maintenance (doing business as Gator Maintenance) and St. Croix Sweeping. Payments under this agreement are based on hours of various equipment operation and spring and fall disposal costs. The city also had discussion with McPhillips, but no submittal was received. Company/Cost Sweeper Skidsteer disposal Truck Gator Maintenance $110/Hr $110/Hr $7/$7/yard ? St. Croix Sweeping $69.50/Hr $65/Hr $1.75/$5/Yd $42/65 sngle/tndem We recommend the city enter a contract with St. Croix Sweeping for the 2008 Street Sweeping services. Recommendation Based on City staff review of quotes, costs and service performance We request Council Award the 2008 Street Sweeping Contract to St. Croix Sweeping. ti REQUEST FOR PROPOSALS CITY OF OAK PARK HEIGHTS YEARLY STREET SWEEPING Notice is hereby given that the City Council of the City of Oak Park Heights, Minnesota is requesting proposals municipal street sweeping. Proposals will be accepted until 12:00 Noon on Thurday April 17, 2008 at Oak Park Heights City Hall, 14168 Oak Park Boulevard North, PO Box 2007, Oak Park Heights, Minnesota 55082, for the sweeping of municipal streets and parking lots two times per year. The proposal will cover the spring(March/April/May) sweeping and fall sweeping (September- October) in 2008. The proposal may be extended on a year to year basis for up to three additional years. Street sweeping will include the cleaning of storm sewer inlets and manual cleaning of tight corners or other points on the street which the sweeper is not able to access. All sweeping events are to be based on conditions of the streets. Any event may be partially or fully cancelled or additional sweeping can be added as needed. Proposal forms can be obtained by calling 651-439-4439. Proposals are to be the City of Oak Park Heights,Public Works Director, at City Hall prior to noon on April 17, 2008. Contractors may submit quotations detailing the number and types of equipment and hourly cost for each piece of equipment with qualified operator. Proposals are to include the estimated total time (in days) required for a spring sweeping and fall sweeping. Proposals will also include the per yard disposal cost for spring and summer sweepings (consisting primarily of sand and road grit) and fall sweepings (consisting primarily organic material). Disposal of sweeping must comply with current Minnesota Pollution Control Agency regulations and applicable Washington County regulations. If temporary local storage of sweeping is proposed the location of the temporary site must be disclosed and meet applicable State and County regulations. Only contractors using commercial grade equipment will be considered as qualified contractors. Units must use water spray system. The City contains approximately 24 miles of streets. Maps of the City can be obtained from the Tom Ozzello,Public Works Director, 651-439-4439 ext 223. Starting and completion dates to be specified based on weather conditions by the Public Works Director of the City of Oak Park Heights. It is understood that the City reserves the right to reject any and all quotes to waive informalities, and to award the agreement to the best interest of the City. The City's best interests include responsiveness, rates, contractor experience, and references.No quotations shall be withdrawn for a period of thirty(30) days after opening by the City. Dated this 26th day of March, 2008. Tom Ozzello Public Works Director tom• "reVit AMP/%✓71C-A/ANCZ. SCHEDULE OF PRICES The undersigned agrees to furnish one of the pieces of equipment described on the preceding pages in accordance with the terms of this proposal and agreement at the rates entered below at such time as they may be requested by the City. Contractor may propose one or more of each type of equipment,disposal costs and sites and specifies the location of any temporary holding site for street sweepings. A quotation may be rejected if any alteration or erasure is made in entering the rates. Quotation rates must be entered in ink or typewritten. lUnit No. Type of Equipment Rate Per Hour 3o r "nMW I000 e,AM lactleoca.ATI46 Are t I to.o0 3oZ. Thwtto U*0 -Q N4-61n A32 S04122k4. 4 )ti)." SIC1 Bogovr s -r-ic Slc-tosrrert.. t 90 O° 51c-2- t3ogcAr S- r7& Ski osr $ 90.00 Disposal Cost: Early Spring Sweeping Disposal Cost: $ 7.oa per yard or$ per ton Disposal Site: 143 RA(4123+ Ti•Acic/,J4 /WC, Fall Sweeping Disposal Cost: $ 7.00 per yard or$ per ton Disposal Site: MS KAtAvot Temporary Storage Site: Tab R4 Grr i 04.parag, 14€14 E►rs Please include all equipment that may be used for this work, i.e. sweeper, bobcat,truck, etc. Also include any weight restrictions for spring work in your calculations and any permits or water use permits required. 4 Sr-, Croix SLA. /,)/6 SCHEDULE OF PRICES The undersigned agrees to furnish one of the pieces of equipment described on the preceding pages in accordance with the terms of this proposal and agreement at the rates entered below at such time as they may be requested by the City. Contractor may propose one or more of each type of equipment, disposal costs and sites and specifies the location of any temporary holding site for street sweepin g. A quotation may be rejected if any alteration or erasure is made in entering the rates. Quotation rates must be entered in ink or typewritten. Unit No. Type of Equipment Rate Per Hour 1 Elgin Sweeper $69.50 2. Single Axle Truck $ 42.00 3. Tandem Axle Truck $60.00 4. Skid Loader $ 65.00 Disposal Cost: Early Spring Sweeping Disposal Cost: $__1.75 per yard or $ per ton Disposal Site: Miller Fall Sweeping Disposal Cost: $ 5.00 per yard or $ per ton Disposal Site: Raleigh trucking Temporary Storage Site:none Please include all equipment that may be used for this work, i.e. sweeper, bobcat, truck, etc. Also include any weight restrictions for spring work in your calculations and any permits or water use permits required. Gary Berggren 651-488-0109 09/90/01 07:46A P.001 a'7."(I." ' itk ULJYOL "- A CORD CERTIFICATE OF LIABILITY INSURANCE 0 DATE(MMAD/YV) 3/30/2001 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 O Ins . Center Of Buffalo ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4 P.O. Box 458 COMPANIES AFFORDING COVERAGE _„ �..- S Buffalo, MN 55313 COMPANY A Milwaukee Mutual Ins. Co. - NSURED COMPANY Greenbrier Landscape, Inc., St. Croix B (A continued) Unitrin Ins. Co. Snow Removal and Sweeping COMPANY P.O. Box 543 C Stillwater, MN 55082 COMPANY 0 I 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 TYPE OFNSURANCE POLICY NUMBER POUCY EFFECTIVE POUCYExPWATION LIMITS LTR DATE(MYI/DDA'Y) DATE(MMODNYI GENERAL LIABILITY BODILY INJURY OCC E X COMPREHENSIVE FORM BODILY INJURY AGG S X PREMISESIOPERATONS PROPCRTY DAMAGE OCC 5 - UNDERGROUND Pi10PERTY DAMAGE AGG S X EXPLOSION K COLLAPSE HAZARD . / A X PRODUCTS/COMPLETED OPER at b PD COMBINED OCC S 1, 000, 000 BI x coNT AcTVAL CPP30697360182 08/21/00 08/21/01 Ea4PDCOMeINEDAGG 52j 0001 000 X INDEPENDENT CONTRACTORS PFRSON?U INJURY A00_ S 1, 0 01Q, 0 0 0 X DROAD FORM PROPCRTY DAMAGE Med Pay 5,000- - X PERSONAL INJURY AUTOMOBILE LABILITY BODILY INJURY y — (Pe/swoon)_ANY AUTO ...-..._. ALL OWNED AUTOS(PFMN Pore) BODILY INJURY S ALL OWNED AUTOS (Per aaJGeM) (Omer than Pnwle Passenger) A X HIRED AUTOS CPP30697360182 08/21/00 08/21/01 PROPERTY DAMAGE S X NON.OWNED AUTOS • GARAGC LIABILRY BODILY INJURY 8. _ PROPERTY DAMAGE S x Scheduled auto COMBINED 300, 000 EXCESS usuuury EACH OCCURRENCE S _ ,-- UMBRELLA FORM AGGREGATE E 011-TER THAN UMBRELLA FORM 1 5 ( WORKERS COMPENSATION AND X I'IQNYLIMi$ I )Ot` EMPLOYERS' LITY EL EACH ACCIDENT $10 0, 000 A THE PROPRIETOR/ E ,Ncl WC30697360182 08/21/00 08/21/01 EL DISEASE.POUCYUMTT S PPARTNERS/EXECUTIVE OFFICERS ARE X 1 ExCL EL DISEASE.EA EMPLOYEE S OTHER DESCRPTION OF OPERATION SILOCATIONSNEHICLESISPECIA L ITEMS Landscape Contractor, Incl. Snow and Sweeping Operations *Except 10 days for non-payment of premium CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of,tOak Park Heights EXPmAT.N DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 14168 N. 57th St. *3 0 DAYS WRITTEN NOTICE TO THE CERTIFCATE HOLDER NAMED TO THE LEFT. P.O. Box 2007 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABLITY Oak Park Heights, MN 55082 of I. P KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Attn: Public Works AUTHO• REPREAENT NE 1Fax: 651-439-0574 400 ACORO 237N'(1155) .. A ACORG CORPORATION 1988 Gary Berggrero 6S1-486-0109 03/30/01 07:40A P.001 ACORD, CERTIFICATE oATE(MMIDOrrr) ATE OF LIABILITY INSURANCE. 03/30/2001 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 Oak Park Agency, Inc. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4134 Lexington Ave. N. , Ste 2306 ..,COMPANIES AFFORDING COVERAGE Shoreview, MN 55126 COmeAJY (651) 486-0108 A__� Milwaukee Mutual Ins. Co. - NSURED COMPANY Greenbrier Landscape, Inc., St. Croix 8 .(A continued) Unitrin Ins. Co. Snow Removal and Sweeping COMPANY P.O. Box 543 c Stillwater, MN 55082 COMPANY D J COVERAGES : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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 OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS _ . CO TYPE OF INSURANCE POLICY NUMBER POUCY EXPIRATION LIMITS LTR DATE(MN/DO/Yr DATE(MMIDONYI GENERAL LIABILITY BODILY INJURY OCC S X COMPREHENSWE FORM BODILY INJURY AGG 3 x PREMISES/OPERATIONS PROPERTY DAMAGE OCC 3 UNDCRGROUND PROPCRTYDAMAGCAGG S XEXPLOSION 3 COLLAPSE HAZARD r.._ _,,.__._ ___ _._..._.......... A X PNODUCTSICOMPLETED OPER IN&PD COMEeNCD OGG 3] 000 000 X CONTRACTUAL CPP30697360182 08/21/00 08/21/01 Bla PO cONSINCO AGG 32/ 000, 000 X INDEPENDENT CONTRACTORS PERSONAL INJURY AGG E1, 0 0 00, 0 0 0 X BROAD CORM PROPERTY DAMAGE MEd ...Pax.................. ` ,000. x^ PERSONAL INJURY AUTOMOBILELIABLRY klQOIIY INJURY E ANY AUTO (Per porcon) ..ALL OWNED AUTOS(Priwre Pews) BODILY INJURY ~— ALL OWNED AUTOS (Per AOtldeni) E (Omer mm Privet('PAemengel) _..._. A x HIRED AUTOS CPP30697360182 08/21/00 08/21/01 PNOPENTY DAMAGE E X NON-OWNED AUTOS GARAGE LIABILITY BOOR.Y INJURY A —x Scheduled auto PROPERTY DAMAGE GC 8300, 000 ENCESS LIABLTTY EACH OCCURRENCE 3 UMBRELLA FORM AGGREGATE 3 '! OTHER THAN UMBRELLA FORM 3 ■ WORMERS COMPENSATION AND X 1 ITORYLIMITS I HOC eAMOYFAS•IJABLRY EL EACH ACCIDENT 3 1 O O, 000 A THE PROPRIETOR/ (NCI. WC 3 0 6 9 7 3 6 018 2 08/21/00 0 8/21/01 CL DISEASE•PoucY LRAM S PARTNERSiEXECUTNE --I 1 OFFICERS ARC X I CXCL CL DISCASC•CA C PLOYCC S OTHER DE$CROTION OF OPERATIONSnACATCNENMIIICLE SSPECWL ITEMS Landscape Contractor, Incl. Snow and Sweeping Operations *Except 10 days for non-payment of premium _______-_, CERTIFICATE:HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE City offtOak Park Heights EXPIRATION DATE THEREOF, THE ISSUING COMPANY WLL ENDEAVOR TO MAIL 14168 N. 57th St. *1 n DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, P.O. Box 2007 BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLATION OR LIABLRY Oak Park Heights, MN 55082 OF A KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Attn: Public Works AUTH a./r`REPRE T. NE 1FaX: 651-439-0574 .. ACORD 2641(1196) a ACORD CORPORATION 1988 • • March 30,1999 Aeigna, CERTIFICATE OF INSURANCE 15U?DATE tIAMgri, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFO4MATION ONLY 4N0 CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE Insurance Center of Buffalo q-,14-ed) DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE PQMPES P.O.Box 458 • Buffalo,MN 55313 COMPANIES AFFORDING COVERAGE. Milwaukee Mutual Ins.CO. COMPANY • iFfi,ER P. COMPANY "isuRE°Greenbrier Landscape,Inc.St.Croix Snow RemovalLiii14FSweping Attn:Craig Berggren COMPANY e. APR 8 1999 P.O.Box 543 LETTER 'm • - Stillwater,MN 55082 compoly COMPANv r LETTER L. •COVERAGES i$TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE tINSURED FOR Tt-; rOLICY PERIOD INDICATED,NOTWITH.SrANOrNO ANY REQUIREMENT,TERM OR cONINTioN OE ANy CONTRACT OR OTHER LIOCIV,AEN3 W47H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTART THE INSURANCE AFFORDED SY THE POLICIES CIESCRI:3EE,p4ERFiN 5 StieJEC1 13 AU IHE TERMS, • ncuustoNs AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE SEEN REDUCED av PAID 'Co POLICY EFFEeme poocx EXPIRY:VI:1N TYPE OF INSURANCE POLICY NUMBER 2,000,000 LTR A x DATE;MMIDD:Y V) DATE • GENERAL LIABILITY 1,000,000 camAtERcIAL GENERAL.Lit43,11-v CPP30697360001 8/21/98-99 1,000,000 CLAIM'S'MADE UCCA 1,000,000 OWNERE. CONTRACTOR PRC:1' 100,000 5 300,000 AUTOMOBILE LIABILITY ANY AUTO ALL oviNED ALTG.k. X SCrEDLAID A-)tO 5 X MINED AC TOS NDNOM3ED T CS GARAGE LIABILI I 7 ExcEss woman. omeraeLLA POEM 011,ER`•NAN omeEt4Ao WC 30697360080 8/21/98-8/21/99 100,000 xwoRKER-5,c ,,, AND EMPLOYERS'LIAINury *INCA OPHALIONSiLDCATION .VEMCf..E$,EFECiAL IThI *ricept 10 days tor non-payment. Landscape Contractor CERTIFICATE HOLDER CANCELLATION 6t=f7../qt. , ;•' f•AA11.3° „ ' • '1 ; City of Oak Park Heights LET H Ai, , r . 14168—57th Street N. AvvlomzED Oak Park Heights,MN 55082 *CORD 254 March 30, 1999 Gary R.Berggren IT/S01 AcrY'.) -040FLA ?ON 19,,,c • \ u L_A . • ■ (L\-Irc QI;""-cl (tip ��� ,c (2,0 orrts) Q9cy 14 4-oC c't- Coca., 7 (.0,a 4 vc ‘. (-(4,cs, us.)vt I 11 I . : CITY F I ' . .. . . ,... , . OAK PARK HEIGHTS --. ` ''&"`- y- 14168 N. 57th Street•Box 2007 •Oak Park Heights,MN 55082 • Phone: (612) 439-4439 •FAX 439-0574 . Ap ril 15, 1998 Allied Blacktop Company Attention: Peter M. Capistrant 10503 89th Avenue North Maple Grove, Minnesota 55369 Dear Mr. Capistrant: Thank you for your bid submittal for street sweeping in Oak Park Heights. The City Council, however, approved a bid for another contractor at its April 14 Council meeting. Thanks again for bidding and we look forward to future contact with your company. Very truly yours, . \N------.,,..L.,) _ Thomas M. Melena City Administrator Tree City U.S.A. ALLIED BLACKTOP COMPANY BITUMINOUS CONTRACTORS April 9, 1998 City of Oak Park Heights Attn: City Administrator,Thomas Melena 14168 North 57th Street Oak Park Heights, MN 55082 Re: 1998 Street Sweeping Quote Dear Mr. Melena: Thank you for the opportunity to quote your 1998 Street Sweeping. We respectfully submit the following proposal: Fleet of up to Eleven-Elgin Pelican-Pickup style sweepers manufactured between 1980 and 1997. Our rate is$62.45 per hour.To sweep city streets and lots. Fleet of up to Sixteen -Ten Cubic Yard-Tandem Dump Trucks. Our Rate is$46.00 per hour.For hauling sweepings from sweepers to City's disposal site. Contractor disposal of sweepings is negotiable. Rates contingent on composition and quantity of sweepings. Contingent on cooperative weather while sweeping in the other municipalities currently under contract,we should be able to begin your Spring sweeping in late April or early May. Summer sweeping is dependent on availability of sweepers. Availability for Fall sweeping should not be a problem. Allied's sweeper operators arc top quality union professionals, most of whom have been with us for many years. All of our operators have the ability to complete minor repairs on their machines. We also employ four full time mechanics who have the use of a mobile repair truck equipped to complete most repairs on site allowing for minimal down time should a breakdown occur. opportunity of taking care of Townships professionally operated. We are looking forward to the Our brooms are late model, t conditioned, and g p s eping needs in 1998. Thanks again for the consideration you have given Allied Blacktop. Sincerely, Peter M. Capistrant Allied Blacktop Company 10503 89TH AVENUE NORTH, MAPLE GROVE, MINNESOTA 55369 PHONE (612-425-0575) FAX (612-425-1046) - • CIT' F } OAK PARK HEIGHTS 14168 N. 57th Street Box 2007 Oak Park Heights,MN 55082 •Phone: (612) 439-4439•FAX 439-0574 April 15, 1998 Asphalt Surface Technologies Corporation p � A/K/A Astech Corp. Attention: Mary L. Popp PO Box 1025 St. Cloud, Minnesota 56302 Dear Ms. Popp: Thank you for your bid submittal for street sweeping in Oak Park Heights. The City Council, however, approved a bid for another contractor at its April 14 Council meeting. Thanks again for bidding and we look forward to future contact with your company. Very truly yours, Thomas M. Melena City Administrator Tree City U.S.A. • • CITY OF OAK PARK HEIGHTS PROPOSAL SUPPLYING CERTAIN STREET SWEEPING SERVICES To the City of Oak Park Heights: The undersigned, having studied the specifications, dated March 16, 1998, including Addenda No. ,hereby proposes to furnish materials in accordance with the above-referenced specifications, on file with the City Administrator, as follows: Price ITEM A: Assumes using City hauling truck and disposal at City dumping site * Initial Spring Sweep: Estimated Hours, Total Cost& Cost/Hr. 62 /Est. Hours $ 3,720.00/Lump Sum $ 60.00/Per Hour * Summer Sweeps: Cost Per Sweep 50 /Est. Hours 1 sweep only (June) Estimated Hours, Total Cost& $ 3,000.00/Lump Sum Cost per Hour $ 60.00/Per Hour 2 sweeps (late May/early June and Late July/early August) Estimated Hours,Total Cost& Cost per Hour. $ 6,000.00/Lump Sum $ 60.00/Per Hour * 1 Fall Sweep: Estimated Hours,Total Cost& Cost per Hour 70 /Est. Hours $ 4,200.00/Lump Sum $ 60.00/Per Hour * Periodic partial sweeps as necessary: Cost/Hr. $ 60.00/Per Hour ITEM B: Assumes using contractor's truck and disposal at City site * Cost of hauling by contractor,using contractor's vehicles,to City dumping site 232 /Est. Hours Calculated as lump sum and additional cost of truck per hour: $ 9,744.00/Lump Sum $ 42.00/PerHour ITEM C: Assumes using contractor's truck and disposal at non-City site * Cost of disposing of debris by contract at non-City site: $15,000.00/Lump Sum * Lump sum contract cost and spread on cost per hour $ 42.00/Per Hour ITEM D: * Cost for same sweeping specifications if contract is extended through 1999 Same as 1998 Insurance Certificate(s)Enclosed: YES • • Oak Park Heights Street Sweeping Proposal-2 Any deviation from specifications must be clearly noted; otherwise, it will be considered that this bid is in strict compliance, and bidder will be held accountable for all times. Deviations: ---none--- In submitting this bid it is understood that the City retains the right to reject any an all bids and to waive irregularities and informalities therein and to award the contract to the best interest of the City. In submitting this bid it is understood that payment will be by check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. P g Respectfully submitted, Date: April 9, 1998 Asphalt Surface Technologies Corporation a/k/a ASTECH Corp. Name/i u idder , .05, Signature / Vice-Presiden Title • Mary L. Popp Printed or Typed Name of Signer P. 0. Box 1025 Address St. Cloud, Minnesota 56302 City, State &Zip Code 320/253-9977 Telephone Number y�HIE 1.t- 'ti7i t: 4 H,.._01-6_,1 H i IYt�, b 1.'_ _U 1ak1'_ r-.L .. ,,,,,;,L, MDO■Ripa CERTIFI TE OF INSURANCE CATE(MNFDDIYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION a 4 n r A< ,.f �,t; n.,o s n+- ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE "x 'j""" HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 7701 YO }. Ave . 5, S t.^ ?,0c-,1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mi:^^.. ;;1i MN 554-2.5 COMPANIES AFFORDING COVERAGE COMPANY 612-230-3000 A _---T rC eG-_.l °rr Tic.u.._.iaic°__rn . ._ .__—. INSURED COMPANY ?CTLCM Corp B Dopheal t S.,ur??..^.c Techro g .__.. :�..L.+aau.i a. ., .. .... i^v1�..•°.1S ; COMPANY P. O. RI 17. 1.025 C St. Cloud MN 56302 COMPANY .._._--. ' 0 COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED SELOW 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 HEREIN IS SUBJECT TO ALL THE TERMS. - -- _ HAVE BEEN EFFECEIDVECP4U V EXP RA 14N CLAIMS.- -- ..._..... .. - ----� c0 ! MAY ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY L R i TYPE OF INSURANCE POLICY NUMBER LIMITS DATE(MM10OrYY) DATE(MM ODNY) �GENERAL LIABILITY ' •� 1 20,000„,-,1 i GENERAL AGGREGATE 13 r, XI COMMERCIAL GGNERAi,_IA(31LITY C0709K1869 1.)15;9 g 1 /15 /OQ',PRGDUCTS•COMP;CPAGG ' S , .,.2GI00I��J>. i _i CLAIMS MAD XI OCCUR I P—SONAL&AOV INJURY > 1/A�9eAP I r•r• 1+_1 OWNER'S&CON"PROT EACH OCCURRENCE 3 2 00000 0 1 i RRE DAMAGE(Any ore(re) 3 - ?0000, MED EXP(Any one pCrrpn) $ 500 s AUTOMOBILE uA6luTY pal 1AUSIANYAuTO 8709K1.857 1/1 /9.8! 1 X1 5/nn COMBINEDSINGLtLIMIT .>_-- Tre I +ALL OWNED AUTOS BODILY INJURY V iPtlr person) —____-__._. :� SCHEDULED AUTOS 1 . HIRED AUTO`' BODILY INJURY ,, i NON-OWNED AU.'05 IRcr acc,denl) '' —. ___.. _.._._.._. r — — I l PROPERTY DAMAGE i:i _GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 1 5 1 ANY O OTHER THAN AUTO ONLY: EACH ACCIDENT _ AGGREGATE I; ^L 00 l EXCESS LIABILITY i � ' EACH OCCURRENCE .) 200000f f AF-At UMBRELLA FORM Oun7e9K1 P70 1 /15/98 1/15 99 AGGREGATE .- _`i--2Qe0.0.00 1 OTHER THAN UMBRELLA FORM 91 WORKERS COMPENSATION AND 1 [ STATUTORY LIMITS. - -- • EMPLOYERS'LIABILITY EACH ACCIDENT___- (;-.. -_ THE PROPRIETOCu iI INCL DISEASE-POLICY LIMIT _ 9: ' PARTNERS+EXECUTIVE --"1 1,OFFICERS ARE: L EXCL DISEASE•EACH EMPLOYEE ; }OTHER 1 I 4 1 1 DESCRIPTION OF OPERATIONS.LOCATIONSIVEHICLESIPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION �{ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE CITY OF OAK PBDT! HETftH C� �.•A •��!,Vi s..•.. r a T s+ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO AIL SUCH NOTICE SHALL IMPOSE NO OBLIGAVN OR LIABILITY OF • UPON THE COMPANY, ITS AGENTS 4EPRE"a;rg__LYES. AUTHOR! 0 r PRESENTATIVE ACORD 25-S(3193) c-- C i '1 QR tP O RATION 1= r- ©© icr ao `� !+ vT� rz.v v r , �c `\ `�j,a ." ., DATEIMM/1�PNY) <3 ri[Frf-:: '.N.`•,'Zx:,,c,0),..C:\'((((4\4'�M '.�.`..s.;r..Z1N \V,M'.V „ ; :�\\\,.iV,\\1 \ t rem.: !,A, `„.. ),..*:0 'A ;75. 1/20' 8 h. ))ff MODUCER THIS CERT(PIC• " IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE EC FACKI EA, INC, HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. BOX 47365 III e_e :. !RDEDAY THE POLICIES BELOW. PLYMOUTH MINNESOTA 55447 COMPANIES AFFORDING COVERAGE (612)797-0888 COMPANY QUALIFIED SELF INSURED STATE OF MINNESOTA INSURED ASTECH CORPORATION _ COMPANY P.O. BOX 1025 B -- ST- CLOUD, MINNESOTA 56302 cOMaANY C --- (324)253-9977 L COMPANY D A2,Atkattt T atig Y tiZtAt. ,PI:gi\ w•\`Ii t�4:a-r� -� ,' %ahktet kitt\ n a'. AWA a�tq� ; 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 B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, { I CO f I POLICY'cFFECTNE POLICY EXPIRATION I OMITS I.TR i TYPE OF INSURANCE POLICY NUMBER DATE(MMIODIYYI DATE(MM10D(YY) _ 1 GENERAL LIABILITY , T GENERAL AGGREGATE i f COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO.I..$ ' I CLAIM MADE in OCCUR : i 1 PERSONAL 8 ADV INJURY $ OWNER'S&CONtTRACTUR'S PROT EACH OCCURRENCE S i ` FIRE DAMAGE (Any one five) i$ ( 11 MED E7 paten)(AA One AUTOMOBILE LIABILITY I..._, Y I u COMBINED SINGLE LIMIT S ANY AUTO 1 — _ ALL OWNED AUTOS i GODLY INJURY $ I SCHEDULED AUTOS (Per person) 1--- HIRED AUTOS BODILY INJURY S NON-OWNED AUTOS. (Per accident 1 PROPERTY DAMAGE S i GA,RAGE LIABILITY 1 AUTO ONLY•EA ACCIDENT $ 1 ANY AUTO OTMEt TITAN AUTO ONLY: _ 1 I EACH ACCIDENT S 1_ {I AGGREGATE S EXCESS LIABILITY 1 LEACH OCCURRENCE S 1 UMBRELLA FORM { III---AGGREGATE S OTHER THAN UMBRELLA FORM $ rwoRKER`S COMPENSATION AND SELF INSURED STATE OF MN 1-15-98 1-15-99 X teR M III OM- ER A I EMPLOYERS'UAaILIr( EL EACH ACODENT ,$ 2 000 000 I THE PROPR Erow 1 IM11CL NAG 013686500 I i EL DISEASE-POLICY UMIr 1 5 2,000,000 FIJIIT:ER:/EY,ECtRNE I ! Et.DISEASE•EA EMPLOYEE, 5 2,000,000 000,000 OFFICERS ARE: EXCL OTHER 1 I DESCRIPTION OF OPE.RATI 3PTS7R5OAT(ONSNE-H(CLc5I5PECIAL ITEMS �,,7`' .Srr.: . . s4'.:.- .:e �i ,5• ''v�:o>'}..L� ,'i, �ry;�. :y GB •„"- i crs�Y ..,fir,•; 29Kig,t t . ..�. „2,,IIn� f�.;6 A ,�i�:?�'S'r , �'x+N? ,��22;;�/ +.?,„ � .f'� �i.... .,k1tI . -i`r.i�t2L•'A•.(�. Yt. �< '4yier �i IL: W ,tlitr. `.;,[i<bw•,'��.-i�> w.o,-vr.0 C:T.%'�:�<:� •'o,C.'?ah,.^w, ':�5's. SHOULD ANY or THE A.BCVE DESCRIBED POLICIES OE CANCELLED BEFORE THE . .FOR PROOF OF COVERAGE ONLY - TO BE ISSUED EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO WAIL IN THE NAME OF CERTIFICATE HOLDER PER 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. CONTRACTS RECEIVED. . . BUT FAILURE TO IL SUCH NOTICE SHALL IMPOSE NOO8UGATION OR LIABILITY OF ANY KIND i P•N ,(( CO •1 Y ITS AGENTS OR REPRESENTATIVES. AUTHORIZED - N • N �+f •::a--r , rr: .,., :a r. ,. ;°r:;a. w free(' r'1 ,q•" f,::..-r:, �py-ry s ' +9i, �``. I rr fi,: �Vaa< a rv'' . ir„}try�..•M`f� I 14,7.1 ,`, i, '„ (�{� �ka .:se I« H. '•i' d d t l,•'J•* N f,- 2% �{,�QY _��-3y YT��^ F �q/�3' � �� F.2'L l`'•�' f L��" l 's�GV,SK Yd:.11 'aka � (' ��`.f+1w.�.wrA...a -�}w A:lv iY�i�!!.,'�Tl�f.�:I� �.-:�r J.�1.`K•;�l�f�S�i�'rrF.�.,..'°5:�;: «;a ���7 Nh:�7f Y. tdA+� y - 411 110 Astech Corporation )4/08/98 E Q U I P M E N T M A T E R L I H;QUIPMENT NUMBER D E S C R I P T I O N SERIAL NUMBER CE040 1982 ELGIN PELICAN SWEEPER S3531 CE041 1989 ELGIN PELICAN SWEEPER 86825-D 0E042 1973 ELGIN PICK-UP SWEEPER 81977D CE043 1980 ELGIN PICK-UP SWEEPER S4162S CE044 1981 ELGIN PICK-UP SWEEPER S4817D CE045 1990 ELGIN PICK-UP SWEEPER P05468 CE046 1987 ELGIN PELICAN SWEEPER 363185 CE047 1979 ELGIN PELICAN SWEEPER 34071S CE049 1986 ELGIN PELICAN SWEEPER S6119D CE400 1984 ELGIN PELICAN SWEEPER S5652D Norther �-�•>�a jaw s • y�_„� Outdoor L !? g 1971 Gate .,oulevard , Arden Hill 1. 551A I 1 2000 July 10, 2000 Ms. Kim Kamper City of Oak Park Heights 14168 Oak Park Boulevard Oak Park Heights, MN 55082 Dear Ms. Kamper, Please find enclosed a copy of the Oak Park Heights Outdoor Lighting Contract for your records. NSP Outdoor Lighting has a strong commitment to continue as your partner and to provide you with extraordinary customer service. I have initiated the material order request and will contact you with a scheduled ship date as soon as I receive it from the manufacturer. Please feel free to contact me at 651-634-7806 for further assistance. I am excited about the opportunity to continue working with you on all your outdoor lighting needs and I look forward to meeting with you again. Sincerely, ohn K. Olson Lighting Consultant Enc: Outdoor Lighting Contract Outdoor Lighting Contract 1 In consideration of NORTHERN STATES POWER COMPANY,hereinafter called"NSP"extending its facilities to make outdoor lighting services available to: ft (Customer)City of Oak Park Heights at(service address): 14168 Oak Park Boulevard t City)Oak Park Heights (State)MN (Zip Code)55082 ' l; the sum of Eight thousand eleven ,Dollars($8,011.00) " will be paid to NSP by(other than above)City of Oak Park Heights "f Address(other than above)PO Box 2007 (City)Oak Park Heights (State)MN (Zip Code)55082 in accordance with the following terms of payment: 30 Days after construction begins Service consisting of: Material and labor to install: 5—250 Watt Hatbox fixtures mounted on 30' round aluminum poles on 8"screw in anchor bases. Color of fixtures and poles are dark green(RAL6009) Paint two(2)existing 30' round aluminum poles and two(2)Hat box fixtures to RAL6009 green. Underground conduit and cable to be installed by the City of Oak Park Heights. All restoration to be completed by the City of Oak Park Heights. This is a customer owned and maintained system which will be metered off the City Hall house meter. NSP to remove and retain two existing Vernon style fixtures,poles and bases currently installed on Oak Park Boulevard per the Cities request. Dated this ) day of J"ly 20 00 Dated this'? day day of 3t( 20c0 Customer: City of Oak Par Heights Northern States Power Company 0 By: Title: City Administrator Title: onsultant NSP Rep: John K. Olson Date: -7/74. Div: NSP Proj/Sery No: 9.rG c94t- 444_ Total Amount Paid: Page 1 of 3 fir Outdoor Lighting Contract SERVICE AGREEMENT 1. The customer hereby grants NSP the right, privilege and easement to install, operate and maintain its underground facilities on the property as described above and/or the approximate location as shown on the attached exhibit. The entire ornamental street lighting system including underground cables, conduit,posts, lamps,ballasts, starters,photocells, and glassware installed by NSP, shall be the property of NSP and any payments made by customer, or their contractor, shall not entitle the customer to any ownership interest or rights therein. ©(-17) T i�`.j F=Z r>''� ��"Tom" a yht) 3. The customer also agrees that,prior to NSP starting work: (a)the route of NSP's underground installation shall be accessible to NSP's equipment; (b) all obstructions shall be removed from such route at no cost or expense to NSP; (c) ground elevation along the route shall not be above or more than four(4)inches below the finished grate. 4. Customer agrees to pay all additional installation costs incurred by NSP because of(a) soil conditions that impair the installation of underground facilities, such as rock formations, etc., and(b) sidewalks, curbing, black top, paving, sod or other landscaping and obstructions along the cable route, such as extensive existing underground facilities, etc. NSP will backfill trench with existing soil. 5. Company is not responsible for any customer-owned underground facilities not exposed at the time service is installed. 6. The underground installation may be subject to a winter construction charge if it is installed between October 1 and April 15. Customer agrees to pay this charge if NSP determines winter conditions exist when the underground facilities are installed. NSP will waive the winter construction charge if prior to October 1st the customer is ready to accept electrical service, has executed this form and has notified NSP in writing that the requirements of paragraph#2 hereof have been fulfilled. 7. The customer agrees to pay the cost of relocating any portion of said underground facilities made to accommodate the customer's needs or required because of altering the grade, additions to structures, installing patios, decks or gardens or any other condition which makes maintenance of the company's facilities impractical. Standard Terms & Conditions: 1. Limitation of Liability. In no event shall either party hereunder be liable to the other or any party claiming through it for any reason whatsoever, including an action based upon contract, tort, strict liability or negligence or environmental claim for an amount in excess of the contract price, payable hereunder nor for any special consequential, incidental or other __ indirect damages of any kind. Buyer's role remedy hereunder shall be limited to a refund of the amount paid hereunder. Page 2 of 3 Outdoor Lighting Contract [-13 2. Indemnification. Buyer agrees that it shall indemnify and hold NSP fully harmless for any damages, losses,claims or actions, including actions grounded upon contract, tort, negligence, strict liability, or environmental claims, which NSP incurs as a result of NSP's performance hereunder or use of same equipment b Buyer or any third party. Vin¢.aacd,. 3. Force Majeure: Neither party shall be responsible for any delays in performance (other than E: ;F payment for services rendered)based on an event of force majeure. The party experiencing the event of force majeure, shall promptly notify the other party of its inability to perform under the contract as a result of an event of force majeure. Following receipt of said notice • by the other party, the obligations of each party(other than payment for service rendered), so far as they are affected by the event of force majeure, shall be suspended during, but not longer than,the continuance of the event of force majeure. The term"force majeure"as used herein shall mean an act of God, strike, declared war, civil unrest, public riot, fire, lightning, earthquake, storm, flood,explosion, government restraint, unavailability of equipment, and any other cause, whether of the kind expressly set forth herein or otherwise, which is not reasonably within the control of the party claiming the suspension. 4. Applicable Law. NSP shall comply with all applicable state and federal safety and health laws including, but not limited to, the Occupational Safety and Health Act of 1970 (OSHA) and all standards, rules, regulations and orders issued pursuant to such state and federal safety and health laws, and laws related to non-segregated facilities and equal employment opportunity(including the seven paragraphs appearing in Section 202 of Executive Order 11246, as amended). 5. Binding, Counterparts, Effectiveness, Notices. This agreement shall be binding upon the parties hereto and cannot be assigned, amended or modified except in writing agreed to by the parties. This Agreement may be executed in counterpart, and each such counterpart shall be deemed to be an original. 6. Governing Law. This agreement is governed by the laws of the State of Minnesota. The parties agree that Buyer may issue its purchase order to NSP. Buyer's purchase order shall be used solely for the administrative convenience of the parties and shall not constitute a part hereof. This Agreement shall be effective upon signature of customer and NSP. A copy of this Agreement shall be sent to the parties at the address indicated. Page 3 of 3