Loading...
IP #994 Rock removal KenLawn quoteQuote Project Manual For ROCK Removal and Mulch Replacement Prepared for: City of New Hope, Minnesota City Quote Project (3 Stantec May 2021 Stantec Project No. 193804335 SECTION 00 01 05 PROFESSIONAL CERTIFICATIONS I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. OA44-- . Dan D. Boyu , P.E. Date: May 26, 2021 License # 23451 END OF SECTION PROFESSIONAL CERTIFICATIONS C 2021 Stantec 1 193804335 0001 05 - 1 SECTION 00 01 10 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 - Procurement and Contracting Requirements Introductory Information 0001 05 Certifications Page 0001 10 Table of Contents Procurement Requirements 0011 16 Invitation for Quotes 0041 10 Quote Form Contracting Requirements 00 52 10 Construction Agreement 0061 13.13 Performance Bond SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 02 - Existing Conditions 0241 13 Selective Site Demolition SITE AND INFRASTRUCTURE SUBGROUP Division 32 - Exterior Improvements 32 93 00 Mulch END OF SECTION © 2021 Stantec 1193804335 Quote TABLE OF CONTENTS 000110-1 SECTION 00 52 10 CONSTRUCTION AGREEMENT ROCK REMOVAL AND MULCH REPLACEMENT THIS AGREEMENT, made on June 10, 2021, between the City of New Hope, a Minnesota municipal corporation ("Owner"), and Kenlawn Co a Minnesota Corporation, ("Contractor"). The Owner and Contractor agree as follows: The Contractor accepts the relationship of trust and confidence established between the Contractor and the Owner by this Agreement. The Contractor covenants with the Owner to furnish the Contractor's best skill and judgment to further the interests of the Owner. The Contractor agrees to furnish at all times an adequate supply of workmen and materials, and to perform the work in the best and most sound manner and in the most expeditious and economical manner consistent with good construction. 2. The Contractor hereby represents that it is licensed to do business and perform the acts required hereunder and will contract only with subcontractors that are similarly licensed in the State of Minnesota. 3. The Contractor shall perform the work in accordance with the attached Specifications for the price stated in Contractor's attached proposal. 4. Except as specifically set out in the Specifications, the Contractor shall provide and pay for labor, materials, equipment, tools, construction, equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the work. 5. The Contractor shall take reasonable precautions for the safety of its employees on the job site, and shall comply with all applicable provisions of federal, state, and municipal safety laws to prevent accidents or injury to persons on, about, or adjacent to the Project site. The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of work, necessary safeguards for the protection and workmen and the public. 6. The Contractor warrants to the Owner that all materials and equipment furnished under this Agreement will be of good quality and new, unless otherwise specified, and that all work will be of good quality, free from improper workmanship and defective materials and in conformance with the Specifications. The Contractor agrees to correct all work performed by it under this Agreement which proves to be defective in material and workmanship within a period of one year from the Date of Completion. 7. The work shall commence after contracts are signed and approved; a 48-hour notice is required before start of work. Work shall be substantially completed by August 20, 202) . Final Completion shall be S_epfiember 3, 2021. 8, The Owner, without invalidating this Agreement, may order changes in the Project within the general scope of this Agreement consisting of additions, deletions, or other revisions. The Contract Price and the Contract Time Schedule may be adjusted accordingly. All such changes in the project shall be authorized by written Change Order signed by both parties. 9. The Contractor shall purchase and maintain the insurance coverages and a performance bond. Insurance coverages shall be in accordance with the City's standard Contractor Insurance requirements and shall be submitted on ACORD 25 forms. Performance Bond shall be submitted on EJCDC form 1910-28-A. Contractor shall also be responsible for all claims under worker's compensation, disability benefit, and other similar employee benefit acts which are applicable to the work to,be performed. Certificates of Insurance acceptable to the Owner shall be filed with Owner at the Owner's request, prior to commencement of the work. 10. When required by Owner, and as a prerequisite to payment, Contractor will provide, in a form satisfactory to Owner, IC-134 forms as well as any partial lien or claim waivers and affidavits from the Contractor, its Subcontractors, Sub -Subcontractors, and suppliers for Contractor's completed work. CONTRACTOR: U By Its { OWNER: City of Ne Hope, Minnesota r By �„.. Its Mayor Affesf: 4 � � By r Its City Clerk SECTION 00 11 16 INVITATION FOR QUOTES Electronic quotes submitted via email will be received by Dan Boyum, Stantec, at dan.bovum(�,stantec.corrl until 11 A.M., Tuesday, June 8, 2021, for the Rock Removal and Mulch Replacement at which time and place the Quotes shall opened and reviewed. Rock Removal and Mulch Replacement In general, this Project will consist of removal of the existing rock in parking lot islands and installation of a new mulch. Direct inquiries to the Project Manager, Dan Boyum, at (651)-775-5098. Quotes may not be withdrawn for a period of 45 days after the date and time set for the Opening of Quotes. The Owner reserves the right to reject any and all Quotes, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Depending upon the amount of the quote, City Staff will consider award of a Contract by June 11, 2021. INVITATION FOR QUOTES © 2021 Stantec 1 193804335 0011 16 - 1 5 Stantec THIS QUOTE IS SUBMITTED TO: Dan Boyum c/o Stantec Via E-mail don.boyum@stantec.com QUOTER: f%LA-w oJ Co DOCUMENT 0041 10 QUOTE FORM ROCK REMOVAL AND MULCH REPLACEMENT PROJECT NO. 193804335 NEW HOPE, MINNESOTA 2021 QUOTE DUE: Tuei day, June 8, 2021 at 11:00 am The undersigned, being familiar with the local conditions, having made the field inspection and investigation deemed necessary, having studied the Drawings and Specification for the Work, including Addendum No.'s and being familiar with all factors and other conditions affecting the Work and costs thereof, hereby proposes to furnish all labor, tools, material, skills, equipment, and all else n cessary to complete construction of the Project in accordance with the Drawings and Specifications, as follows: BASE QUOTE - ROCK REMOVAL AND MULCH REPLACEMENT No. Item Units Qty Total Price PART 1 - GENERAL 1 MATERIALS AND LABOR NECESSARY TO COMPLETE THE SCOPE LS 1 $ OF WORK AS INDICATED ON THE DRAWINGS AND IN THE PROJECT MANUAL In submitting this Quotation it is understood that the Owner retains the right to reject any and all Quotations and to waive irregularities and informalities therein and to award the Project to the best interest of the Dwner. ROCK REMOVAL AND MULCH REPLACEMENT PROJECT NO. 193804335 Respectfully submitted, /4CNNc1_1 /"_ lApAk,(4 ,rr Name Signer (A (A F 0 2021 Stantec 1 193805181 00 41 10 - 1 1 QUOTE FORM PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address) OWNER (Name and Address): CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: SURETY (Name, and Address of Principal Place of Business): Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY (Seal) Contractor's Name and Corporate Seal Signature Print Name Title Attest: Signature Title Surety's Name and Corporate Seal LI-M Signature (Attach Power of Attorney) Print Name Title Attest: Signature Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 1 of 3 (Seal) Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2. 1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 2 of 3 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other party): EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.13 Paee 3 of 3 SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Complete removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. 2. Removal of existing rock in islands at the City Hall, Police Department/Fire Station, and Pool parking lots. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. This Work shall include the removal by hand of all rock in designated islands of all rock items encountered during construction while protecting existing curbing, pavement, irrigation, draintile cleanouts, trees, and plants and delivering all rocks to the New Hope Public Works Facility at 5500 International Parkway. 2. Payment will be by the lump sum as shown on the quote form. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2104 - Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS A. Remove: To take away or eliminate from the Site by any method selected by the Contractor, including disposal of material. B. Salvage: To dismantle, disassemble, or remove carefully without damage so the item can be re -assembled, replaced, or reused in a workable condition equal to that existing before removal. C. Abandon: To fill, bulkhead, or close off pipes and structures so that no settlement or flow can occur. 1.05 REGULATORY REQUIREMENTS A. Conform to MnDOT Spec. 2104.3, with the following modifications: 1. Dispose of all materials designated for removal outside the Site at locations selected and deliver to New Hope Public Works. 2. Stockpile or temporarily store materials designated for salvage at locations provided by Contractor. SELECTIVE SITE DEMOLITION © 2021 Stantec 1 193804335 0241 13 - 1 1.06 SCHEDULING A. Prior to starting Work, submit for review by the Engineer and approval by the Owner, a schedule showing the commencement, order, and completion dates of the various parts of this Work. B. Fill holes or depressions resulting from removal or salvage immediately. C. Provide temporary surface restoration for traffic continuity where removal or salvage operations are completed within streets, driveways, or parking lots. PART 2 PRODUCTS PART 3 EXECUTION 3.01 GENERAL A. Dispose of all items removed, except for those items identified to be salvaged or recycled. Said disposal shall be in accordance with all laws, regulations, statutes, etc. B. Perform removal work without damage to adjacent retained work. Where such Work is damaged, the Contractor shall patch, repair, or otherwise restore same to its original condition at no expense to the Owner. C. Remove debris from the work area as often as necessary, but not less than at least once at the end of each workday. Debris shall be placed in approved containers to prevent the spread of dust and dirt. D. Execute the Work in a careful and orderly manner with the least possible disturbance to the public and occupants of buildings. E. Fill holes resulting from removals consistent with Section 31 23 00. 3.02 EXAMINATION A. Meet with owners of signs to determine requirements for salvage, storage, and replacement. B. Develop plan acceptable to Engineer and postal service for maintaining mail service. 3.03 PROTECTION A. Take all necessary precautions to adequately protect personnel and public and private property in the areas of Work. All Site fencing shall be in place prior to the start of any removal work. B. All street signs, traffic control signs, guy wires, mailboxes, posts, wood fence, etc. which may interfere with construction shall be removed, stored safely, and replaced. C. Approved barriers or warning signs shall be provided as necessary. © 2021 Stantec 1 193804335 SELECTIVE SITE DEMOLITION 0241 13-2 D. Provide and maintain temporary protection of existing structures designated to remain where removal work is being done, connections made, materials handled, or equipment moved. E. Do not close or obstruct walkways or roadways. Do not store or place materials in passageways or other means of egress. Conduct operations with minimum traffic interference. F. Take reasonable precautions to limit damage to existing turf. G. Holes or depressions created by removals shall not be left open for more than 1 day. Any hole within 10 feet of sidewalks shall be filled, suitably marked, or covered immediately. H. Avoid disturbance to any material beyond the limits required for new construction. 3.04 SAWING PAVEMENT A. Concrete Pavement: Saw along the removal line to a depth of 1 /3 of the thickness of the concrete prior to breaking off the pavement. B. Bituminous Pavement: Saw along the removal line to a minimum depth of 3 inches prior to breaking off the pavement. 3.05 REMOVE BITUMINOUS PAVEMENT, TRAIL, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.3.C.2, except as modified below: 1. Saw cut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. 2. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.06 REMOVE CONCRETE SURFACING A. Work includes sidewalks, pedestrian ramps, driveway aprons, and driveways. B. Saw cut concrete surfacing prior to removal. C. Remove concrete in such a manner that the remaining surfacing is not damaged. D. When removing existing sidewalks, the Contractor shall not disturb any material beyond the limits required for new construction (assumed as 6 inches maximum beyond and 8 inches maximum below existing grade). E. When removing existing driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new Work and 6 inches beyond the edge of new driveways). F. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.07 REMOVE CURB AND GUTTER A. Saw cut at removal limits. SELECTIVE SITE DEMOLITION 0 2021 Stantec 1 193804335 0241 13 - 3 B. Concrete Curb and Concrete Curb and Gutter: Do not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.08 REMOVE MANHOLES AND CATCHBASINS A. Remove structure in its entirety, including casting, rings, cone section, barrel sections, and base slab. 3.09 REMOVE SECTIONS OF EXISTING PIPE A. Pipes to be abandoned shall be bulkheaded with non -shrink concrete grout 8 inches thick at the upstream ends, at the downstream ends that connect to catch basins, manholes, and at locations as determined by the Engineer. B. Precast concrete plugs may be used in lieu of bulkhead. Plug must fit snugly into pipe opening and be watertight. C. Pipe to be abandoned shall be filled with suitable material as directed by the Engineer. D. Pipe to be abandoned shall be removed if the top of pipe is within 3 feet of final surface elevation. 3.10 FIELD QUALITY CONTROL A. Salvaged items to be reinstalled shall be of the same shape, dimension, location, and quality of the original item prior to construction. B. Items damaged during removal or salvaging operations shall be replaced with new material of equal type and quality of the damaged item when it was new. 3.11 DISPOSING OF MATERIAL A. Conform to MnDOT Spec. 2104.3.D. B. Dispose of all materials outside of the Site at disposal location selected by Contractor in compliance with state and local regulations. Burying of material and debris is not allowed within the Site. END OF SECTION SELECTIVE SITE DEMOLITION © 2021 Stantec 1 193804335 0241 13 - 4 SECTION 32 93 00 MULCH PART 1 GENERAL 1119I t►11IMrrMM A. Section Includes 1. Furnish mulch to replace rock in islands. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. This Work shall include placement of mulch in designated islands where rock was removed while protecting existing curbing, pavement, irrigation, draintile cleanouts, trees, and plants. 2. Payment will be by the lump sum as shown on the quote form. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.). B. Inspection and Contract Administration Manual for MnDOT Landscape Projects, 2014 Edition. C. American National Standards Institute (ANSI) 1. ANSI Z60.1 - American Standard for Nursery Stock. 1.04 SITE CONDITIONS A. Protect established turf areas, pavements, and all other adjacent improvements during mulch placement operations. 1.05 QUALITY ASSURANCE A. General: Ship landscape materials with certificates of inspection required by governing authorities. Comply with regulations applicable to landscape materials. B. Do not make substitutions. If specified landscape material is not obtainable, submit proof of non -availability to the Landscape Architect, together with proposal for use of equivalent material. C. Analysis and Standards: Package standard products with manufacturer's certified analysis. For other materials, provide analysis by a recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, whenever applicable. 0 2021 Stantec 1 193804335 32 93 00 - 1 D. Workers: Landscaping work shall be performed by personnel familiar with planting and mulching procedures, and Work shall be Engineered under the direction of a qualified planting supervisor. PART 2 PRODUCTS 2.01 MATERIALS A. Organic Mulch 1. Conform to MnDOT Spec. 3882. Type 6 as modified in this Section. 2. Wood mulch shall be a double (finely shredded hardwood bark mulch, undyed, and match the type used on other parts of the City Hall Site and along Xylon Avenue. Mulch shall be free of mold, dirt, sawdust, and foreign material and not be in an advanced state of decomposition. Mulch containing chipped manufactured boards, wood products, or chemically treated wood will be rejected. Contractor must certify that mulch is from a non -termite infested source. 3. Air dried wood mulch shall all pass a 4-inch screen and not more than 20 percent by mass of the material shall pass a 0.1-inch sieve. Unattached bark or green leaf composition, either singly or combined, shall not exceed 20 percent each by mass. Maximum length of individual pieces shall not exceed 8 inches. PART 3 EXECUTION 3.01 MULCHING A. Place mulch material as to elevations similar to existing rock. B. Mulch: For trees, provide not less than 4-inch thickness of mulch and work into top of backfill and finish to maintain dish or level with adjacent finish grades. For other plants, provide mulch depth to similar elevations at the existing rock. 3.02 PROTECTION A. General 1. Protect landscape work and materials from damage due to landscape operations, operation by other contractors, trades, and trespassers. 2. Maintain protection during installation and maintenance periods. 3.03 CLEANUP AND RESTORATION A. During landscape work keep pavements clean and work area in an orderly condition. B. Treat, restore, or replace in kind turf, sod, plantings, or other facilities damaged by Contractor's operations. C. Collect and dispose of all excess materials, packaging, and containers. 3.04 INSPECTION, ACCEPTANCE, AND WARRANTY A. Mulch work will be inspected for acceptance upon completion of all Work. END OF SECTION © 2021 5tantec 1 193804335 32 93 00 - 2 tW4PIm == w..aei NVId 31151tlJ181?313 LU iS '� pco. ++a.drw.«.r[et V660NV 1V6'ON103romd AlIO I � a �a�ue�s ONUVOS041 GNV 1010NI`ANVd 'S3111N3W V NdVd # e a w NW '3dOH M3N 30 loll) S s Iry jo fB 4— 1 � 11i1•4.. {" 0 0 c � m o 'E' m ESA O L3 m >o c y o o E r n cti Z a c o - L m ELo`°�a;vi,�vad cc� dg E�m�ln ct 0 v`c vocLic1°� QU' o� 3�. .3°?fin°mca NIn U O C Cy m $F E m c>d° UT � C C E Y C C N �` �- N 01 C Qi co °03„> OEr�Nxm �� d a E ma co p cn o w m c c— o_o ° ate_ x m. m o �' E— o an d o,c o= o�-0-0 c '� o O N N l0 C - °, E U t -0C n L=� N E N E t5 ,5 a a go c . m0 m U . 3 ca T� �' •-� d a O U° O N p c 0 d C ry�Y 0 :8��a���� tmd°��`�°�8�auoi"'° N Y C L O O N O E U U w N L E'E Q U c. v °-6 C 10 -E E I Y d r =T- �� md�E�y-:g>,w�8E xli is E m o E'D E o d is m C11 �c m o R ¢E+ 1 J -P Z N 2 S Q � C U C Q)w C d L) U 5 r� K' S fjj c E m ` ...v 4V w 7 m to m.E� 1 y > 00 �I.I �' 00 •: II 11'•-lilli {�.II'��IflHlllli]IR�illilill 10 a M ai m 0 Y 1r Yam: lix o v0 m m 11A 4k � l I l 1iYYi� i ' 1 \, 1 j 11 f'- bc 9 I•a'-�a " - I - r r rl fi ,�k1� I yI`II.i 1 f. 1 - xr•M. w.� ,v�r w �� ..�wsna� �s'+�yiYMw+l«•Yi wf. lyY•sulfsll�nr�x�n.r�.�i�.'�o i kq a� I ,tl kx 0 0 0 0 0 00 0 It 11Itt �[ Udn u�aan It 6l ql ti �If` I ® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 02/25/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT ONT C Shawn Nistler NAMEInsurance Brokers of MN, Inc. PHONE (763) 784-0143 FAX (763) 219-4681 AI Na Ext : AIC, No): E-MAIL S; s.nistler@insurancebrokersmn.com ADDSuite 13654 Van Buren St NE INSURER(S) AFFORDING COVERAGE NAIC N 300 Ham Lake MN 55304 INSURERA: Acuity 14184 INSURED INSURER B INSURER C : Kenlawn Co INSURER D 6323 Fernbrook Ln N INSURER E Maple Grove MN 55311 INSURER F : COVERAGES CERTIFICATE NUMBER: 2021-2022 REVISION NUMBER: 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. 1NSR LTR TYPE OF INSURANCE ADUL INSD bUbRi WVD POLICY NUMBER POLICY EFF MM/DD POLICY E P MMIDD LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TO NFRTE17- PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 A L77931 02/15/2021 02/15/2022 GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 3,000,000 PRO- POLICY JECT LOC PRODUCTS-COMPIOPAGG $ 3,000,000 Voluntary Property $ 2,500 OTHER: AUTOMOBILE LIABILITY GEaau�"D INGLE LIMIT danl B $ 1,000,000 BODILY INJURY (Per person) $ ANYAUTO A OWNED r,,,r SCHEDULED AUTOS ONLY AUTOS L77931 02/15/2021 02/15/2022 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY X PIP -Basic $ 40,000 19 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 1,000,000 A X EXCESS LIAR CLAIMS -MADE L77931 02/15/2021 02/15/2022 AGGREGATE $ 1,000,000 DIED I I RETENTION $ $ 'a` WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) NIA L77931 02/15/2021 02/15/2022 PESTATUTE ERH X1 E.L EACH ACCIDENT 500,000 $ E.L. DISEASE - EA EMPLOYEE $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LIMIT 500,000 $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Lawncare services/landscape gardening. Certificate holder additional insured when required by written contract per Acuity form 7433. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of New Hope ACCORDANCE WITH THE POLICY PROVISIONS. 4401 Xylon Ave N AUTHORIZED REPRESENTATIVE New Hope MN 55428 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD