Loading...
Imp. Proj. #590I 'X9071A Originating Department I Approved for Agenda I Agenda Section Public Works 2-23-98 & Planni Item No. BY: Jeannine Clancy 8.2 CONSIDERATION OF BIDS FOR THE PUBLIC WORKS FUEL FACILITY (Project 590) The City of New Hope operates a fuel facility located at Public Works. This facility provides fueling services for all Public Works, Police, Fire and administration vehicles and equipment. The fuel facility includes three underground storage tanks (USTs) for storage and dispensing of fuel and one elevated propane storage tank. Approximately 65,500 gallons of fuel is dispensed each year. By December 22, 1998, the City must either comply with new State and Federal Environmental Protection Agency (EPA) regulations or discontinue use of the facility. Basically, the underground storage tanks must be upgraded to meet spill, overflow, and corrosion protection. The City Council has directed staff to prepare plans and specifications and to accept bids for removal of the existing system, installation of two 10,000 gallon fuel tanks, and installation of a new fuel dispenser system. The alternate bid is for a fuel management system which consists of gas cards or keys and a software program to track consumption. The bids were opened on December 23, 1997. The following bids were received: Engineer's Estimate $122,670.00 go Review: Administration: Finance: I il Fuel Facility Project 590 February 23, 1998 Page 2 Staff also conducted a trial run of use of the School District Fueling Facility. During this trial period, twelve city vehicles fueled at the school facility. The findings of this trial run are in the attached memorandum and summarized as follows: • Police personnel will be impacted the least by fueling at the School District Facility. • The Fire Department will have some inconvenience when fueling their large pieces of equipment due to the size of bays and the reliability of one of the pumps. • The Public Works vehicles averaged a 15 minute stop due to the off site location, the road speed of some of the equipment, and problems encountered with the dispensing equipment. Staff has requested that Bonestroo revise the cost analysis of the fuel facility options. The revised cost analysis assumes the actual low bid plus 25 percent for engineering, legal and contingency costs. The analysis also revises the cost identified as time utilized by employees to fuel off site. The cost comparison is attached and essentially shows that: • Constructing a new system at Public Works has the lowest cost over a 10 year period; although, the cost is comparable (within 4 %) of using a private vendor. • The cost of a new facility at Public Works would break even with the cost of the School District fuel facility in 5.0 years. The cost of a new facility at Public Works would break even with the cost of using a private vendor after 9.5 years. The options before the Council are as follows: Adopt the resolution awarding the bid to American Tank Services for the base bid plus the alternate for the fuel management system. If Council agrees to this, the project would begin in the Spring and be completed by the Summer. Funding is available in the Central Garage Replacement Fund. 2. Direct staff to negotiate with a private vendor for fueling services. An agreement identifying costs would be considered by Council at a future date. In addition, specifications would need to be prepared to remove the city's existing fuel facility and a 500 gallon elevated tank purchased to store fuel for small engine equipment. 3. Direct staff to negotiate with the School District for fueling services. An agreement identifying costs would be considered by Council at a future date. Again, specifications would need to be prepared to remove the city's existing fuel facility and a 500 gallon elevated tank purchased to store fuel for small engine equipment. Fuel Facility Project 590 February 23, 1998 Page 3 From an operations and efficiency standpoint, staff recommends that the City maintain its own fueling facility. However, staff recognizes that this project does require a capital investment on the part of the City, and there is liability associated with underground fuel facilities. If Council does not feel that the fueling facility is an appropriate capital expenditure, staff would prefer to further investigate a private facility as opposed to entering into an agreement with the School District. G:Requests \590AP CITY OF NEW HOPE RESOLUTION NO. 98-34 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND AMERICAN TANK SERVICES, INC. FOR THE FUEL FACILITY PROJECT (IMPROVEMENT #590); AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, funding is available in the Central Garage Replacement Reserve Account for a fuel facility; and, WHEREAS, this facility is a necessary component of the city's basis operations; and, WHEREAS, the City Engineer has prepared plans, specifications, and contract terms and the City Clerk has advertised for bids as directed by the City Council; and, WHEREAS, the City has accepted bids for work described in the plans and specifications and has identified the lowest responsible and responsive bidder. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: That the contract between the City of New Hope and American Tank Services, Inc. in the amount of $102,909.08 which includes the base bid plus alternate 1 is approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 23rd day of February, 1998. YA4W Mayor Attest: i /ty Clerk g:reso1utn1590awrd Memo DATE: February 17, 1998 TO: Jeannine Clancy Guy Johnson FROM: Mark Hanson CC: Vince Vander Top SUBJECT: Fuel Facility at Public Works City Project No. 590 Our File No. 34204 The City of New Hope has three alternatives for a future fuel facility: • Share the Robbinsdale School District Facility • Construct a new facility at New Hope Public Works • Use a private vendor facility such as Super America or Holiday. The alternatives, as well as others, were evaluated in the "Report for Fuel Facility at Public Works, New Hope MN, October 1997'. Two items have been completed subsequent to the report. • Bids have been received for the construction of a new facility at Public Works. • The City has completed a pilot study with the Robbinsdale School District. This included a limited number of City vehicles fueling at the school facility and documenting conditions and time requirements. The completion of these two items makes it feasible to compare alternatives with more accurate dollar figures. A cost comparison is summarized below: Option Capital Cost Increase in Present Worth Cost Annual Cost over a 10 Year Period School District $ 60,625.00 $16,590.00 $ 195,190.00 New System at Public Works 128,650.00 910.00 136,030.00' Private Vendor 35,625.00 12,990.00 140,990.00 ' The annual maintenance cost of the new system will be less than the cost to maintain the existing system. 2335 West Highway 36 * St. Paul, MN 55113 - , 00 - Fax: 612-636-1311 Capital Costs The capital costs are immediate expenditures for each option. School District • $35,625.00 for removal of the existing Public Works fuel facility and an elevated 500- gallon tank at Public Works for small engines. • $25,000.00 investment fee to the School District New System at Public Works • $128,650.00 for the removal of the existing system and the construction of a new system based on bids received 12/23/97. Private Vendor $35,625.00 for removal of the existing Public Works fuel facility and an elevated 500- gallon tank at Public Works for small engines. Annual Costs The annual costs are based on increased employee time spent fueling vehicles and on fuel surcharges /discounts. School District • $13,970.00 for increased employee time. This is based on a' /2 hour per week per 18 Public Works employees. These numbers are based on the results of the pilot project. The time spent by Police and Fire Department employees did not increase over the current times. • $2,620.00 for fuel surcharges. This is based on a $0.04 per gallon surcharge by the School District and the yearly average fuel consumption by the City of New Hope, New System at Public Works • Under this alternative, there is no increase in employee time or a fuel surcharge as compared to the school or private vendor alternatives. Annual costs would decrease from the present condition which requires daily work. The $910.00 will cover staff time required to do MPCA reporting and system maintenance. Private Vendor ® $13,970.00 for increased employee time. This is based on an estimate of 1 /2 hour per week per 18 Public Works employees. • $980.00 for fuel discounts. This is based on a $0.015 per gallon discount offered by private vendors to fleet accounts. Summary Based on the information collected and summarized above, the following can be concluded: Constructing a new system at Public Works has the lowest cost over a 10 -year period; although, the cost is comparable (within 4 %) of the Private Vendor option. The cost of a new system at Public Works would break even with the cost of the School District option after 5 years. The cost of a new system at Public Works would break even with the cost of the Private Vendor option after 9.5 years. N 11 o 1 I ! Iutf To: Jeannine Clancy From: Guy Johnson Date: February 10, 1998 Subject: Four Week Use of School District Fuel Facility Report Twelve vehicles were selected to participate in a trial run of using the School District's fuel facility. The following tables describe the number of fuel trips per vehicle, the average time taken to fuel, the average round trip fueling time, and any incidences that occurred. PUBLIC WORKS VEHICLES: Average Total # of Average Time, Departure to Vehicle # Trlps Fuel Time Return Location Comments #1 - Tandem Dump 7 6 minutes 21 minutes No issues. #2 - Tandem Dump 7 13.5 minutes 32 minutes a) Waited for Crystal grader to fuel once. b) Had trouble dispensing fuel because of safety mechanism on pump twice. #8 - Loader 5 13 minutes 25 minutes a) Had trouble dispensing fuel because of safety mechanism on pump once. b) Crystal employee left and went to S.A. at the same time because the pump was not working. #254 - Single -Axle Dump 6 4 minutes 15 minutes No issues. #82 - Sidewalk Plow 4 15 minutes 37 minutes Had trouble dispensing fuel because of safety mechanism three times. Had to return to the Public Works garage one of those times to get fuel. #7 - Tractor 12 6.5 minutes 28.5 minutes Spilled gas on hands, no place to wash up. #226 - Groundsmaster 0 Blower This vehicle was not utilized during the trial period. POLICE DEPARTMENT VEHICLES: #164— Squad 19 6 minutes Average Total Time. Depart. to Return Location On patrol. On patrol. Comments No issues. Gas leaked from hose connections all over officer's hand and uniform on a Saturday. Had to drive back to city hall to cleanup. No issues. On patrol. FIRE DEPARTMENT VEHICLES: #7 - Pickup 1 11 minutes 15 minutes #154 - Duty OfFcer's 6 3- 5minutes Car No issues. No issues OBSERVATIONS: • There was only one problem for the Police and Fire Departments which occurred when gas spilled on Sergeant Rudolph's hand and uniform on a Saturday. This was because of an equipment problem related to a bad leak at of the elbow connector on the nozzle. There would probably be very little inconvenience for the squads and the Fire Departments Duty Officer's car and pickup to fuel at the School District site. • The Fire Department might have some inconvenience when fueling the large fire trucks with diesel because of the width of the bays and the problems during the trial period using the diesel pumps. • The six Public Works vehicles that made a total of forty -one fueling stops averaged a minimum of fifteen additional minutes in total fueling time per stop. The three factors which cause the additional time are: -..- # of Average Vehicle # Trlps Fuel Time #170 - Squad 32 3 -5 minutes #171 -Squad 10 3.5 minutes #164— Squad 19 6 minutes Average Total Time. Depart. to Return Location On patrol. On patrol. Comments No issues. Gas leaked from hose connections all over officer's hand and uniform on a Saturday. Had to drive back to city hall to cleanup. No issues. On patrol. FIRE DEPARTMENT VEHICLES: #7 - Pickup 1 11 minutes 15 minutes #154 - Duty OfFcer's 6 3- 5minutes Car No issues. No issues OBSERVATIONS: • There was only one problem for the Police and Fire Departments which occurred when gas spilled on Sergeant Rudolph's hand and uniform on a Saturday. This was because of an equipment problem related to a bad leak at of the elbow connector on the nozzle. There would probably be very little inconvenience for the squads and the Fire Departments Duty Officer's car and pickup to fuel at the School District site. • The Fire Department might have some inconvenience when fueling the large fire trucks with diesel because of the width of the bays and the problems during the trial period using the diesel pumps. • The six Public Works vehicles that made a total of forty -one fueling stops averaged a minimum of fifteen additional minutes in total fueling time per stop. The three factors which cause the additional time are: -..- 1. Off site location (With few exceptions, Public Works employees fuel their vehicles when they are at the Public Works garage for the start of work, break, lunch, or the end of the day.) 2. Slower road speeds of some equipment traveling to and from School Garage (Examples of slow equipment include tractors, large mowers, sidewalk plows, etc.) 3. Trouble with dispensing of fuel six or seven times. Most of the problems were with the diesel fuel pump's safety mechanism. • City's large vehicles only fit in one fueling lane (Far west side) • The School District provides no place to cleanup if fuel spills occur when garage is closed • School District has indicated that they are working on a key card problem with regards to keeping consumption and billing records • Page 3 No. Item Unit Base Bid Unit 1 Remove existing UST system LS 2 Install new UST system LS 3 Remove concrete pavement SY 4 Remove bituminous pavement SY 5 Remove concrete curb and gutter LF 6 Common Excavation CY 7 Class 5, aggregate base TN 8 Salvage Class 5, aggregate (CV) CY 9 Bituminous base course mixture SY 10 Bituminous wear course mixture SY 1 I 8618 concrete curb and gutter LF 12 Topsoil borrow (LV) CY 13 Seeding w/4 -inch topsoil AC 14 8 -inch concrete slab SY Total Base Bid 151 Alternate Bids - Lump Sum 4.00 Fuel Management System utilizing encoded IS data kays (see Spec., Pan 3 - Alts- 10I.C) 2.64 Alternate Bid - Unit Price 3.00 Removal and disposal of UST sludge materials GA (see Specifications, Part 3 - Alternates 3.02.A) GA Dewatering during installation and excavation GALS (see Speci icauttns, Fan 3 - Alternates 3.02.6) 7.78 34204 Bidtab.wh' 16.33 , 8.00 BID TABULATION Tabulation of Seven Low Bids of Seven Received Bid No. I Bid No. 2 Bid No. 3 American Tank MN Petroleum Ceres Services, Inc. Service, Inc. Environmental Unit 9,387.00 Unit 108.822.00 Unit 1100 Price Total Price Total Price Total 6,330.00 6,330.00 1,032.67 1,032.67 11,150.00 11,150.00 69,050.00 69,050.00 81.396.26 81,396.26 75,950.00 75,950.00 5.86 1,084.10 13.68 2,530.80 6.25 1,156.25 3.25 1,98150 151 2,141.10 4.00 2,440.00 4.43 221.50 2.64 132.00 3.00 150.00 7.72 617.60 4.94 395.20 8.00 640.00 7.78 855.80 16.33 1,796.30 8.00 880.00 5.79 318.45 14.58 801.90 8.00 440.00 6.58 3,948.00 6.93 4,158.00 9.20 5,520.00 4.45 2,670.00 4.68 2,808.00 5.50 3,300.00 6.69 334.50 21.60 1,080.00 25.00 1.250.00 10.29 154.35 0.01 0.15 20.00 300.00 4,887.80 488.78 14,269.20 1,426.92 8,000.00 800.00 54.45 7.078.50 62.89 8,175.70 30.75 3.997.50 $95,134.08 $107,875.00 $107,973.75 $7,775.00 1 $178.09 1 58,500.00 $4.75 $750.00 $8.60 50.36 1 hereby certify that this is an exact reproduction of bids received. Mark A. Hanson, P. E. Registration No. 14260 i No. 4 mp & ;ter Service, Inc. Bid No. 5 Unit Price Total 2 ,422.00 12,422.00 5,578.00 76,578.00 8.00 1,480.00 4.50 2,745.00 2.00 100.00 7.00 560.00 14.00 1,540.00 6.00 330.00 6.00 3,600.00 6.00 3,600.00 16.00 800A0 10.00 150,00 1,000.00 100.00 33.00 4,290.00 $108,295.00 ($2,015.00) 59.00 $2.75 51.000.00 (Cleat) $3,900.00 Page I Unit Price Total ),405.00 10,405.00 ),875.00 80,875.00 14.40 2,664.00 14.40 8,784.00 3.50 175.00 6.80 544.00 8.93 982.30 4.50 247.50 6.84 4,104.00 4.62 2,772.00 22.40 1,120.00 23.33 349.95 3,500.00 1,350.00 49.35 6,415.50 $120,788,25 ($300.00) $7.70 sludge $2.75 product/water $1,900.00 d No. 6 �rth irners, Inc. Unit Price Total ),000.00 9,000.00 5,000.00 95,000.00 8.00 1,480.00 6.00 3,660.00 10.00 500.00 6.00 480.00 9.80 1,078.00 8100 440.00 8.00 4,800.00 9.50 5,700.00 12.50 625.00 6.00 90.00 250.00 25.00 48.00 6,240.00 $129,118.00 $7,900.00 $12.00 See below Bid No. 7 J & D Enterprises of Duluth, Inc. Unit Price Total 9,387.00 9,387.00 108.822.00 108,822.00 1100 2:220.00 4.50 2.745.00 5.00 250.00 8.00 640.00 18.00 1,980.00 6.00 330.00 9.00 5,400.00 9.00 5,400.00 20.00 1,000.00 8.00 120.00 5.000.00 500.00 54.00 7 $145,814.00 $ 10,000.00 $6.00 51.50 Supplementary Conditions Stipulated By Bidder Contaminated water disposal GA Dewatering excay. /discharge water on ground HR Dewatering excavlcontainerizing water GA Rental of storage container LS Firm Name Address City, State, Zip Phone Fax By Title 5% Bid Security Addenda Acknowledged 34204 Bidtab.wb2 b 51.60 American Tank Services, Inc. MN Petroleum Service, Inc. 3174 Ryan Lane 7650 Highway 65 NE Little Canada, MN 55117 Fridley, NIN 55432 612.481.7939 612.780.5191 612.481.7992 612.780.5472 Dianne R. Holte Steven Hanson President/Owner VP Operations Bid Bond Bid Bond Yes, 1 Yes, I $1.00 Ceres Environmental Pump & Meter Service, Inc. 3825 - 85th Av N 11303 Excelsior Blvd Brooklyn Park, MN 55443 Hopkins, MN 55343 612.425.4239 Ext. #113 612.933.4800 612.425.5636 612.939.0418 Dave McIntyre Dean Lahren President Sales Consultant Bid Bond Bid Bond Yes, 1 Yes, I Page 2 Zahi Equipment Co. 3101 Spring St NE Minneapolis, MN 55413 612.331.8550 612.331.8553 James R. Larson Vice President Bid Bond Yes, I $0.25 $80.00 $0.05 Cost plus IS% rth Burners, Inc. 1 Box 16083 duth, MN 55816 8.628.0454 8.628.0455 ad Anderson cmurer d Bond :s, i J & D Enterprises of Duluth, Inc 5197 Lavaque Rd Duluth, MN 55803 218.729.9105 218.729.7296 Judie Cich President Bid Bond Yes, 1 Bonestroo, , ?ose ^e. Anderlik and Associates, Inc. rs an Affirmative Actrorr Equaf Opoorrumty Emplover Prnapal- Otto G. Bonestroo, PE. • Joseph C. Anderlik, PE. • Marvin L. Sorvala. PE. . Richard E. rurrer, PE. • Glenn R. Cook, PE. • Robert G. Scnunicht. PE. • Jerry A. Bour',pn, PE . Robert W, Rosene. PE. and Susan M. Eberlin, CPA. Senior Consultants Associate Pnnepals, Howard A. Sanford. PE. • Keith A. Gordon, PE. • Robert R. Pfef`er:e. -E. Richard W Foster, PE. • David O Loskota, PE Pobert C Russek, A.1 A. • Mark A Hanson, PE, Michael 7 Rautmann, PE. • red K.Field, P.E. • Kenneth P Anderson. P.E. • Mark R. Rolfs 'E . Sidney P 'Williamson. PE., L.S. • Robert F Kotsmth Offices: St. Paul, Rochester, Willmar and St- Cloud. MN • Milwaukee. Wl January 8, 1998 ,Dianne Holte American Tank Services, Inc. 3174 Ryan Lane Little Canada, MN 55117 Re: Public Works Fuel Facility Project New Hope, Minnesota Our File No. 34204 Dear Dianne: We spoke in December concerning the City of New Hope's Public Works Fuel Facility. We discussed when the City Council would act on the bids and award the contract. I had told you that this would occur at the February 9, 1998, Council meeting. You had agreed to honor your bid until that time. Recently you were copied on correspondence stating the same information. During the month of January, the City of New Hope will be evaluating alternatives including sharing a fuel facility with the Robbinsdale School District. This should not imply that the City Council will not award the Public Works Fuel Facility contract. The City is simply evaluating all alternatives. The City is also evaluating the use of cards versus the alternate of encoded keys as was bid. After all evaluations are complete, the City Council will act on the bids received. It is now expected that the City will act on Public Work Fuel Facility bids at the February 23, 1998 Council meeting. This is two weeks later than was previously stated. If this is acceptable, please respond in writing indicating that the City of New Hope can retain your deposit and bid until the completion of the February 23 Council meeting. This same request will be made of the 2 "d and 3rd bidders as they will receive copies of this letter. Please call me withl'questions and/or concerns (604- 4790). Thank you for your patience. Sincerely, Vincent T. Vander Top cc: Mark Hanson, City Engineer Jeannine Clancy, Public Works Director Steven Hanson, MN Petroleum Service, Inc. Dave McIntyre, Ceres Environmental 2335 West Highway 36 ■ St. haul, MN 55113 ■ 612 636-4600 ■ Fax: 612- 636-1311 American Tank Services, Inc. 3174 Ryan Lane Little Canada, M innesota 55117 Telephone (612) 481 -7939 Fax(612)481 -7992 January 14, 1998 Vincent T. Vander Top Bonestroo, Rosene, Anderlik & Associates 2335 West Highway 36 St. Paul, Minnesota 55113 Re: Public Works Fuel Facility Project New Hope, MN File No. 34204 Dear Vince: You may retain my bid and bid deposit until the New Hope February 23rd Council meeting. As spring scheduling is becoming an issue, it is my hope that you con make your decision no later than February 23rd. Please contact me with any questions or concerns. Sincerely, Dianne R. Holte, President DRH/hs STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *QUALIFIED ADR NEUTRAL y • =411' lValerie Leone City • New Hope jAnj V Xylon Avenue North New Hope, MN 55428 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 RE: Public Works Fuel System Removal and Replacement ('itv Prpiect No. 59-0- -7 1* -j Our File No. 99. 10,000 1-11 near Valer - ie. LEGAL ASSISTANT SHARON D. DERBY 1: A I Enclosed the contracts for the above-referenced proje Ct. t- enclosed are the original of the Worker's Compensation certificate of insurance, and a fax of the ccrtificat of insurance for the remainder o Coverages. All the r1%11 are in or(Aler from a legal standpoint. You should have received the original of the faxed insurance c by noXA1 I + i-no, [,��%Al if t is no t t h e cas I - I V— -el - 1. 11, hat Be sure to call me if you have an y questions. 7 1 -1 Sinnp.rplx/ ---- -- I I Martin P. Malecha A . tant City l%sslsL �, L A tt orney Lt Cc. (M-niel J. 'Cit- Mana er y 9 Kirk McDonald, Management Assistant T- Schuster, Contract Manager Torte Steven A. Sondrafl, City Attorney 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 American Tank Services, Inc. 3174 Ryan Lane Little Canada, MN 55117 City Hall: 612- 531 -5100 Police: 612 -531 -5170 Public Works: 612 - 533 -4823 TDD: 612- 531 -5109 SUBJECT: PUBLIC WORKS FUEL FACILITY (IMPROVEMENT PROJECT NO. 590) City Hall Fax 612 -531 -5136 Police Fax 612- 531 -5174 Public Works Fax: 612 -533 -7650 Fire Dept. Fax: 612 - 531 -5175 Enclosed are two fully executed copies of the contract documents for New Hope Project No. 590. One copy is for your records and the second copy should be transmitted to your bonding company. Contract documents are on file with our City Engineer and City Attorney. This contract was awarded by the New Hope City Council on February 23, 1998, for $102,909.08. Enclosed is return of your bid bond. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Steve Sondrall, City Attorney Jeannine Clancy, Director of Public Works Family Styled City r For Family Living 14 Sonestroo Rosene Anderlik & Associates Engineers & Architects ADDENDUM NO. 1 PUBLIC WORKS FUEL SYSTEM REMOVAL AND REPLACEMENT CITY PROJECT NO. 590 FILE NO. 34204 NEW HOPE, MINNESOTA December 15, 1997 i • • • •, ' O Opening Time: 2:00 P.M., C.S.T. Opening Date: Tuesday, December 23 1997 1. Change the bid Opening Time from "10:00 A.M., C.S.T." to "2:00 P.M., C.S.T." 2. The proposed fueling island was moved eleven feet to the east. Refer to the changes in the figures. The quantities for bid items 4, 6, 7, 8, 9, 10, and 14 have been increased as required due to the modification. 3. Attached is a revised proposal. This proposal shall be used for bidding purposes. FUELING STATION REMOVAL AND INSTALLATION SPECIFICATIONS 2.02 STORAGE TANK REQUIREMENTS 2.02.A.1. Two 10,000 - gallon Act 100 (8'x 27' or 9' x 21') steel single - walled with fiberglass exterior, or equal tank for storage of diesel fuel and gasoline. 2.09 TANK LEVEL MONITORING 2.09.A. Prior to final tank backfilling, a tank level monitor system shall be installed. The system will be an Emco EECOTM 2000 console with vertical check valve under each pump (EBW 640 with Universal 516 fitting) or equal. Installation shall include the required electrical connections and the mounting of the display unit within area designated by the Owner where it is easily accessible. The Contractor shall inspect the system and ensure its operation prior to covering the piping trenches and placing the water -tight manhole cover over the sending unit. The installation shall be in accordance with the manufacturer's recommendations and specifications. All electrical connections shall be in accordance with applicable electrical codes. 34204 -Addl Al -1 2.09.13 The tank level monitoring shall provide automatic, continuous leak sensing in the following spaces: L Inside each tank. 2. Inside the fuel dispenser sumps. 2.11 AUTOMATED FUEL DISPENSING SYSTEM Change paragraph "A" to read: "A fuel management system (Gasboy Series 1000), or equal, that utilizes encoded data keys, and a software package compatible with the owners personal computer shall be provided and installed. The owners personal computer is a Hewlett Packard with a Pentium processor, 16 MB RAM, CD ROM, and is connected to the City of New Hope local network. The computer does not have a local modem." Add the following to paragraph `B ". "The keys will be assigned per City vehicle as directed by the Owner." Add the following to paragraph "C ": "Software interface or support shall include any hardware such as modems or modules required to make the installed system including the owner's personal computer operational. 2.1 LA.1 CONCRETE SLAB AND PUMP ISLAND Change "A. l." to: "The concrete slab shall be 50 -feet wide, 24 -long and 8- inches thick." Change "A.6." to: "Provide and install an area light." 2.12 CONCRETE SLAB AND PUMP ISLAND 2.12.A.6 Provide and install an area light, consisting of a 400 -watt light with a quick release Tense (Whiteway or equal) and a 5" by 20" pole (Whiteway or equal). 3.13 ELECTRICAL REQUIREMENTS Change paragraph `B" to read: "Low voltage wiring shall be verified by the Contractor if usable for the application A minimum of four (4) conduits and wiring will be required outside of the building: Low voltage, pump power supply, area light power supply, and a conduit for future usage. The existing power supply conduit and wiring inside of the building can be used for the area light power supply. A minimum of three (3) conduits and wiring will be required inside of the building: Low voltage, pump power supply, and a conduit for future usage. Figure 4 shows the location of the existing power control panel inside of the building, the existing 34204 -Add 1 A1-2 electrical service, and proposed conduit inside of the building.. All conduit and wiring installed shall be new. Change paragraph "C" to read: "All wiring, wiring connections, and conduit shall conform to local, state, and national electric codes." Add paragraph "E": "Conduit and wiring shall be installed to Central Garage Office /Storage Room as depicted in Figure 4 such that the fuel management system is properly connected to the Owner's personal computer." FIGURE 1 EXISTING SITE PLAN/REMOVALS The City of New Hope stores gas cylinders near the sliding gate, south of the Public Works Garage. The cylinder storage area is bordered by a containment railing. The project includes the removal of bituminous pavement in this area to accommodate the removal and installation of conduit and wiring. All cylinders will be removed by the owner. The contractor is required to protect the containment railing during construction. Pavement will be restored to the existing grade. FIGURE 2 DESIGN PLAN The dimensions of the 8 -inch concrete slab have been changed from "39' x 24 "' to "50' x 24 "' The pump island was moved 11 feet to the east. FUELING AREA DETAILS Change "Note 8" to: "50' x 24' x 8" cover slab with reinforcement, broom finish. FIGURE 4 ELECTRICAL REQUIREMENTS Add "Figure 4" to locate the requirements of "FUELING STATION REMOVAL AND INSTALLATION SPECIFICATIONS, 2.13 ELECTRICAL REQUIREMENTS" If you have any questions on this project, please call Vince VanderTop at (612) 604- 4790. Bonestroo, Rosene, Anderlik and Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 (612) 636 -4600 34204 -Add1 A1-3 Rosene Bidder Mclerl7c aecMl�+e I Address Total Base Bid Telephone No. Fax No. REVISED PROPOSAL FUEL SYSTEM REMOVAL AND REPLACEMENT PROJECT NO. FILE NO. 34204 NEW HOPE, MINNESOTA 1997 Opening Time: 2:00 P.M., C.S.T. Opening Date: Tuesday, December 23, 1997 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections, attend the pre -bid meeting, and 'investigations deemed necessary, having studied the plans and specifications for the working including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36 St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Base Bid 1 Remove existing UST system LS 1 $ $ 2 Install new UST system LS 1 $ $ 3 Remove concrete pavement SY 185 $ $ 4 Remove bituminous pavement SY 610 $ $ 5 Remove concrete curb and gutter LF 50 $ $ 6 Common Excavation CY 80 $ $ 7 Class 5, aggregate base TN 110 $ $ 34204pro.wU P - i(R) 8 9 10 11 12 13 14 Salvage Class 5, aggregate (CV) CY 55 $ $ Bituminous base course mixture SY 600 $ $ Bituminous wear course mixture SY 600 $ $ B618 concrete curb and gutter LF 50 Topsoil borrow (LV) CY 15 $ $ Seeding w/4 -inch topsoil AC 0.10 $ $ 8 -inch concrete slab SY 130 $ $ Total Base Bid $ Alternate Bids - Lump Sum Fuel Management System utilizing encoded data keys (see Specifications, Part 3 - Alternates, 3.01.C) Alternate Bid - Unit Price Removal and disposal of UST sludge materials (see Specifications, Part 3 - Alternates 3.02.A) Dewatering during installation and excavation (see Specifications, Part 3 - Alternates 3.02.B) 34204pro.wU P -2(R) Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids and the successful bidder shall honor the bid price for six months. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not -to- exceed 45 days after the date set for the opening of bids. Respectfully submitted, Name (A Corporation) (An Individual) (A Partnership) Signer Title Printed Name of Signer 34204pro.wb2 P -3(R) „,___East Reseorch Center ,Road ........................ ............................... N i t i O 50 100 t t ScoW in feet , y , X B U/COYNC J T ............. T 1 \ +.s ' QR� •,r•'"� .. ... ` � VERTICAL t d <t��..i..�. , `l DOME STORAGE ( PUBL IC WORKS GARAGE ` = i FLOOR ELEVATION = 903.41 �( zz \ ^ > SEE FIGURE 2 REMOVE AND '. REMOVE EXIST \ �$ BITUMINOUS - f PAVEMENT i % \' ONTAINME r > RAILING .ffi „e%'t ILd” Cate Pumps ' pRIVEWA Usra I 24•,28. 1 Canasta TE \ V TREE �,� y is a<t.ia s«.m. t! .1 ,5 • Pend - Cu,O 4 ven Pipet Collor �°_-�'. T apa �a O Top of UST s ore approximately USr ; '_ __'- \ `"'— t e k d 56' below ground surface. c ° t canasta 0.17 t:acte Sab I: Remove all electrical conduit, , F.. pit wiring and panels outside of building. Remove pumps, underground piping, /; r and concrete slob, yx � I'! Remove propane tank concrete base slob and bollords. (Propane tank ° x! to be removed by others.) I X Protect oil existing facilities not _ removed including pavement outside z 4, of the removal limits, curb and gutter, H and chain link fence. ,_c__,c_r , -= — __ _ __ __ __ _ _ • � I C BENCH MARK 0 0� , ( Do Top nut of fire hydrant ( ORiVEWAY PARKING LOT i 'XISTING SITE PLAN /REMOVALS Bones troo IEW HOPE, MINNESOTA Rosene FIGURE 1 Anderlik d UEL FACILITY — PUBLIC WORKS Associates I TY PROJECT No. 590 REVISED: 12/16/97 \ 12/97 COMM. 34204 PUBLIC WORKS GARAGE REPLACE BITUMINOUS PAVEMENT RESTORE DISTURBED AREAS KITH BLACK DIRT AND SEED Ex. B61 � Curb & Gutter Ex. 8618 C urb & Gutter - - - - -- r --- --- --------- -- r -- - - - - -- --------- - - - - -- - - - - - - - - - - - - - - - - - - - - - - - r ii r it l g Concre PUMP AND (SEE AREA ISLAND- TANKS, FUELING DETAILS) LEGEND X 902.00 = DESIGN ELEV. (FIELD VERIFY) .,—MATCH EXIST. BITUMINOUS \--MATCH EXIST. BITUMINOUS 10' Bonestroo Rosene Anderlik d Associates PUBLIC WORKS FUEL SYSTEM REMOVAL AND REPLACEMENT CITY PROJECT NO. 590 FILE NO. 34204 NEW HOPE, MINNESOTA 1997 Advertisement for Bids Information to Bidders Proposal Special Provisions S Fueling System Removal and Installation Specifications 2104. Remove Miscellaneous Structures - Specific and General Requirements 2105. Excavation and Embankment — Specific and General Requirements 2211. Aggregate Base — Specific and General Requirements 2331. Plant-Mixed Bituminous Pavement - Specific and General Requirements 2357. Bituminous Tack Coat — Specific and General Requirements 2531. Concrete Curb and Gutter — Specific & General Requirements 2575. Turf Establishment — Specific & General Requirements 3200. Concrete Reinforcement Conditions of the Contract Figure A — Location Plan Figure I — Existing Site Plan/Removals Figure 2 — Design Plan Figure 3 — Typical Sections Fueling Area Details 34204 0 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. I hereby certify that this report, plan, or specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. ar. .Hanson, / .E. -7 Reg. No. 14260 Date: 1-1-- I hereby certify that this report, plan, or specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of / innesota. Camilla M. Pederson, P.E. Date: 102 — ? — 9 7 Reg. No, 23372 34204 (D 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. 1-2 Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue North until 2:00 P.M., C.S.T., on Tuesday, December 23, 1997, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: N7=w. Memo Remove Existing System Furnish and Install 2 - 10,000 Gallon Fuel Tanks Furnish and Install Fuel Dispenser System with related items Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope, Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636 -4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty -five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a non- refundable fee of $30.00. See "Information to Bidders" for plan/specification fee policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Dan Donahue, Manager City of New Hope, Minnesota 34204ad © 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. 1. BID PROPOSAL: Each planholder has been furnished a specification, plan set, and one extra proposal. Bids shall be submitted on the separate Proposal Form designated "BID COPY". The Proposal containing the bid shall be submitted in a sealed envelope. Reguests for Plans and Specifications should clearly state the name of the project being bid. If you have any questions concerning these specifications, please contact Carl McKee or Camie Pederson of Northern Environmental at (612) 635-9100. A mandatory pre-bid meeting and site walk-through will be on Monday December 15, 1997 at 9:00 A.M., C.S.T. 1) Plans and specifications shall only be available on a non-re ftindable, per plan basis, will all contractor and vendors being charged the same. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, all are non- refundable. 2) The amount for the bid package will be stated in the Advertisement for Bids. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specification for which no refund will be made. Bonest Rosen Bidder: American Tank Services, Inc. Total Base Bid $95,134.08 Anderlik Associate Address: 3174 Ryan Lane Telephone No. 612.481.7939 ngtneel -Milw eecs City, State, Zip: Little Canada, MN 55117 Fax No. 612.481.7992 FUEL SYSTEM REMOVAL AND REPLACEMENT CITY PROJECT NO. 590 FILE NO. 34204 NEW HOPE, MINNESOTA 1998 Opening Time: 2:00 p.m., C.S.T. Opening Date: Tuesday, December 23, 1997 Honorable City Council City of New Hope 4401 Xyion Av N New Hope, MN 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Base Bid 1 Remove existing UST system LS 1 6,330.00 6,330.00 2 Install new UST system LS 1 69,050.00 69,050.00 3 Remove concrete pavement SY 185 5.86 1,084.10 4 Remove bituminous pavement SY 610 3.25 1,982.50 5 Remove concrete curb and gutter LF 50 4.43 221.50 6 Common Excavation CY 80 7.72 617.60 7 Class 5, aggregate base TN 110 7.78 855.80 8 Salvage Class 5, aggregate (CV) CY 55 5.79 318.45 9 Bituminous base course mixture SY 600 6.58 3,948.00 10 Bituminous wear course mixture SY 600 4.45 2,670.00 11 B618 concrete curb and gutter LF 50 6.69 334.50 342MCONTRACT.WB2 Page I 12 Topsoil borrow (LV) 13 Seeding w/4 -inch topsoil 14 8 -inch concrete slab Total Base Bid Alternate Bids - Lump Sum Fuel Management System utilizing encoded data kays (see Spec., Part 3 - Alts., 3.01.C) CY 15 10.29 AC 0.10 4,887.80 SY 130 54.45 LS Alternate Bid - Unit Price Removal and disposal of UST sludge materials (see Specifications, Part 3 - Alternates 3.02.A GA Dewatering during installation and excavatioi GALS (see Specifications, Part 3 - Alternates 3.02.B) $4.75 154.35 488.78 7,078.50 $95,134.08 $7,775.00 $750.00 34204 \CONTRACr.WB2 Page 2 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefore, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 %) of amount bid , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) American Tank Services, Inc. (An Individual) Name (A Partnership) Signer Preside nt/Owner Title Dianne R. Holte Printed Name of Signer 34204 \CQNTRACT.WB2 Page 3 ti NEW HOPE, MINNESOTA FIGURE A FUEL FACILITY—PUBLIC WORKS 11 11 F " i m CITY PROJECT No. 590 K: \34\34204\34204C04.DWG 12/97 COMM. 34204 _ = = = == East Ras�arch Gen ___._ -- - -- -- -- - - -- ----- ter ,Read _ I I I 1 I I I o so ifX) sccaa in tbec ! A :! J / I - ` ---- ( TT ! E VERTICAL !DOME ! DOME STORAGE - \ PUBLIC WORKS CARAC.E FLOOR ELEVATION 803 -41 SEE FIGURE 2 I; t ra ++ SAWCUT AND ` \\ N REMOVE EXIST ^ I Q, BITUMINOUS li PAVEMENT Sal Pumps `\ s �1✓• - fAY Conaetsee��� UST's 24'.28' - Conue4s `\ - Slob - - - - - =__ y s PROTEry a Isand I a, TRE '� 9 Electric \ ��(��77^^�c'� 9618 •-`_� Propo a :,a , Curb k UST Vsn�t P'p y Tonk and o Gutter = a = =__ —� Bdiartla w/ I. Top of UST's are approximately \ y „u ti' � C. ta 56" below ground surface. a cn ca Crete G.U. I' ?. Remove all electrical conduit, raes - I wiring nd .,� -- Chambsr g pan els outside of building. � I K Remove pumps, underground piping, and concrete slob. k Remove propane tank concrete base slab and bailords. (Propone tank to be removed by others.) - r : \' s 4' S, Protect all existing facilities not removed including pavement outside 1x of the removal limits, curb and gutter,4� f and chain link fence. -- - - -- < ya BENCH MARK 903a� , r Top nut of fire hydrant - -- - -- --------------------- ----------- DRIVEWAY ° r 3 -- ------- -- PARKING LOT I EXISTING SITE PLAN /REMOVALS Bonestroo Rosene NEW HOPE, MINNESOTA FIGURE 1 Anderiik FUEL FACILITY — PUBLIC WORKS Associates CITY PROJECT No. 590 K : \3 \34204 \34204C01.DW(; 12/97 COMM. 34204 PUBLIC WORKS GARAGE il k Ex. 861,1 Curb & Gutter REPLACE BITUMINOUS PAVEMENT \\ \1 N\ \\ \1 Ex. 8618 Curb & Gutter ---------- -------------------- - - - - -- ------- ------------ x is 7 Co ♦ I Ch in -- g Co I i ncrete Grit nr nK hor PUMP ISLAND AND TANKS, (SEE DETAIL IN SPECIFICATIONS) LEGEND X 902.00 = DESIGN ELEV. (FIELD VERIFY) NEW HOPE, MINNESOTA FIGURE 2 FUEL FACILITY — PUBLIC WORKS CITY PROJECT No. 590 K: \34\34204\34204CO2.DWG 12/97 COMM. 34204 ,- - MATCH EXIST. BITUMINOUS a- -MATCH EXIST. BITUMINOUS 8" CONCRETE SLAB w/REINFORCEMENT No. 5, 12" o.c., BOTH DIRECTIONS. 6�' CLASS 5 J AGGREGATE BASE CONCRETE SLAB SECTION DESIGN AND EXISTING No Scale lu 0 0 PPP 6�' CLASS 5 J AGGREGATE BASE CONCRETE SLAB SECTION DESIGN AND EXISTING No Scale L1 1/2" TYPE 41 BITUMINOUS WEAR 2 1/2" TYPE 31 BITUMINOUS BASE 6" CLASS 5 AGGREGATE BASE BITUMINOUS SECTION DESIGN AND EXISTING No Scale lu 0 0 L1 1/2" TYPE 41 BITUMINOUS WEAR 2 1/2" TYPE 31 BITUMINOUS BASE 6" CLASS 5 AGGREGATE BASE BITUMINOUS SECTION DESIGN AND EXISTING No Scale 39' ASPHALT NOTES. 1. 5 GALLON FILL/SPILL MANHOLE. 2. 18^ ROUND MANHOLE W/ 18" SKIRT [TANK PROBE]. 3. DUAL ONE SUCTION PUMP E7. 4. DUAL ONE SUCTION PUMP [DIESEL]. 5. FUEL MANAGEMENT CONTROLLER. 0. ALTERNATE: KIOSK. 7. 4' X 20' X 8 FUEL ISLAND VV/ 24" RAISED ENDS. 8. 39` X 24' X 8" COVER SLAB WITH RE!NFORCEMENT, BROOM FINISH. 9. 2 S|NQLBNALL FIBERGLASS SUCTION PIPING VY/ [1] 2 FLEX CONNECTOR AT TANK AND [1] 2 X 1-1/2^ FLEX AT PUMP. 10. [2] 2 TANK VENTS T0 BE ROUTED T0 FENCE CORNER. 11. AREA LIGHT. A. DIESEL FUEL= [1] 10.000 GALLON STEEL TANK W/ FIBERGLASS EXTERIOR. B. GASOLINE= [11 10.000 GALLON STEEL TANK W/ FIBERGLASS EXTE0OR, PUBLIC WORKS FACILITY NEW HOPE, MINNESOTA FUELING AREA DETAILS 03/25/1998 10:45 8176400131 MONROE & MONROE PAGE 01 PRO DUGL'R :; �. �. a � i#.. 03/25/98 , THIS CERTIFICATE 18 ISSUED AS A MATTER.OF INFO MATION Monroe & (t rs ONLY AND CONFER NO RIfsNT$ UPON THE CERTIFICATE 204 Billings #110. HOLDER. THIS CERTIFICATE DOES, NOT.AMENo, EXTEND OR '.Arlingtetn 1*}[ 76010 ALTER TIRE COVERAGE'AFFORI IEI)SY'THE:POLIC r, BELOW. COMPANIES 'tT1I11. R @al;R Pnone 817 -64d -SO35 Pex 0, COMPANY ... A Mid – co ntinent cnxua l.ty.!Co. INSUYtED ., Amaxican i Tank sevia Inc. COMPANY Dianne 1941tek C '3174 Ry Lii. . Ca MI!I 55117 � •COMPANY, ., �( Little IS Td CERTIFY tHAT THE.POEIOlG?& pF INSURANCE LISTED HAve BELOW t)EEN 15SUED TO THE INBUREp'NAMEp ABOVit. F>OR xti6 POLICY PERIOD . lNi71CATE0, NOTWITHSTANpINO ANY REQUIREMENT, TER OR CONDITION OF ANY CONTRACT OR OTHER DOCGNvt@NT' CERTIFICATE WITkf RESPLCTTO'WHICH THIS MAY BF ISSVED OR MAY PERTAIN, THE INSURANOE.AFFORbep BY THE. POLICIES'bE &CRIBED Ht'RFIN IS'S,URjFCT TO ALL 7 HI= TERMS, EXCLUSIONS AND t7�ND)TIPNS OF SUCH POLICIES, LIMITS $MOWN MAY;HAVE 61`EN REDUCED BY PAID CLAAMI9, h TWfs TYPE OF,INe RANCE POLICY Pd> Ir Y EFfECnVP• PCLIOY EXPIRATION �►TH(MM/dD/YY) DATB(MMIDOiYY): LIMITS GENERAL LIABIUTV ' A COMMERCIAL GrEI�RALLIA9ILITY GGI,2942 05/30/97 05/30/98 GENBRALrlcat3REGATE s2 aaopuoPa coq�±rOP'AOO CLAIMS MAOn' '� OCCUR s 2, 000',.000 OWNER$Zi CONTRACTOR'SP,RO} $ A ADV INJURY EACMOCCURRENCE' $1, 000 ODD. FIREDAMAGE y. On®flrel AUTOMOOMMLIARILIT1r MED EXP (Any bns'P®, oh ) ,, .: VS. 000. '. A ANY AUTO ►1165 Ofa /30/97 05/30/9'B COMeI(+IED'SlNGLELMIr.' $1,060,000, ALL OWNED AUTOS • . SCHEDULED AL Y S BODILY INJURY . . (OV person) HIRED AUTOS NON.OWNED AUTOS BODILY INJU RY . S {Aor: oeold »nQ .•y— PROPFIJtT'YDAMA S GE " GARAGE' LIABILITY' .. >: ANY AUTO AUTO ONLY - EA •ACCIpENT S O'YWER THAN AUTO ONLY';: . - EACI4AC4"IPENT'' 6 ' EXCESS;LIABIUTY' ABOREQATE S. UMBRELLA FORM EACH OCCURRENCE $ OTH @R THAN UM9PGLLA FORM ACCREGATS.5 WORKERS Go ION AND EMPLOYERS' SIAM LITf _ PROPRfETQR( '! INCL T . THE 7 ", PARTNERS/EXECUtiTVE' OFFICERS ARE: PJ(CL q'F.MPL ©YEE 3 OTHER t1 Lad /Rental 6,849789 05/30'/97 05/30/98 100000'�.l�►' '' 200000/1'00 A All Risk SCI ied: RcDx OP49109 05/30/97 05/30/98 ' ow'nwd' equipvneztt IESCRIP'TION'OF OPERATId Ot?ATIONSA/EHIGLESISPECIAL ITEMS - 3ud4en & A00id4Atm1 -. Pollution in included in above generml iabi.�ity. - + Q� .6HbULb aKf oR TwR AB4vE OERCR<EIffY PaLrcita e¢aMpamy.ptp >AmRt�RRi'f11G , City Ot? .1Q @W R EXPIRATION DATE TNEKEOF, T14E ISsUINd COMPANY'.j3 VV MkL Stevan ;londiall. ,.'' DAYS'WRYfTEN NOTICE. TO THE CERTIPICATE'HOLDER NAMED TO THE LEPT, � 4401 Xy'l.0n Av N Now Hoji,* MR 55428 AU ;'RCS, 71V MINNESOTA WORKERS' COMPENSATION ASSIGNED RISK PLAN Policy Administrator EMPLOYERS INSURANCE OF WAUSAU A Mutual Company Certificate of Insurance This is to certify that the insurance policies (described below by a policy number) written on forms in use by the company have been issued. This certificate is not a policy or a binder of insurance and does not in any way alter, amend or extend the coverage afforded by any policy referred to herein. ISSUED TO NAME AND MAILING ADDRESS OF INSURED AGENT OF RECORD ISSUING DATE CITY OF NEW HOPE AMERICAN TANK SERVICES INC PAULET /SLATER INC 03 25 98 ATTN: MARTIN MALECHA 3174 RYAN LN 2610 UNIVERSITY AVE STE 200 4401 XYLON AVE N LITTLE CANADA MN 55117 ST PAUL MN 55114 NEW HOPE MN 55428 Policy Policy Effective Date Expiration Date Type of Insurance Policy Number (MO /DA /YR) (MO /DA /YR) Workers Compensation 0318 00 143658 06 06 97 O6 06 98 SPECIAL PROVISIONS /LOCATIONS /SPECIFIED AUTOS: THIS POLICY PROVIDES COVERAGE FOR MINNESOTA EXPOSURE ONLY. EACH ACCIDENT $100,000 /DISEASE POLICY LIMIT $500,000 /DISEASE EACH EMPLOYEE $100,000 "IF ANY POLICY DESCRIBED ABOVE IS CANCELED BY THE ISSUING COMPANY DURING THE POLICY TERM FOR OTHER THAN NONPAYMENT OF PREMIUM, THE ISSUING COMPANY WILL MAIL NOTICE 30 DAYS BEFORE THE EFFECTIVE DATE OF SUCH CANCELLATION TO THE PARTY NAMED ABOVE." THIS CERTIFICATE REPLACES THE CERTIFICATE ISSUED ON 03-24 -98 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 policy (policies) described above is subject to aLL of the terms, exclusions and conditions of such policy (policies) during the term(s) thereof. PRODUCER NO. ISSUING OFFICE REGION 0929 PO BOX 1357 MPL MINNEAPOLIS MN 55440 -1357 (612) 830 -1700 Signed __A� .00 Autifrized Compa7q Representative Bond No. LFOI -07343 PERFORMANCE BOND BOND PREMIUM BASED O ANAL CONTRACT PRICE KNOW ALL MEN BY THESE PRESENTS: that American Tank Services, Inc. as Principal (hereinafter called Contractor) and, INTERCARGO I NSURANCE COMPANY as Surety (hereinafter called Surety) are held and firmly bound unto City of New Hope as Obligee (hereinafter called Obligee) in the amount of $102,909.08 ** or One hundred two thousand, nine hundred nine and 08/100 Dollars for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated MQf C' 1 , 19 c W , entered into a contract with the Obligee for construction of Fuel System Removal and Replacement in accordance with Drawings and Specifications prepared by Bonestroo, Rosene, Anderlik & Assoc., Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, il' Contractor shall promptly and faithfully perform said Contract in conformance with the Contract Documents, and all guaranty, indemnity and warranty obligations specified therein, and shall promptly and faithfully remedy any breach of its obligations under the Contract Documents discovered within the time limits set by statute for commencement of actions, and shall pay any damages for unexcused late completion, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration, changes or extension of time made by the Obligee. Whenever the Contractor shall be, and declared by the Obligee to be in default under the Contract, the Surety may promptly remedy the default, or shall promptly: (1) Complete the Contract in accordance with its terms and conditions, or if appropriate, ** Contract award is for the Total Base Bid plus Alternate Bids - Lump Sum. 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 54 Between City & Contractor 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Surety, and Surety shall pay such bidder pursuant to such contract, while the Obligee shall pay the Surety the cost of completion, up to but not exceeding the balance of the contract price. The term "balance of the contract price ", as used in this paragraph, shall mean the total amount payable by the Obligee to Contractor under the Contract and any amendments thereto, less the amount paid by the Obligee to Contractor, of if appropriate, (3) Promptly pay such sums to the Obligee as the Obligee may be entitled from the Contractor under the Contract Documents, or for the breach thereof, but not exceeding the amount set forth in the first paragraph hereof. The surety agrees to be bound by any award granted to the Obligee against the Contractor in arbitration or judicial proceedings commenced pursuant to the Contract Documents. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the successors of the Obligee. Signed and sealed this 13TH day of MARCH 1998 American Tank Services, Inc. ontractor Signature DIANNE R. HOLTE (Typed or Printed name of Signer) Signature (Typed or Printed name of Signer) Title O 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 55 Between City & Contractor (If the contractor is it partnership or joint venture, all partners or co- venturers must execute this Bond.) INTERCARGO INSURANCE COMPANY Surety 1450 EAST AMERICAN LANE SCHAUMBURG, IL 60173 Address (800) 394 -3924 Phone No. Vv"it By N M' V I- V SignatbT6 JENNIFER L. STRAND (Typed or Printed name of Signer) Title ATTORNEY -IN -FACT RUDNIK SURETY, INC. P.O. BOX 120176 NEW BRIGHTON MN 55112 (Local Address & Telephone Number) (612) 786 -9666 (The attorney -in -fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 56 Between City & Contractor Acknowledgement by Surety State of Minnesota County of Ramsey On this the 13th day of March , 1998, before me, Janet L. Rudnik Notary Public, personally appeared Jennifer L. Strand - ,personally known tome to be the person whose name is subscribed to the within instrument and acknowledged to me all that he executed the same in his /her authorized capacities, and that by his /her signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota ) ) SS. County of ) On this day of , 19 , before me personally appeared , to me known to be the person described in and who executed the foregoing bond, and acknowledged that _he executed the same as the free act and deed of the individual. (Notarial Seal) Signature of Notary Public CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota ) ) SS. County oi' le t .j ) On this day of , 19, before me personally appeared /! a and to me personally known who, being by me duly sworn, did say that they are respectively the 1 VC — I NT and , of American Tank Services, Inc. that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument w as ex cuted in behalf of the corporation by authority of its Board of Directors, and said _ PI PAM � jgb? and acknowledged the instrument to be the free act and deed of said corportA 1 JENNIFER L. STRAND R NOTARY PUBLIC - MINNESOTA 1 w t - (Notarial . �il) _MY C ommission Expires jan, 31 ,2W Signature of tary Publi INTERCARGO INSURANCE COMPANY, 1450 EAST AMERICAN LANE, SCHAUMBURG, IL 60173 Full Name & Address of Surety Company's Home Office RUDNIK SURETY, INC., P.O. BOX 120176, NEW BRIGHTON, MN 5511 C ONTACT: JENNIFER S TRAND Full Name, Address, Phone, and Contact Person of Local Bond Agency If this bond is executed outside of the State of Minnesota, it must be countersigned on the Performance Bond by a Minnesota resident agent of the Surety Company. Name & Address of Agent Affixing Countersignature MEMORANDUM: Affix here Power of Attorney and Acknowledgment of Corporate Surety. O 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 57 Between City & Contractor VOID IF NOT USED BY: 41�� 0 ,5 r,,, Power of Attornev on this form shall INTERCARGO INSURANCE COMPANY 1450 East American Lane • 20th Floor Schaumburg, Illinois 60173 -5458 1- 800 - 394 -3924 e valid as to bonds, undertakings, approval Cote POWER # ;cognizances or other written obligations i the nature hdatef executed on or after ( VIII' lllll lllllllllllllllllllllllllllllllllllllllll L F 01 -07343 aid expiration JCIPAL American T anh Services, Inc, 3174 Ryan Lane,, LifiEle C nad&,MN 55117 .IGEE Cit of New Hope 4401 .t 'loo Ave, No-4h, Ne, H.,.,, MN 55428 ',CRIPTION & LOCATION OF OBLIGATION Fnnel stem Removal and Replacement) Cify IProi.erf #590, BRA File No. 34204 ILa.ocaiie Hope, ! IN IAL SUM PRINCIPAL TAX ID. PROJECT # $102,909.08 41_1845746 LIMITED ru , ER OF ATTORNEY To be used only in conjunction with the bond specified herein. his Power of Attorney may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered erased. This Power of Attorney bears the numbered seal of INTERCARGO INSURANCE COMPANY. No representations or , arranties regarding this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO ISURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to ITERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney shall be werned by the laws of the State of Illinois. KNOW ALL MEN BY THESE PRESENTS: That INTERCARGO INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of the State of Illinois does hereby nominate, constitute and appoint: Jennifer Lo Strand its true and lawful Attorney -in -fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds, undertakings, recognizances and written obligations in the nature thereof, as follows: Birl License Bon & u pto an l neous bonds gap fo $500,000 & performance :t i Bon21s U1p 'lo $Z,00 Connrf IBon nap fD $500,000.00 Such bonds and undertakings, when duly executed by the aforesaid Attorney -in -fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and seated with its corporate seal. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. STATE OF ILLINOIS ss. COUNTY OF COOK I, Michael L. Rybak Secretary of the INTERCARGO INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at SC ¶ ¶ this � 'E'l day of l'��r �� , {�,Fl.nnn'rn!tb4il r , � A'Y3 {)4S g QV' Rpopgl '•�O �s ?U SEAL - SECRETARY oN CON -24L (09/96) This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 5th day of December, 1988: 'RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship, and that any Secretary or any Assistant Secretary of the Company.be, and that each or any of them hereby is authorized to attest the execution of any such Power of Attorney, and to attach thereto the Seal of the Company. FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached. " Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on April 4, 1987: "RESOLVED, That the signature of James R. Zuhlke, as President of this Corporation, and the seal of this Corporation may be affixed or printed on any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be here unto affixed, and these presents to be signed by its duly authorized officers this loth day of September , 1996 . INTERCARGO INSURANCE COMPANY t ,sVRgti °h 4 BY: ° o . C F" PRESIDENT aeoa C Are 3? y2. SEAM ATTEST: SECRETARY STATE OF ILLINOIS ss. COUNTY OF COOK On this loth day of September ,1996 before me personally came James R. Zuhlke to me known, who, being duly sworn, did depose and say: that he is President of the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like order and authority. OFFICIAL SEAL ELIZABETH BRANCHER NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES: 10 /05/98 NOTARY PUBLIC 8OND PREmium BASED ON Nate ONT PRICE Bond No. LF01 -07343 LABOR AND MATERIAL PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that American Tank Services, Inc. as Principal, (hereinafter called Contractor) and, INTERCARGO INSURANCE COMPAN as Surety (hereinafter called Surety) are held and firmly bound unto City of New Hope as Obligee (hereinafter called Obligee) for the use and benefit of claimants as hereinbelow defined, in the amount of $102,909.08 ** or One hundred two thousand, nine hundred nine and 08/100 Dollars, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated 610,lrck /, / ` , entered into a contract with Obligee for construction of Fuel System Removal and Replacement in accordance with Drawings and Specifications prepared by Bonestroo, Rosene, Anderlik & Associates, Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract and shall keep the Project free and clear of all liens as provided in the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. Claimant is defined as one permitted by applicable law to file a Public Contractor's Bond claim for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include without limitation that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, insurance premiums, taxes, and any items for which a claim or lien may be filed against the Obligee under the applicable law. 2. The above named Contractor and Surety hereby jointly and severally agree with the Obligee that every claimant as herein defined, who has not been paid in full may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sums as may be justly due claimant, and have execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. ** Contract award is for the Total Base Bid plus Alternate Bids - Lump Sum. O 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 58 Between City & Contractor 3. No suit or action shall be commenced hereunder by any claimant: (a) Unless claimant shall have filed a public contractors bond claim in the form and within the time provided under applicable law, or (b) After expiration of time for enforcement of a public Contractors bond claim by legal action. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. 5. The Contractor and Surety shall keep the Project free and clear of liens and shall promptly remove any and all liens filed against the Project by claimants. 6. The Obligee's right of action on this bond, or for the breach thereof, shall not be limited by the conditions set forth in paragraphs I through 3 above. 7ss American Tank Services, Inc. Contractor By Signature DIANNE R. HOLTE (Typed or Printed name of Signer) Title PRESIDENT By Signature (Typed or Printed name of Signer) Title (If the contractor is a partnership or joint venture, all partners or co- venturers must execute this Bond.) O 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 59 Between City & Contractor (If the contractor is a partnership or joint venture, all partners or co- venturers must execute this Bond.) INTERCARGO INSURANCE COMPANY Surety 1450 EAST AMERICAN LANE SCHAUMBURG, IL 60173 Address (800) 394 -3924 Phone No. Witness B j Sign ure JENNIFER L. STRAND (Typed or Printed name of Signer) Title ATTORNEY -IN -FACT RUDNIK SURETY, INC. P.O. BOX 120176 NEW BRIGHTON MN 55112 (Local Address & Telephone Number) (612) 786 -9666 (The attorney -in -fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) 0 1998 Bonestroo, Roscne, General Construction Contract Anderlik & Associates, Inc. 60 Between City & Contractor Acknowledgement by Surety State of Minnesota County of Ramsey On this the 13th day of March , 1998, before me, Janet L. Rudnik Notary Public, personally appeared Jennifer L. Strand , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me all that he executed the same in his /her authorized capacities, and that by his /her signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. \A `\A/\^AAAAAAAAAAAAAA Signature (Seal) A 2C,42,0 IV VVVVt :V'ti,7V VV , fv IV CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota ) ) SS. County of ) On this day of , 19 before me personally appeared , to me known to be the person described in and who executed the foregoing bond, and acknowledged that _he executed the same as the free act and deed of the individual. (Notarial Sea]) Signature of Notary Public CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota ) )SS., County of W 0 ) On this day of , 19 ll /' , before me personally appeared and , to me personally known who, being by me duly sworn, did say that they are respectively the lart(j and , of American Tank Services, Inc. that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors, and said and acknowledged a the rnrnnrntinn RUDNIK SURETY, INC., P.O. BOX 120176, NEW BRIGHTON, MN 55112 CONTACT: JENNIFER STRAND Full Name, Address, Phone & Contact Person of Local Bond Agency If this bond is executed outside of the State of Minnesota, it must be countersigned by a Minnesota resident agent of the Surety Company. Name & Address of Agent Affixing Countersignature MEMORANDUM: Affix here Power of Attorney and Acknowledgment of Corporate Surety. 0 1998 Bonestroo, Rosene, General Construction Contract Anderlik & Associates, Inc. 61 Between City & Contractor INTERCARGO INSURANCE COMPANY, 1450 EAST AMERICAN LANE, SCHAUMBURG, IL 60173 Full Name & Address of Surety Company's Home Address VOID IF NOT USED BY: 4 1�� 05/15 Jo Power of Attorney on this form shall INTERCARGO INSURANCE COMPANY 1450 East American Lane • 20th Floor Schaumburg, Illinois 60173-5458 1 -800 -394 -3924 )e valid as to bonds, undertakings, ecognizances or other written obligations approval Code — POWER # n the nature thereof executed on or after ;aid exprat on date ii III I�II�I�I��II 'I�'I�'II�III�I��II� II'II �r �` F01-0a 343 NCIPAL Anaericaan T nls Services, Inc. 1174 Ryan L..,,, Lif�le CCa.avl.,MN 55117 _IGEE CiiT of Ne,y Hope 4401 X11.. A,eo North, Neav Hope, MN 55428 >CRIPTION & LOCATION OF OBLIGATION I Fuel S7 saes, Ren1aDPal anntl Replacenneui, City Project #590, B RA File No. 34 204 Laca-fion� Hope, M dAL SUM PRINCIPAL TAX ID. PROJECT # $102,909.08 41- 1845546 LIMITED POWER OF ATTORNEY To be used only in conjunction with the bond specified herein. his Power of Attorney may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered erased. This Power of Attorney bears the numbered seal of INTERCARGO INSURANCE COMPANY. No representations or , arranties regarding this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO ISURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to ITERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney shall be )verned by the laws of the State of Illinois. KNOW ALL MEN BY THESE PRESENTS: That INTERCARGO INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of the State of Illinois does hereby nominate, constitute and appoint: Jennifer L. Straad its true and lawful Attorney -in -fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds, undertakings, recognizances and written obligations in the nature thereof, as follows: License nnse r& ]Pe &n, Misc:ell�lae,oaas o nn;cls u p fo $500,000 Per' ormance & Paaymenf Bonds up to $3,000,000.00 Court Bonds nap to $500,000.00 Such bonds and undertakings, when duly executed by the aforesaid Attorney -in -fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. STATE OF ILLINOIS ss. COUNTY OF COOK I, Michael L. Rybak Secretary of the INTERCARGO INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at c li 9 2nnn,al�nnmg ! � aa,ovs this 1 t day of Larch 9 _ SECRETARY .... ® . klIN0� ;N CON- 24L(09/96) This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of - Directors of the Company on the 5th day of December, 1988: "RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship, and that any Secretary or any Assistant Secretary of the Company be, and that each or any of them hereby is authorized to attest the execution of any such Power of Attorney, and to attach thereto the Seal of the Company. FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached." Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on April 4, 1987: "RESOLVED, That the signature of James R. Zuhlke, as President of this Corporation, and the seal of this Corporation may be affixed or printed on any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be here unto affixed, and these presents to be signed by its duly authorized officers this 10th day of September , 1996 . INTERCARGO INSURANCE COMPANY BY: ,m "`NSURq �.,,, PRESIDENT , �Ull� • b ATTEST: 2iiNV . SECRETARY STATE OF ILLINOIS SS. COUNTY OF COOK On this 10th day of September ,1996 before me personally came James R. Zuhlke to me known, who, being duly sworn, did depose and say: that he is President of the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like order and authority. w OF EM ELIZHER NOTARY LLINOIS MY COM/05/98 NOTARY PUBLIC This is a change order to the contract with American Tank Services, Inc. for additional work required for the removal and replacement of the fuel system. Due to poor soil conditions, additional quantities of rock and sand were required to provide acceptable backfill. Manways and manholes were required for the installation of piping sumps and inspection openings. These materials were not included in the original contract documents. At the request of New Hope staff, the emergency shut off valves were moved to a safer location. After installation of the pumps was completed, a one inch diesel nozzle was changed to a % inch nozzle. The additional cost of $2,990.86 for these changes will be paid from the project budget. This is less than 3% of the original contract amount, and is the only anticipated change order for this project. Staff recommends approval of the resolution. (Kia6 � r TO: - Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 99-02 RESOLUTION APPROVING CHANGE ORDER NO. 1 TO CONTRACT WITH AMERICAN TANK SERVICES, INC. IMPROVEMENT PROJCET 590 FUEL SYSTEM REMOVAL AND REPLACEMENT WHEREAS, The City has entered into a contract with American Tank Services, Inc. for the removal and replacement of the fuel system at the New Hope Public Works Facility; and WHEREAS, during the course of construction, modifications have been made to the approved plans and specifications to address existing field situations and conditions; and WHEREAS, the City has received a cost proposal from American Tank Services, Inc. to modify the terms of the contract to address the field conditions. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, -Hennepin County, Minnesota: That the City Council hereby approves Change Order .No. 1 to the contract with American Tank Services, Inc. in the amount of $2,990.86. 2. That the City Manager is authorized to sign Change Order No. 1 to the contract with American Tank Services, Inc. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 25 day of January, 1999. Mayor Attest: City Clerk G:resolutn\590 CO #1 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 January 12, 1999 American Tank Services, Inc. 3174 Ryan Lane Little Canada, MN 55117 City Halt: 612- 531 -5100 Police: 612 -531 -5170 Public Works: 612 - 533 -4823 TDD: 612 -531 -5109 City Hall Fax: 612 - 531 -5136 Police Fax: 612 - 531 -5174 Public Works Fax. 612- 533 -7650 Fire Dep't, Fax: 612- 531 -5175 SUBJECT: CHANGE ORDER NO. 1 - IMPROVEMENT PROJECT NO. 590 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on January 11 , 1999, by the New Hope City Council. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk, CIVIC enc. cc: Guy Johnson, Acting Director of Public Works Mark Hanson, City Engineer / ! For Family Living Family Styled City ,N`r -����� Sonestroo Rosen Owner: City of New Hope, 4401 Xylon Avenue N., New Hope, MN 5542 Date Dec. 30, 1998 Andolk 6, Contractor: American 'Tank Services, Inc., 3174 Ryan Lane, Little Canada, MN 55117 Associate gineers & Architeeb Bond Co. St. Paul. MliwaukL COUNCIL Originating Department Public Works By: Guy Johnson Approved for Agenda Agenda Section �. 4/26/99 1 Consent f Item No. BY 6.7 RESOLUTION APPROVING FINAL PAY REQUEST TO AMERICAN TANK SERVICES, INC., IN THE AMOUNT OF $10,126.39 FOR IMPROVEMENTS TO THE PUBLIC WORKS FUEL FACILITY PROJECT NO. 590 REQUESTED ACTION Staff is recommending that Council pass a resolution to accept Improvement Project 590 and approve final payment to American Tank Service, Inc., in the amount of $10,126.39. BACKGROUND The City of New Hope operates a fuel facility located at Public Works. This facility provides fueling services for all Public Works, Police, and Administration vehicles and equipment. Approximately 65,000 gallons of fuel is dispensed each year at this facility. In 1998, the State of Minnesota and the Federal Environmental Protection Agency (EPA) mandated that the City comply with new governmental regulations regarding the proper storage and dispensing of bulk fuel. In 1998, the City undertook an improvement project at the Public Works fuel facility involving the removal and installation of a new UST system, the removal of unsuitable soil materials, excavation of soil and bituminous material, and the installation of two 10,000 gallon fuel tanks. The City Engineer has reported that all work has been satisfactorily completed and recommends that final payment be made to American Tank Services, Inc. There was one change order for this project. The change order, involving American Tank Services, Inc., was necessary to complete additional work that was required in the removal and replacement of the fuel system. Due to poor soil conditions, additional quantities of rock and sand were necessary to provide an acceptable level of backfill. Also, manways and manholes were required for the installation of piping sumps and inspection openings. These materials were not included in the original contract. Staff recommends approval of the motion. im • to c I: RFA \Pubworks \590Final PayReq &Res Request for Action Final Payment- Improvement No. 590 April 26, 1999 FUNDING Funding for this program is available through the Public Works operating budget for the Central Garage Replacement Fund. The following is a summary of the costs associated with the fuel system removal and replacement project:. • Original Contract Amount $ 102,909.08 • Change Order- Addition 2,990.86 • Revised Contract Amount $ 105,899.94 • Value of the Completed Project $ 107,527.74 ATTACHMENTS Please find attached, a memorandum from the City Engineer and a copy of the request for payment form regarding the fuel system removal and replacement project. I: RFATubworks1590Fina1PayReq &Res CITY OF NEW HOPE RESOLUTION NO. 99- 77 RESOLUTION APPROVING FINAL PAY REQUEST TO AMERICAN TANK SERVICES, INC. FOR IMPROVEMENTS TO THE PUBLIC WORKS FUEL FACILITY (PROJECT NO. 590) WHEREAS, the City has entered into a contract with American Tank Services, Inc., for the removal and replacement of the fuel system at the New Hope Public Works Facility; and, WHEREAS, staff is recommending that the Council pass a motion to accept Improvement Project 590 and approve final payment to American Tank Services, Inc., in the amount of $10,126.39; and, WHEREAS, the City Engineer has reported that all work has been satisfactorily completed and recommends that final payment be made to American Tank Services, Inc. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota: That the contract between the City of New Hope and American Tank Services, Inc., in the amount of $10,126.39 is approved. 2. That the Mayor and City Manager are authorized to sign the contract documents. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 26 day of April, 1999. Mayor Attest: City Clerk I: Pubworks \590Final PayReq &Res Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative ActioniEqual Opportunity Employer Principals: Otto G. Bonestroo, PE. - Joseph C. Anderlik, P.E. • Marvin L. Sorvala, P.E. Glenn R. Cook, P.E. • Robert G. Schunicht, P.E. - Jerry A. Bourdon, P.E. Robert W. Rosene. PE., Richard E. Turner, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferie, PE. Richard W. Foster, BE. - David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE. Michael T. Rautmann, P.E. - Ted K.Field, P.E. - Kenneth P. Anderson, RE. - Mark R. Rolfs. P.E. - Sidney P Williamson, P.E.. L.S. - Robert F. Kotsmith - Agnes M. Ring • Allan Rick Schmidt, P.E. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN - Milwaukee, WI Website: www.bonestroo.com April 19, 1999 Mr. Tom Schuster City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 Re: Public Works Fuel System Removal and Replacement City Project No. 590 Our File No. 34 -98 -204 Dear Tom: The Public Works Fuel System is installed and operating as specified. All software and monitoring system issues have been addressed and corrected by the Contractor. Therefore, we recommend final payment to American Tank Services in the amount of $10,126.39 The final value of construction is $107,527.74. This is 1.5 percent over the revised contract amount of 105,899.94. Additional common excavation, the disposal of sludge from the old tanks, and dewatering costs all contributed to the 1.5 percent increase. It is recommended that the City continue to monitor the contaminated soil in the area of the old pumps. No soil correction is anticipated at this time. Monitoring will continue until the site is cleared by the MPCA. It is further recommended that Public Works staff work with LOGIS to coordinate the fuel system with future software revisions. The signed final pay requests are attached. IC -134 forms are being prepared by American Tank and will be forwarded to the City in approximately one week. Final payment should not be released until these forms are received. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 7 - Vincent T. Vander Top cc: Guy Johnson Mark Hanson 2335 West Highway 36 St. Paul, MN 55113 n 651 - 636 -4600 a Fax: 651-636 -1311 fi Bonestro Rosen Owner: City of New Hope, 4401 X Ion Ave. N., New Hope, MN 5548 Anderlik Associate For Period: December 30, 1998 to April 15, 1999 Rei Engineers 6 Architects S. z, Miles Contractor: American Tank Services, Inc., 3174 Ryan Lane, Little Canada, MN 55117 REQUEST FOR PAYMENT FUEL SYSTEM REMOVAL AND REPLACEMENT File No. 34 -98 -204 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 1 1 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 6/Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Approved by Contractor: AMERICAN TANK SERVICES INC s _ Specified Contract Completion Date: $ 2,990.86 Date: April 15, 1999 >t No: 6 %Final $ 102,909.08 $ 105,899.94 $ 107,527.74 $ 0.00 $ I07,527.74 $ 0.00 $ 107,527.74 $ 97,401.35 $ 10,126.39 Approved._by Owner: CITY O N OPE Date: L\341342041Wordlreq uest6.wb2 No. Item Unit 1 Remove existing UST system LS 2 Install new UST system LS 3 Remove concrete pavement SY 4 Remove bituminous pavement SY 5 Remove concrete curb and gutter LF 6 Common Excavation CY 7 Class 5, aggregate base TN 8 Salvage Class 5, aggregate (CV) CY 9 Bituminous base course mixture SY 10 Bituminous wear course mixture SY 11 B618 concrete curb and gutter LF 12 Topsoil borrow (LV) CY 13 Seeding w/4 -inch topsoil AC 14 8 -inch concrete slab SY Total Base Bid 1,358.72 Alternate Bids - Lump Sum Fuel Management System utilizing encoded data keys (see Spec., Part 3 - Alts., 3.01.C) LS Total Alternate Bids Alternate Bid - Unit Prices Removal and disposal of UST sludge materials (see Specifications, Part 3 - Alternates 3.02.A) Dewatering during installation and excavation (see Specifications, Part 3 - Alternates 3.02.13) Change Order No. I 1 Part A- Unsuitable Soils 1 1/2 - inch rock TN Pit -run sand TN 2 Part B- Manways and Manholes 36 -inch manways and manhole covers EA 3 Part C- Emergency Shut Off Valves Conduit and wiring LS Contract Unit Quantity Amount Quantity Price to Date to Date l 6,330.00 1 6,330.00 1 69,050.00 1 69,050.00 185 5.86 185 1,084.10 610 3.25 625 2,031.25 50 4.43 80 7.72 176 1,358.72 110 7.78 86.4 672.19 55 5.79 55 318.45 600 6.58 625 4,112.50 600 4.45 625 2,781.25 50 6.69 15 10.29 16 164.64 0.10 4,887.80 0.1 488.78 130 54.45 130 7,078.50 95,470.38 1 $7,775.00 1.00 $4.75/GA 4.75 114 $750.00 /GA/LS $750.00 50 18.95 95 12.00 2 221.68 1 345.00 50 95 2 7,775.00 7,775.00 541.50 750.00 947.50 1,140.00 443.36 345.00 1 A34 \34204 \Word\request6.wb2 4 Part D -Pump Nozzel 3/4 - inch nozzel LS Total Change Order No. 1 Total Base Bid Total Alternate Bids Total Change Order No. I Total Work Completed To Date 115.00 115.00 2,990.86 S95,470.38 59,066.50 52,990.86 S107,527.74 1: \34 \34204 \W ord\req uest6.wb2 PROJECT PAYMENT STATUS Owner CITY OF NEW HOPE Project No. 34 -98 -204 File No. 34 -98 -204 Contractor AMERICAN TANK SERVICES INC CHANGE ORDERS No. Date Tincrrintinn A .. _a 1 12/30/98 Additional work. 2,990.86 1,553.63 31,072.50 Change Orders 05/15/98 3 44,564.92 3,899.15 77,982.95 Total Change Orders $2,990.86 PAYMENT SUMMARY No. Perintl Pavmnnt i?ot,:. I Start 05/15/98 29,518.88 1,553.63 31,072.50 Change Orders 05/15/98 06/17/98 44,564.92 3,899.15 77,982.95 3 06/17/98 07/23/98 9,426.11 4395.26 87,905.17 4 07/23/98 11/03/98 11,050.13 4.976.84 99,536.88 5 11/03/98 12/30/98 2,841.31 5.126.39 102,527.74 6 12/30/98 04/15/99 1 10,12639 107,527.74 7 8 9 1 10 . ] Material on Hand Total Payment to Date $107,527.74 Original Contract $102,909.08 Retainage, Payment No. 6/F Change Orders 2,990.86 Total Amount Earned $107,527.74 Revised Contract $105,899.94 ! :\34 \34204\W o rd \req uest6.wb2 0412311999 11,09 6514817SS2 AMERICAN TANK SERVIC PAGE 02 T?k attklrlvlt rtlwt ba AWWW try lbw MWwec % 0e9ermwnt of Rev~ Omm ft --- — — Staft of or any of h wubdtvfskv* a mom Mw papnww sB ar e m lom Q1vY� t--v" �.. tti�.*cS, - �-i�c. e •�` c t"ak,`l ` j am A+or.rv..r wont 1�.e► ( —" "°" �'.� l L k%l - - I c Old you rave employ@ waft W Oft project? It none. eaplal who did OW waft TOW Comm faOlMW Fmv@w &Nrlwrt Q rrii ea •P$ Adore" Stse cffi4�eaA`'rtes ns r� 4 Check V* box ftt ynttr 1nvW In the jowj#4r arid fm In ail Int rt mWon mqucated I n that camgary. SQte cxlxitror C'i Suixmntracttor H you ate a subcontractor. rill In the name and address of the =* =or that hires! you: Q Prime C4ntmator tf you =boontra out an y work on Oft project. ail of your mA oont actors must fife their own IC-134 aftidavits and have them certified by the Qepartment of PAvenue before you can file your affidavit. For each subcoontractor you had. tail in the business information below, and attach it copy of each suboor%vA=es cert9fied IC -1$4. (tf you need more space; attach a separate sheet.) Business namo Address 2n25-MW 16i6irai OW as #dmV=m 1 haw fgWo kn an Um form i* mw am m00M aD go OW at mY lasawwra r am bog 1 aua me the OepAM MM or Rw nw to 12 3UO3a Oprprw►a i. ftmaoor+ nal " b Min PmleM hlck+dl++5t mxq*V cooa of thts form. Certiff =ta of CampllSOM with A Alnn*Wt a irtctottte Tax WlUft*lirlg Law Fused an records of the Minnesota Departmem of Revenue. b certify that the contractor who has signed this Certificate has fuifitted all the requirements of Minnesota Statutes 2911.92 and 250.97 Oxmming the witttkatding of Minnesota income tax from Wagft paid to employees Wating to car atz services with the state at Minnesota andtor its subdivisions. c ,s sus ,13 For certification. mall to: Minnesota {department of revenue, 9usinew Trust Tax Sion Mail Station 6610. SL Paul. MN 55146 -6610