Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03.19.18 Council Packet
Meeting Location: Farmington Farmington City Hall Minnesota 430 Third Street Farmington,MN 55024 CITY COUNCIL REGULAR MEETING AGENDA MARCH 19, 2018 7:00 P.M. Action Taken 1. CALL TO ORDER 7:00 P.M. 2. PLEDGE OF ALLEGIANCE 3. ROLL CALL 4. APPROVE AGENDA S. ANNOUNCEMENTS/COMMENDATIONS a) Administer Police Officer Oath to Officer Lacey Neumann Administered 6. CITIZEN COMMENTS/RESPONSES TO COMMENTS(This time is reserved for citizen comments regarding non-agenda items.No official action can be taken on these items. Speakers are limited to five minutes to address the city council during citizen comment time.) 7. CONSENT AGENDA a) Approve Minutes of the March 12, 2018, Special City Council Meeting— Administration Approved b) Approve Minutes of the March 12, 2018, City Council Work Session— Administration Approved c) Appointment Recommendation Fire Department—Human Resources Approved d) Authorize Replacement of the 1994 Plow Truck—Public Works Authorized e) Authorize Replacement of the 2008 Garbage Truck—Public Works Authorized f) Authorize Replacement of the 2002 Hook Truck—Public Works Authorized g) Adopt Resolution Approving Joint Powers Agreement Between Dakota County and the City of Farmington for a Household Hazardous Waste Drop Off Day—Public Works R13-18 h) Adopt Resolution Approving Waste Delivery Agreement with Specialized Environmental Technologies—Public Works R14-18 i) Approve Bills - Finance Approved REGULAR AGENDA 8. PUBLIC HEARINGS 9. AWARD OF CONTRACT a) Contract for Rambling River Park Feely Fields Fence Replacement Project Approved b) Agreement with Wold Architects and Engineers for Professional Services for City Hall Build Out Project Approved c) Schmitz-Maki Arena Door Replacement Project Approved d) Outdoor Pool Demolition Project Approved 10. PETITIONS,REQUESTS AND COMMUNICATIONS 11. UNFINISHED BUSINESS 12. NEW BUSINESS a) Ordinance Amendments Regarding Kennels Ord 018-736 Ord 018-737 b) 2017 Interfund Transfers Review and Expenditures Discussion Approved c) 2018 Paid On-Call Fire Fighter Wage Adjustment R15-18 d) Ordinance Amending Title 2 of the City Code Boards and Commissions Stipends Ord 018-738 13. CITY COUNCIL ROUNDTABLE 14. ADJOURN ok)litt, City of Farmington ' p 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 ' •4,,, +9.° www.cifarmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brian A. Lindquist, Police Chief SUBJECT: Administer Police Officer Oath to Officer Lacey Neumann DATE: March 19, 2018 INTRODUCTION Filling the final vacancy of 2017, the Farmington Police Department tendered an offer of employment that was gratefully accepted by Officer Lacy Neumann. DISCUSSION Officer Lacy Neumann, a 13 year veteran of the Roseville Police Department and Farmington High School alumni, returned to Farmington this past month as an officer with the Farmington Police Department. We are very fortunate to recruit an experienced officer in Officer Neumann. During Lacy's time in Roseville, she served time as a valued patrol office and most recently was a much loved School Resource Officer. We are very excited and happy for Lacy's return to Farmington BUDGET IMPACT This positioned is funded in the 2018 budget. ACTION REQUESTED Acting City Clerk Kienberger will administer the Oath of Office to Officer Neumann. ATTACHMENTS: Type Description D Cover Memo Neumann Oath of Office Oath of Office Farmington Police Department I, Lacy Neumann, do solemnly swear, That I will support and defend the Constitution of The United States of America and the State of Minnesota against all enemies, foreign and domestic. That I will bear true faith and allegiance to the same. That I take this obligation freely, without mental reservation or purpose of evasion. That I will well and faithfully discharge the duties upon which I am about to enter, so help me God. Officer Signature: Witness: Lacy Neumann David McKnight,City Administrator Date: March 5,2018 Date: March 5,2018 Chief of Police Brian A.Lindquist (o�FAR�r S City of Farmington v 430 Third Street - Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 '*.„ www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: David McKnight, City Administrator SUBJECT: Approve Minutes of the March 12, 2018 Special City Council Meeting-Administration DATE: March 19, 2018 INTRODUCTION Attached for your review are the minutes of the March 12, 2018 special city council meeting for your review. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Approve the minutes of the March 12, 2018 special city council meeting. ATTACHMENTS: Type Description D Backup Material March 12, 2018 Special City Council Meeting Minutes CITY OF FARMINGTON CITY COUNCIL MINUTES SPECIAL MEETING MARCH 12, 2018 1. Call to Order Mayor Larson called the meeting to order at 6:00 p.m. 2. Pledge of Allegiance Mayor Larson led those in attendance in the pledge of allegiance. 3. Roll Call Present-Larson, Bernhjelm, Craig and Donnelly Absent-Bartholomay Staff Present-Administrator McKnight, Parks and Recreation Director Distad, Community Development Director Kienberger and Public Works Director Gehler. 4. Agenda Motion by Bernhjelm, second by Donnelly,to approve the agenda as presented. APIF, motion carried. 5. Announcements/Commendations None 6. Citizen Comments None 7. Consent Agenda Motion by Craig, second by Donnelly, to approve the consent agenda: a) Approve Minutes of the February 20, 2018 City Council Work Session-Administration b) Approve Minutes of the February 20, 2018 City Council Meeting-Administration c) Approve Minutes of the February 26, 2018 City Council Meeting-Administration d) Adopt Resolution R11-2018 Declaring Surplus Property and Authorize the Sale of Surplus Property-Police e) Approve Regional Safety Group Safety Consultant-Human Resources March 12, 2018 Minutes - 1- f) Adopt Resolution R12-2018 Approving a Gambling Event Permit for Farmington Travel Baseball-Community Development g) Approve Bills-Finance APIF, motion carried. 8. Public Hearings None 9. Award of Contract None 10. Petitions, Requests and Communications None 11. Unfinished Business None 12. New Business None 13. City Council Roundtable None Adjourn Motion by Bernhjelm, second by Craig, to adjourn the meeting at 6:02 p.m. APIF, motion carried. Respectfully Submitted David rloikt David McKnight, City Administrator March 12, 2018 Minutes -2- §0R11i City of Farmington u: 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 „ .A pao0�, www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: David McKnight, City Administrator SUBJECT: Approve Minutes of the March 12, 2018 City Council Work Session-Administration DATE: March 19, 2018 INTRODUCTION Attached for your review are the minutes of the March 12, 2018 city council work session. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Approve the minutes of the March 12, 2018 city council work session. ATTACHMENTS: Type Description D Backup Material March 12, 2018 Work Session Minutes CITY OF FARMINGTON CITY COUNCIL MINUTES WORK SESSION MARCH 12, 2018 Mayor Larson called the work session to order at 6:03 p.m. Roll Call Present-Larson, Bernhjelm, Craig and Donnelly Absent-Bartholomay Also Present-Administrator McKnight, Community Development Director Kienberger, Parks and Recreation Director Distad and Public Works Director Gehler Agenda Administrator McKnight removed the benefits discussion and the transfers and budget review items from the agenda. These will be brought back in a future meeting. Motion by Craig, second by Donnelly, to approve the agenda. APIF, motion carried. Rambling River Center Plaza Discussion Parks and Recreation Director Distad and Community Development Director Kienberger reviewed the Rambling River Center Plaza project that the city council reviewed in July 2017. The city council has expressed an interest in developing this project. As a starting point, city staff recommends incorporating this project into the 2040 Comprehensive Plan-Parks and Recreation Chapter. The estimated cost of the total project is between $501,000 and $708,000. The city council is interested in finding partners to help complete this project. City staff reviewed the different phases that have been proposed in the plan. The city council concurred that the city should be responsible for the base layer of the parking lot on the property. The city council discussed possible ways the project could be funded and potential partnership opportunities. City staff will work to break down the phases and costs to help look for potential partners in the project. The city council would like to see phase one of the project completed in 2019. At this point the city council has the goal of having the project completed by 2021 and funding split between city dollars, partnership dollars and grant funding March 12, 2018 Work Session Minutes - 1- Capital Improvement Plan Preview Public Works Director Gehler provided the city council with an update on the work that is taking place with the city capital improvement plans. These plans were originally developed in 2012 but with time and new staff members, a restart of these plans is in order. Gehler reviewed how the 2030 financial plan interacts with the capital improvement plans, pavement management and other plans. Gehler discussed different CIP's that are in place and being updated including street projects, fleet, building maintenance and more. Time was also spent discussing the current approach to pavement management and potential future changes to the approach the city takes on this issue. Gehler reviewed with the city council the proposed water related projects for the next three years including a new city well, water tower refurbishment and the construction of a new water tower. The proposed reconstruction project in Westview Acres was reviewed with the city council. The city council consensus was to move forward on this project in 2019 and begin the work necessary to communicate this project with residents and to prepare the project to go out for bid for construction in 2019. Gehler also reviewed the current plan of replacing one plow truck per year starting in 2018 with funding for the first three years coming from different utility funds. With this in mind, Gehler proposed purchasing two vehicles in 2018 to address this overdue need. The city council agreed with this recommendation. City Administrator Update Administrator McKnight updated the city council on the following items: ✓ Received input on the Tobacco 21 issue. The city council would prefer this issue be addressed statewide. ✓ Received input on city council and board/commission compensation. ✓ Staff provided an update on the Fairhill development. Adjourn Motion by Craig, second by Bernhjelm,to adjourn the meeting at 7:35 p.m. APIF, motion carried. March 12, 2018 Work Session Minutes -2- Respectfully Submitted David McKnight, City Administrator March 12, 2018 Work Session Minutes -3- 70R14Cityof Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 4 +•.,,POO' www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brenda Wendlandt, Human Resources Director SUBJECT: Appointment Recommendation Fire Department-Human Resources DATE: March 19, 2018 INTRODUCTION The recruitment and selection process for the appointment of the paid on-call Assistant Fire Chief position has been completed. DISCUSSION After a thorough review of all applicants by the Fire Department and the Human Resources Office, this promotional opportunity has been offered to Adam Fischer, subject to ratification by the city council. Mr. Fischer has been with the Fire Department since March of 2003 and is currently a captain in the department. Mr. Fischer meets the qualifications for this position. BUDGET IMPACT The Assistant Fire Chief position is paid both a monthly stipend of$282.00 and the hourly rate for fire fighters for training and call hours. Funding for this position is authorized in the 2018 budget. ACTION REQUESTED Approve the appointment of Adam Fischer as a paid on-call Assistant Fire Chief effective on March 20, 2018. fAiik0 City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 Arit,,rr ., www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Todd Reiten, Municipal Services Director SUBJECT: Authorize the Replacement of the 1994 Plow Truck-Public Works DATE: March 19, 2018 INTRODUCTION The city owns eight large dump trucks across the streets,parks, &utility divisions. These trucks are utilized to complete a variety of duties including: snow plowing, application of salt, snow hauling, hauling equipment and materials for street and utility repairs. During the winter months these trucks are used as the primary snow plowing equipment each plowing a route averaging 10 centerline miles. These trucks were purchased from 1990 to 2007. The useful life for a municipal plow truck averages 12 to 15 years. Starting in 2018, these trucks are planned to be replaced one per year. DISCUSSION At the March 12, 2018 city council work session, staff reviewed the current condition of the 1994 Chevy plow truck planned to be replaced in 2019. This truck is in poor condition and is at risk for costly repairs to maintain it in a operable condition. This truck is planned to be financed with funds that currently are available in the sanitary sewer fund reserve therefore it is recommended that it be replaced in 2018. This purchase schedule will also allow us to take advantage of the 2018 pricing(due to expire in April)and will be available for the 2018-2019 plow season. Due to the number of plow trucks we have and the complexity of the hydraulic, electrical and control systems, it is ideal for them to be similar in make, model, and appurtenant equipment. This allows staff to be efficient with repairs, reduces the types of parts required for inventory and allows operators to be familiar with and to more easily operate any truck. Staff researched the current technologies and trends in trucks of this type and recommended a truck for purchase earlier this year. It is recommended that this truck be identically equipped. A plow truck is comprised of two separate purchases including the chassis, which is then sent to a separate vendor to be equipped with the box,plows, and control systems. The state manages the Minnesota Cooperative Purchasing Venture(CPV)which acquires bids meeting the state contracting laws for many goods and services. Pricing was obtained for both the truck chassis and equipment through the vendors holding the state bid. The cost of the plow truck chassis on the state contract is $83,982.00. The city pays after-the-fact tax which is estimated to be$5,458.83 giving a total price of$89,440.83. The cost of the plow and dump body on the state contract is $108,580.00. The city pays tax on only motor vehicles. Since the equipment is installed after delivery of the chassis, it is considered equipment and we do not pay tax. The total cost of the plow truck is $198,020.83. Staff is seeking the best value for the disposal of the old equipment and will provide an update once received. BUDGET IMPACT The Sanitary Sewer Enterprise Fund has sufficient fund reserve for this purchase. The total cost of the truck chassis and plows/dump body/controls is $198,020.83 minus trade-in/disposal value. ACTION REQUESTED Authorize the sale/trade in of the 1994 Chevy Kodiak and purchase of a 2018 Freightliner truck chassis and Falls plow/dump body/control system. ATTACHMENTS: Type Description D Cover Memo Snow Plow Truck Equipment D Cover Memo Truck Chassis ®® 1 7-AMC.' "Where Craftsmanship,Service, &Expertise Equals Value For You!" 31-Jan-18 Todd Reiten Farmington, City of 19650 Municipal Drive Farmington, MN 55024 RE:SNOWPLOW TRUCK EQUIPMENT QUOTE Todd, Towmaster is happy to provide,for your consideration under State of MN Contract#126502,the following: • Towmaster 10'6" EDGE-RS Dump body,w/accessories,hoist,all lighting,&cabshield • Falls 11'underchassis scraper • • Falls 10'wing • Falls 12" plow and plow hitch • Falls undertailgate sander • Force America Hydraulic system • Rear towing hitch package • Complete to Farmington's specifications and installed on customer supplied chassis. Total Package Price:$108,580.00 TOWMASTER EXCLUSIVE WARRANTY:5 yr Steel/Stainless Steel Body Structure;5 yr Whelen LED Light Systems;3 yr Palfinger Hoists;2 yr Hyd,Snow Equip,Tele Hoists, and all other items. Contract expires 3/31/2018 Thank-you for the opportunity to quote your equipment needs. Please contact us with any questions you may have. Sincerely, Timothy . Erickson Truck Eq Gen Mgr 61381 US Hwy 12 Litchfield,MN 55355 Toll Free:800.462.4517 Ph:320.693.7900 Fax:320.693.7921 www.towmastertruck.com www.towmaster.com Prepared for: Prepared by: JOHN KIMLINGER Steve London STATE OF MINNESOTA I-STATE TRUCK CENTER 112 ADMINISTRATION BLDG 11152 COURTHOUSE BLVD. 50 SHERBURNE INVER GROVE HEIGHTS,MN ST PAUL,MN 55155 55077 Phone:651-966-5708 Phone:651-455-9775 QUOTATION SET BACK AXLE-TRUCK 18,000#TAPERLEAF FRONT SUSPENSION CUM L9 350 HP @ 2000 RPM,2200 GOV RPM,1000 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL LB/FT @ 1400 RPM CAB ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH 4125MM(162 INCH)WHEELBASE PTO PROVISION 7/16X3-9/16X11-1/8 INCH STEEL FRAME DETROIT DA-RS-23.0-4 23,000#R-SERIES SINGLE REAR (11.11 MMX282.6MM/0.437X11.13 INCH)120KSI AXLE 1600MM(63 INCH)REAR FRAME OVERHANG 26,000#FLAT LEAF SPRING REAR SUSPENSION WITH BODY COMPANY INSTALLED ADDITIONAL FRONT HELPER AND RADIUS ROD FRAME REINFORCEMENT FOR SNOW PLOW DETROIT DA-F-18.0-5 18,000#FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE PER UNIT TOTAL VEHICLE PRICE TOTAL#OF UNITS(1) $ 84,205 $ 84,205 EXTENDED WARRANTY $ 0 $ 0 DEALER INSTALLED OPTIONS $ 0 $ 0 CUSTOMER PRICE BEFORE TAX $ 84,205 $ 84,205 FEDERAL EXCISE TAX(FET) $ (223) $ (223) TAXES AND FEES $ 0 $ 0 OTHER CHARGES $ 0 $ 0 TRADE-IN ALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCY) $ 83,982 $ 83,982 COMMENTS: Projected delivery on_/_/_provided the order is received before_/_/ APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X Date: / / See your local dealer for a competitive quote from Daimler Truck Financial,or Daimler Truck Financial contact us at Information@dtfoffers.com. Daimler Truck Financial offers a variety of finance,lease and insurance solutions to Financing that works for you. fit your business needs.For more information about our products and services,visit our website at www.daimler-truckfinancial.com. Application Version 9.3.109 03/14/2018 11:38 AM Data Version PRL-15D.015 CFRE/GHTUNER) FARMINGTON SINGLE AXLE PLOW Page 1 of 1 TWO 004 City of Farmington bra. 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 NAK00. www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Todd Reiten, Municipal Services Director SUBJECT: Authorize the Replacement of the 2008 Garbage Truck-Public Works DATE: March 19, 2018 INTRODUCTION The Solid Waste Division owns five garbage trucks for picking up solid waste throughout Farmington. The useful life of a garbage truck averages seven to nine years.The three oldest garbage trucks are model years 2006, 2007 and 2008. The 2008 truck has been the most problematic of the three and is recommended for replacement first. DISCUSSION A garbage truck is comprised of two separate purchases; including the chassis,which is then sent to a separate vendor to be equipped with the sideloader. Staff researched garbage trucks and has chosen the Labrie Automizer Right-Hand sideloader mounted on a 2019 Autocar truck chassis. The state manages the Minnesota Cooperative Purchasing Venture(CPV)which acquires bids meeting the state contracting laws for many goods and services. Pricing was obtained for the truck chassis through a vendor holding the state bid. Pricing for the sideloader was obtained from a vendor through the National Joint Powers Alliance(NJPA). NJPA is a national municipal contracting agency that that also meets the state contracting laws. The cost of the truck chassis on the state contract is $156,550.00. The tax is estimated to be$10,175.75. The cost of the Labrie Automizer sideloader is $127,802.00. The sideloader vendor has offered a trade-in of $28,000.00 for the city's 2008 truck,which would bring the sideloader cost to $99,802.00. Since the sideloader is installed after delivery of the chassis, it is considered equipment and the city does not pay tax. The total cost of the solid waste truck is $266,527.75. The bid summaries are attached. BUDGET IMPACT The 2018 budget estimated $260,000 for the replacement of the garbage truck. The Solid Waste Fund can support the total cost of$266,527.75. ACTION REQUESTED Authorize the trade in of the 2008 Peterbilt and purchase of a 2019 Autocar truck chassis and Labrie Automizer sideloader in the amount of$266,527.75. ATTACHMENTS: Type Description D Cover Memo Autocar Chassis D Cover Memo Labrie Sideloader Prepared By Jer Javens Prepared For LENA LARSON Quote Id:LABRIE SPEC CITY OF FARMINGTON MN Phone: 507-929-0660 Quote Number:Q0031316 03/08/2018 Quote Summary Values are in U.S. Dollar EQUIPMENT EACH TOTAL ACX64 Class 8 $153,850.00 $153,850.00 SINGLE RIGHT HAND DRIVE CAB QUANTITY 1 ADDITIONAL PURCHASED COVERAGES $0.00 $0.00 EPA SURCHARGE $0.00 $0.00 ADDITIONAL PRICE ADJUSTMENT $0.00 $0.00 FACTORY CONTRACT MODIFICATION $0.00 $0.00 OUTSIDE CONTRACT FREIGHT $0.00 $0.00 MISC/ORDER CHANGE FEES $750.00 $750.00 ADDITIONAL SURCHARGE $0.00 $0.00 NORTH AMERICAN FREIGHT VIA DESIGNATED SHIPPER $1,950.00 $1,950.00 TOTAL EQUIPMENT PRICE $156,550.00 $156,550.00 OTHER CHARGES EACH TOTAL FET AMOUNT TOTAL $0.00 $0.00 STATE TAX/OTHER FEES $0.00 $0.00 TOTAL QUOTE $156,550.00 $156,550.00 Dealer Signature Customer Signature Date Date -By signing the Quote Summary, Customer approves the information contained in the Quote,subject to final approval by Autocar. Autocar endeavors to provide but does not guarantee error free Quotes. All price quotations are for informational purposes only,and prices are subject to change without notice. Final prices will be reflected on the invoice for the Autocar chassis or on a document expressly evidencing Autocar's intent to be bound. Autocar may substitute comparable components for those listed on any quote. Estimates of unloaded weight distribution are provided for informational purposes only,are not guaranteed by Autocar and do not take into account vehicle application,body type or other modifications. Autocar is not responsible for modifications to the Autocar chassis after shipment from the Autocar assembly plant. Modifications by body builders and other upfitters or converters may void the Autocar limited warranty in whole or in part. -Autocar will deliver the Autocar chassis to the designated agent for delivery. Price Level:201710152019A Thursday,March 8,2018 Page 1 of 2 9:11:49 AM EST Prepared By Jer Javens Prepared For LENA LARSON Quote Id:LABRIE SPEC CITY OF FARMINGTON MN Phone:507-929-0660 Quote Number:Q0031316 03/08/2018 GAWR, GVWR & Tire Pressure GVW Rating—66,000# Front GAWR 20,000# Rear GAWR 46,000# Front Suspension 20,800# Rear Suspension 46,000# Front Wheels 20,000# Rear Wheels 59,100# Front Tire Size And 20,400# Rear Tire Size And 48,000# Tread Tread Front Brakes 20,000# Rear Brakes 52,000# Front Axle 20,000# Rear Axle 46,000# PSI Front PSI 130.0 Rear PSI 105.0 Price Level:201710152019A Thursday,March 8,2018 Page 2 of 2 9:11:49 AM EST 1125 7th Street E IVO MACQUEEN St Paul, MN 55106 EQUIPMENT 651-645-5726 • 800-832-6417 Fax: 651-645-6668 Branch Ship To: SAME AS BELOW 01 - MACQUEEN EQUIP Date Time Page 03/02/2018 7:34:12 (0) 1 Account No Phone No Est No 07 FARM1001 6512806800 Q00739 Ship Via Purchase Order Invoice To: CITY OF FARMINGTON 430 3RD ST Tax ID No FARMINGTON MN 55024 Salesperson JUDD GENEREAUX 126 EQUIPMENT ESTIMATE - NOT AN INVOICE Description ** QUOTE ** EXPIRY DATE: 03/08/2018 Amount LABRIE AUTOMIZER 126874.00 PRICING BASED OFF NJPA CONTRACT PRICING INCLUDES: 31 YD BODY CRUSHER PANEL HD ARM (32-300 gal.) AUXILLIARY ARM CONTROLS GRABBER COUNTER SPILL SHIELD CAMERA-HOPPER, RH SIDE RAIL, TAIL GATE, TRIPLE ZONE DEFENSE CLEAN OUT TOOLS TOOL BOX-24" ALUMINUM, MOUNTED TO CHASSIS 1-COLOR URETHANE PAINT. FREIGHT INCLUDED FROM FACTOR TO ST. PAUL Sale # 01 Subtotal: 126874.00 TOTAL: 126874.00 PDI, DELIVERY & TRAINING. 928.00 Sale # 02 Subtotal: 928.00 TOTAL: 928.00 Trade Ins Serial #: H 28000.00- 2008 32 yd Heil Rapid Rail Trade In Total: 28000.00- Subtotal: 99802.00 Authorization: Quote Total: 99802.00 Quality Environmental Solutions and Support ` MACQUEEN EQUIPMENT www. macqueeneq .com GROUP' l ItRif �► City of Farmington p 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 '4 , www.cifarmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Todd Reiten, Municipal Services Director SUBJECT: Authorize the Replacement of the 2002 Hook Truck-Public Works DATE: March 19, 2018 INTRODUCTION The Solid Waste Division uses a hook truck to haul dumpsters of garbage from commercial and residential customers. The average useful life of a hook truck is 12 to 15 years. The Solid Waste Division is scheduled to replace the 2002 hook truck in 2018. DISCUSSION A hook truck is comprised of two separate purchases; the chassis,which is then sent to a separate vendor to be equipped with the hook and lift mechanism. The state manages the Minnesota Cooperative Purchasing Venture(CPV)which acquires bids meeting the state contracting laws for many goods and services. Pricing was obtained for the truck chassis and hook/lift system through vendors holding the state bid. The cost of the truck chassis on the state contract is $71,520.00.The chassis vendor has offered a trade-in of$8,500.00 for the city's 2002 hook truck, which would bring the chassis cost to $63,020.The tax is estimated to be$4,096.30. The cost of the hook/lift with added options is $36,110.00. Since the hook/lift system is installed after delivery of the chassis, it is considered equipment and the city does not pay tax. The bid summaries are attached. BUDGET IMPACT The 2018 solid waste budget estimated $100,000 for the replacement of the 2002 hook truck. The fund can support the total cost of$103,226.30. ACTION REQUESTED Authorize the trade in of the 2002 GMC C6500 hook truck and purchase of a 2019 Freightliner truck chassis and Galbreath Hooklift for$103,226.30. ATTACHMENTS: Type Description D Cover Memo Freightliner Chassis D Cover Memo Galbreath Hooklift Prepared for: Farmington MN Prepared by: Luke Jannett Roll Off Jeramiah Javens State Of Minnesota HARRISON TRUCK CENTERS 50 Sherburne Ave 2200 4TH AVE.NORTH St Paul,MN 55155 MANKATO,MN 56001 Phone:651-201-2446 Phone:507-929-0660 QUOTATION SET BACK AXLE-TRUCK DETROIT DA-F-8.0-3 8,000#FF1 71.5 KPI/3.74 DROP CUM L9 300 HP @ 2000 RPM,2200 GOV RPM,860 LB/FT SINGLE FRONT AXLE @ 1300 RPM 10,000#TAPERLEAF FRONT SUSPENSION ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL PTO PROVISION CAB MS-17-14X 17,500#R-SERIES SINGLE REAR AXLE 4750MM(187 INCH)WHEELBASE 20,000#FLAT LEAF SPRING REAR SUSPENSION WITH 11/32X3-1/2X10-15/16 INCH STEEL FRAME RADIUS ROD (8.73MMX277.8MM/0.344X10.94 INCH)120KSI 1600MM(63 INCH)REAR FRAME OVERHANG PER UNIT TOTAL VEHICLE PRICE TOTAL#OF UNITS(1) $ 71,471 $ 71,471 EXTENDED WARRANTY $ 200 $ 200 DEALER INSTALLED OPTIONS $ 0 $ 0 CUSTOMER PRICE BEFORE TAX $ 71,671 $ 71,671 FEDERAL EXCISE TAX(FET) $ (151) $ (151) TAXES AND FEES $ 0 $ 0 OTHER CHARGES $ 0 $ 0 TRADE-IN ALLOWANCE $ (8,500) $ (8,500) BALANCE DUE (LOCAL CURRENCY) $ 63,020 $ 63,020 COMMENTS: Projected delivery on_/_/_provided the order is received before—/ / APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer:X Date:—/_/ See your local dealer for a competitive quote from Daimler Truck Financial,or D2ir'Icr Truck Financial contact usatlnformation@dtfoffers.com. Financing that works for you. Daimler Truck Financial offers a variety of finance,lease and insurance solutions to fit your business needs.For more information about our products and services,visit our website at www.daimler-truckfinancial.com. Application Version 9.3.10903/07/2018 7:12 PM Data Version PRL-15M.014 Farmington MN 25500 Roll Off 333 2nd Street NE Quote/Order# 021518-096-01 Hopkins, MN 55343-8337 Date Issued: 02/28/18 952-938-5451 Quote Expires On: Fax:952-938-0159 Salesman: S.Anderson Equipment & Supply www.abmequip.com Custom Truck Equipment For The Utility, Construction, Municipal And Refuse Industries City of Farmington Terms: 19650 Municipal Dr PO#: Farmington,MN 55024 Phone: 651-280-6905 Fax: Attn: Lena Larson E-mail: Llarsonci.farminoton.mn.us Qty. Description Unit Price 2018 Galbreath Hooklift per Minnesota State Contract#137243 7.2 U13-HK-120 Hooklift -36"hook height -13,000 lbs capacity -10'-14'boxes -Poly fenders -In cab air controls -Outside controls -Hoist up alarm with signal light -Hoist maintenance props -Mid-body LED lights -Backup alarm -Heavy duty rear hinge -Rear bumper with recessed LED lights -Close coupled pump -Mounted -Manuals -Painted black $26,888.00 0.0 Hotshift PTO $975.00 0.0 Rear pull plate with pintle hitch/Ball Combo $980.00 0.0 ECCO Warning lights(4),two(2)in front grill and two(2)in back bumper with guards $690.00 0.0 48"aluminum tool box $688.00 0.0 Pioneer HR1500H Auto Tarping System $5,220.00 0.0 ECCO 5585CA mini light bar mounted on cab $669.00 ABOVE PRICES DO NOT INCLUDE ANY APPLICABLE TAXES DISCLAIMERS Any warranties on the products sold hereby are those of the manufacturer.As between this retail seller and buyer,all products are sold in an AS IS condition. The entire risk as the quality of the product is with the buyer,Seller does expressly refrain from making any representation or warranties and does hereby disclaim any and all warranties,express or implied.Including any implied warranty of merchantability or fitness for a particular purpose,whether arising from statute,common law,custom or otherwise.The remedy set forth in this agreement shall be the exclusive remedy available to any person.No person has the authority to bind the seller to any representation or warranty other than this disclaimer.This disclaimer by this seller In no way affects the terms of the manufacturer's warranty.The seller shall not be liable for any consequential damages resulting from the use of this product or caused by any defect,failure or malfunction of any product,whether a claim for such damage is based upon warranty,contract,negligence or otherwise.The seller shall not be liable for any loss of profit,wages,earnings,employment,contracts or otherwise.The buyer acknowledges being informed of the above disclaimer prior to sale. Acceptance Signature: Print Name: Date: Seller Acceptance: o`�FA�►i� City of Farmington *-104 = 430 Third Street k„,.. Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 „ www.cifarmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Lena Larson, Municipal Services SUBJECT: Adopt a Resolution Approving a Joint Powers Agreement Between Dakota County and the City of Farmington for a Household Hazardous Waste Drop Off Day-Public Works DATE: March 19, 2018 INTRODUCTION Dakota County has partnered with cities to host one-day household hazardous waste drop-off days since 1985. Drop-off days are held annually in communities whose residents are less likely to be adequately served by The Recycling Zone in Eagan. By partnering with the county on a drop-off day in Farmington, the city is able to add a layer of value and service to all Dakota County residents by providing a local opportunity to safely dispose of unwanted paints, solvents, and other household hazardous waste in addition to oil and oil filters, automotive tires, and batteries. Televisions and computer monitors will be accepted for a$10 fee, all other electronics will be free. DISCUSSION Dakota County is again offering the city of Farmington an opportunity to partner on a one-day household hazardous waste drop-off day in 2018. The county will be responsible for providing equipment, staff,publicity outside of the Farmington area, and coordination and reimbursement of the disposal contractor. The county will also be responsible for delivery and sorting of waste. The county will provide personal safety equipment. The county is requesting that the city provide a site for the collection day, local publicity, a minimum of fifteen staff people,management of solid wastes and recyclables received during the collection, cardboard recycling, traffic coordination, and the collection and management of lead-acid batteries, tires, used oil, and oil filters. The household hazardous waste drop-off day will be at the Maintenance Facility on Saturday, September 8, 2018. The collection day will start at 9:00 a.m. and end at 1:00 p.m. BUDGET IMPACT The costs of the household hazardous waste drop-off day to the city are approximately$3500, including staff, and will be paid out of the 2018 solid waste budget. ACTION REQUESTED Adopt a resolution authorizing the city to enter into the joint powers agreement with Dakota County for a household hazardous waste collection event. ATTACHMENTS: Type Description D Backup Material DC JPA D Resolution Resolution Dakota County Contract#C0030152 JOINT POWERS AGREEMENT BETWEEN DAKOTA COUNTY • AND THE CITY OF FARMINGTON FOR A HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENT WHEREAS,Minn.Stat.§471.59 authorizes local governmental units to jointly or cooperatively exercise any power common to the contracting parties;and WHEREAS,Dakota County(County)is a political subdivision of the State of Minnesota;and WHEREAS,the City of Farmington(City)is a governmental and political subdivision of the State of Minnesota;and WHEREAS,the parties desire to conduct a household hazardous waste and electronics collection event in the City. NOW,THEREFORE, in consideration of the mutual promises and benefits that the County and the City shall derive from this Agreement,the County and the City hereby enter into this Agreement for the purposes stated herein. ARTICLE 1 PURPOSE The purpose of this Agreement is to define the responsibilities and obligations of the County and the City for the organization and implementation of a household hazardous waste and electronics collection event to be held in the City during 2018(EVENT). ARTICLE 2 PARTIES The parties to this Agreement are Dakota County, Minnesota(County)and the City of Farmington, Minnesota(City). ARTICLE 3 TERM This Agreement shall be effective the date of the signatures of the parties to this Agreement and shall remain in effect until completion by the parties of their respective obligations under this Agreement,unless earlier terminated by law or according to the provisions of this Agreement. ARTICLE 4 COOPERATION The parties agree to cooperate and use their reasonable efforts to ensure prompt implementation of the various provisions of this Agreement and to, in good faith, undertake resolution of any dispute in an equitable and timely manner. ARTICLE 5 OBLIGATIONS OF PARTIES 5.1 CONTRACTS WITH VENDORS.The packaging,analysis,storage transportation and disposal of household hazardous wastes and electronics generated by the EVENT shall be governed by the terms of separate contracts between the County and its vendors,copies of which will be provided to the City upon request.The packaging, analysis,storage,transportation and disposal of additional items collected by the City at the EVENT shall be governed by the terms of separate contracts between the City and its vendors,copies of which will be provided to the County upon request.The County and the City acknowledge and agree to abide by the terms of said contracts. 5.2 SITE. The collection site for the EVENT will be located at the City of Farmington Maintenance Facility, 19650 Municipal Drive,Farmington. Dakota County Contract#00030152 Page l of 8 Joint Powers Agreement I 5.3 GENERAL DUTIES OF PARTIES. Each party shall assist in the organizational duties associated with the EVENT, including site set-up and coordination,volunteer coordination,and publicity for the EVENT. In general,the County will provide equipment,staff,coordination and reimbursement of the household hazardous waste and electronics disposal contractors(vendor).The County will be primarily responsible for collection and sorting of household hazardous waste and electronics.The County will provide personal safety equipment, including gloves,safety glasses and,as needed,protective aprons and/or coveralls for the County and City workers. In general,the City will provide a site at which the EVENT will take place,vendors and staffing for the collection and management of solid wastes(trash),recyclables(including cardboard),lead-acid batteries,and used oil received during the EVENT,and, if planned,may also organize,collect,and properly manage additional items, such as tires,appliances,and scrap metal, received during the EVENT.The City will provide reimbursement to the disposal contractor(vendor)for all planned items collected. In addition,the City will be primarily responsible for traffic control and staffing for the collection of oil filters and antifreeze.The City will provide necessary operational equipment at the site,fire extinguishers,eye wash and emergency shower,forklift and forklift operator,dumpsters,directional signs, sanitary facilities and running water. 5.4 PUBLICITY.The City will provide publicity for the purpose of advertising the EVENT.In publicizing the EVENT, the City shall follow the Communication and Outreach Guidelines for Household Hazardous Waste/Electronics Collection Events attached hereto and incorporated herein by this reference as Exhibit 1. The City will ensure that all EVENT publicity developed by the City is approved by the Dakota County Liaison before being used.The County will provide publicity for the EVENT outside of the City area. 5.5 WORKERS.The County will provide 8 to 10 employees or volunteers to staff the collection site and the City shall provide at least 15 employees or volunteers to staff the collection site specifically at the HHW and electronics collection areas.All workers must be at least 18-years of age and will read and be familiar with the document entitled"Household Hazardous Waste Site Safety Plan"(HHWSP)prior to the EVENT.The HHWSP shall be present and easily accessible to all workers at the site. • 5.6 HAZARDOUS WASTE GENERATOR NUMBER. The County will act as the hazardous waste generator for all household quantities of accepted hazardous waste collected at the site during the EVENT. 5.7 ACKNOWLEDGEMENT.The City and County shall appropriately acknowledge each other in any promotional materials, signage, reports,publications,notices and presentations relating to the EVENT.This section shall survive the termination of this Agreement. ARTICLE 6 COSTS 6.1 EMPLOYEES.Each party shall be responsible for payment to their own employees. No party shall be liable to the other party for any remuneration to the other party's employees. 6.2 CITY'S COSTS.The City is responsible for the payment of the costs associated with the following: A. Supplying the operational equipment at the site,fire extinguishers,forklift,forklift operator, dumpsters,chairs,directional signs,sanitary facilities,running water,cardboard recycling,and traffic control and coordination. B. The collection, proper management and disposal of solid wastes(trash),recyclables(including cardboard), lead-acid batteries, used oil and any additional items received during the EVENT, such as tires,appliances and scrap metal. Disposal of City-collected materials shall be governed by agreements between the City and the vendor(s)of its choice: C. The City may charge residents for planned and publicized additional items collected during the EVENT. Any fees collected must not exceed the City's anticipated costs for managing the additional items. Dakota County Contract#C0030152 Page 12 of 8 Joint Powers Agreement 8.3 COUNTY'S COSTS. Except as to wastes identified in Section 6.2,the County shall be responsible for the payment of all costs for packaging,storage,transportation and disposal of household hazard waste and electronics collected at the EVENT. ARTICLE 7 INDEMNIFICATION Each party to this Agreement shall be liable for the acts of its officers,employees or agents and the results thereof to the extent authorized by law and shall not be responsible for the acts of the other party, its officers,employees or agents. The provisions of the Municipal Tort Claims Act, Minn.Stat.ch.466 and other applicable laws govern liability of the County and the City.The provisions of this section shall survive the expiration or termination of this Agreement. ARTICLE 8 AUTHORIZED REPRESENTATIVES AND LIAISONS 8.1 AUTHORIZED REPRESENTATIVES.The following named persons are designated the Authorized Representatives of the parties for purposes of this Agreement.These persons have authority to bind the party they represent and to consent to modifications,except that the authorized representative shall have only the authority specifically or generally granted by their respective governing boards. Notice required to be provided pursuant to this Agreement shall be provided to the following named persons and addresses unless otherwise stated in this Agreement,or in a modification of this Agreement: TO THE COUNTY: Georg T. Fischer Environmental Resources Department Director 14955 Galaxie Avenue Apple Valley, MN 55124 TO THE CITY: Todd Larson Mayor,City of Farmington 430 Third Street Farmington, MN 55024 In addition,notification to the County regarding termination of this Agreement by the other party shall be provided to the Office of the Dakota County Attorney,Civil Division,1560 Highway 55,Hastings, Minnesota 55033. 8.2 LIAISONS.To assist the parties in the day-to-day performance of this Agreement and to ensure compliance and provide ongoing consultation, a liaison shall be designated by the County and the City. The parties shall keep each other continually informed, in writing, of any change in the designated liaison.At the time of execution of this Agreement,the following persons are the designated liaisons: County Liaison City Liaison Rolland Meillier Lena Larson Telephone:(952)891-7545 Telephone: (651)280-6905 Email:Rolland.meillier@co.dakota.mn.us Email:Ilarson@ci.farmington.mn.us ARTICLE 9 TERMINATION 9.1 IN GENERAL.Either party may terminate this Agreement for cause by giving seven days'written notice or without cause by giving 30 days'written notice,of its intent to terminate,to the other party. Such notice to terminate for cause shall specify the circumstances warranting termination of the Agreement. Cause shall mean a material breach of this Agreement and any supplemental agreements or amendments thereto.Notice of Termination shall be made by certified mail or personal delivery to the authorized representative of the other party.Termination of this Agreement shall not discharge any liability, responsibility or right of any party,which arises from the performance of or failure to adequately perform the terms of this Agreement prior to the effective date of termination. Dakota County Contract#C0030152 Page 13 of 8 Joint Powers Agreement 9.2 TERMINATION BY COUNTY FOR LACK OF FUNDING.Notwithstanding any provision of this Agreement to the contrary,the County may immediately terminate this Agreement if it does not obtain funding from the Minnesota Legislature,Minnesota Agencies,or other funding source,or if funding cannot be continued at a level sufficient to allow payment of the amounts due under this Agreement.Written notice of termination sent by the County to the City by facsimile is sufficient notice under this section.The County is not obligated to pay for any services that are provided after written notice of termination for lack of funding.The County will not be assessed any penalty or damages if the Agreement is terminated due to lack of funding. ARTICLE 10 GENERAL PROVISIONS 10.1 SUBCONTRACTING.The parties shall not enter into any subcontract for the performance of the services contemplated under this Agreement nor assign any interest in the Agreement without prior written consent of all parties and subject to such conditions and provisions as are deemed necessary. Such consent shall not be unreasonably withheld. The subcontracting or assigning party shall be responsible for the performance of its subcontractors or assignors unless otherwise agreed. 10.2 EXCUSED DEFAULT—FORCE MAJEURE.Neither party shall be liable to the other party for any loss or damage resulting from a delay or failure to perform due to unforeseeable acts or events outside the defaulting party's reasonable control,providing the defaulting party gives notice to the other party as soon as possible.Acts and events may include acts of terrorism,war,fire,flood,epidemic,acts of civil or military authority,and natural disasters. 10.3 CONTRACT RIGHTS CUMULATIVE NOT EXCLUSIVE. A. All remedies available to either party for breach of this Agreement are cumulative and may be exercised concurrently or separately,and the exercise of any one remedy shall not be deemed an election of such remedy to the exclusion of other remedies.The rights and remedies provided in this Agreement are not exclusive and are in addition to any other rights and remedies provided by law. B. Waiver for any default shall not be deemed to be a waiver of any subsequent default.Waiver of breach of any provision of this Agreement shall not be construed to be modification for the terms of this Agreement unless stated to be such in writing and signed by authorized representatives of the County and the City. 10.4 COMPLIANCE WITH LAWS/STANDARDS.The City and the County agree to abide by all federal, state or local laws, statutes, ordinances, rules and regulations now in effect or hereafter adopted pertaining to this Agreement or to the facilities, programs and staff for which either party is responsible. 10.5 MODIFICATIONS.Any alterations, variations, modifications, or waivers of the provisions of this Agreement shall only be valid when they have been reduced to writing, signed by the authorized representatives of the County and the City. 10.6 MINNESOTA LAW TO GOVERN. This Agreement shall be governed by and construed in accordance with the substantive and procedural laws of the State of Minnesota, without giving effect to the principles of conflict of laws.All proceedings related to this Agreement shall be venued in Dakota County, Minnesota. The provisions of this section shall survive the expiration or termination of this Agreement. 10.7 MERGER.This Agreement is the final expression of the agreement of the parties and the complete and exclusive statement of the terms agreed upon and shall supersede all prior negotiations, understandings,or agreements. 10.8 SEVERABILITY. The provisions of this Agreement shall be deemed severable. If any part of this Agreement is rendered void, invalid, or unenforceable, such rendering shall not affect the validity and enforceability of the remainder of this Agreement unless the part or parts that are void, invalid or otherwise unenforceable shall substantially impair the value of the entire Agreement with respect to either party. Dakota County Contract#C0030152 Page 14 of 8 Joint Powers Agreement IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the date(s)indicated below. APPROVED AS TO FORM: DAKOTA COUNTY /s/Helen R.Brosnahan 3/13/18 By Assistant County Attorney/Date Georg T. Fischer, Environmental Resources Director KS-18-119.004 Date of Signature: County Board Res.No. 18-110 CITY OF FARMINGTON By ._--'''�"� -- Todd Larson, Mayor Date of Signature: 2-7c -//9 d8'/ By ujc� �< ry 1 ,City C,erk Date of Signature: 3)-7&—d16,/ Dakota County Contract#C0030152 P age 15(4'8 Joint Powers Agreement Exhibit 1 Communication and Outreach Guidelines for Household Hazardous Waste/Electronics Collection Events To create consistency in the household hazardous waste promotions, Dakota County is asking the cities hosting household hazardous waste collection events to follow the these guidelines in city electronic and print communications,including flyers,mailers,websites, E-News and other promotional materials. A. Required content: City communication pieces should contain the following information: 1. Use"Dakota County and City of(insert City name here)Household Hazardous Waste Collection Event"as a description of the collection. 2. Use the City and Dakota County logo. See Section C.below for more details on the County's logo. 3. Date,Day, Hours,and Address of the Household Hazardous Waste Collection Event. 4. List of household hazardous waste items(and other waste–e.g., electronics)that will be accepted). Include as many examples as space allows. See Section D.below for more details. 5. Clarify that household hazardous waste drop off is free,TVs and computer monitors will be charged$10,and other electronics are free,and that drop off is open to all county residents,such as: o "Drop off is open to all County residents."or o "All Dakota County residents can drop off household hazardous waste and electronics." or o "Household hazardous waste—such as leftover paint, household cleaners,driveway sealers,lawn and garden chemicals,fluorescent bulbs and automotive fuels will be collected at the household hazardous waste drop-off day for free from all Dakota County residents." o "TVs and computer monitors will be charged$10,all other electronics are free" 6. Identify that a driver's license is required. 7. Identify a city phone number and website for residents to get more information. 8. Acknowledge County support,such as:"The Household Hazardous Waste Collection Event is partially funded by the city of(insert city name here),Dakota County and the Minnesota Pollution Control Agency."NOTE:"partially funded"is the required terminology for Dakota County acknowledgement;do not use"sponsored by." 9. A list of unacceptable items(e.g., no business,farm or yard waste) 10. If space allows on the communication piece include information that The Recycling Zone is open year-round for residents that cannot make it to the collection event. Include The Recycling Zone's website(www.dakotacounty.us,search Recycling Zone)and the phone number(651-905-4520), if possible. It is preferred this be listed under"What if I Can't Take it to the Household Hazardous Waste Collection Event?"at the bottom of the piece or away from the Collection Event location information to avoid confusion. B. Terminology. City communication pieces should use the following terminology: Use this: Avoid this: Household Hazardous Waste Collection Event Event or Clean-Up Day Household Hazardous Waste, Household Household waste, hazardous materials or Chemicals HHW Electronics E-waste Dakota County Contract#C0030152 Page 16 of 8 Joint Powers Agreement f , Small household electronics Small appliances 1 C. Images. Images of Dakota County's logo and household hazardous waste and electronics can be found in the Household Hazardous Waste,Electronics and Small Household Electronics toolkits at the Local Solid Waste Staff SharePoint site or on the Minnesota Pollution Control Agency website under Marketing Your HHW program. Preferred images include,but are not limited to: il* I *1 , 11 e�la 7 i.5. + fi a - ! „. _ 1 iL, -� irt....,_____ _ ,___ ( 5...,304.... fl'ik 1` Dakota County logo Household hazardous Electronics Small household waste electronics D. List of types of wastes accepted. The list below includes items that have been collected at Household Hazardous Waste Collection Events.Items on the Household Hazardous Waste, Electronics and Small Household Electronics lists are collected at all Household Hazardous Waste Collection Events. It is best to include the entire list when promoting for websites, E-News and phone inquiries.If the list needs to be pared down(e.g.,for print pieces),please use the material names identified below by an asterisk(*). Household hazardous waste ■ Aerosols* ■ Antifreeze * All batteries* • Driveway sealer • Fluorescent light bulbs and tubes* • Household cleaners ■ Gasoline and other fuels ■ Lawn and garden chemicals* • Mercury thermometers and thermostats ■ Oil/Oil filters R Paint—latex or oil* ■ Paint thinner • Pesticides ■ Propane tanks/gas cylinders • Varnish and Stains ■ Weed and insect killers • Wood preservatives * Most products labeled dangerous,flammable,combustible,poisonous,or corrosive* Dakota County Contract#C0030152 Pa g e 17 of 8 Joint Powers Agreement i I • Electronics ■ Answering machines ■ Cell/smart phones* ■ Copiers(desktop only) ■ Computer hardware* (Keyboards,laptops,mouse,towers, hard drives,modems etc.) ■ Computer monitors($10 fee per item)* ■ DVDNHS players • Handheld gaming systems ■ Fax machines(desktop only) a iPods®, MP3 and other portable media players • Printers (desktop only) a Scanners(desktop only) ■ Stereo/radio equipment* ■ Tablets and e-readers a Telephones ■ Televisions($10 fee per item)* • Video game consoles/equipment Small household electronics(please remove batteries from all items) ■ Blenders(remove jar/lid)* ■ Bread makers • Cameras • Carpet sweepers ■ Clocks • Clothing irons ■ Coffee makers(remove glass pot)* • Electrical knives • Electric toothbrushes • Fans r Food sealing equipment ■ Fryers ■ Hair dryers and irons a Heaters a Holiday lights/cords • Metal tools(drills,screwdrivers, sanders,small saws,etc.) • Mixers • Remotes • Shaving equipment a Sewing machines • Toasters and toaster ovens* a Vacuum cleaners(remove bags)* E. County Review and Approval. Ensure all communications pieces are reviewed and approved by the County Liaison before they are used or published. Dakota County Contract 4C0030152 Page j8 of 8 Joint Powers Agreement RESOLUTION NO. R 1 3 -18 APPROVING JOINT POWERS AGREEMENT WITH DAKOTA COUNTY FOR A ONE-DAY HOUSEHOLD HAZARDOUS WASTE EVENT COLLECTION Pursuant to due call and notice thereof, a regular meeting of the City Council and the city of Farmington, Minnesota, was held in the Council Chambers of said city on the 19th day of March, 2018 at 7:00 p.m. Members present: Larson, Bartholomay, Donnelly Members absent: Bernhj elm, Craig Member Bartholomay and Member Donnelly introduced and seconded the following resolution: WHEREAS, Minn. Stat. 471.59 authorizes local governmental units to jointly or cooperatively exercise any power common to the contracting parties; and, WHEREAS, it is considered mutually desirable to hold a one-day household hazardous waste drop-off day in the city of Farmington; and, WHEREAS, the city of Farmington and Dakota County will share project responsibilities and jointly participate in the costs associated with the project as described in the agreement. NOW THEREFORE, BE IT RESOLVED that the city of Farmington enter into an agreement with Dakota County for the following purposes: To share project responsibilities and jointly participate in the costs to hold a one-day household hazardous waste drop-off day in the city of Farmington as described in the agreement. BE IT FURTHER RESOLVED that the proper city officers be and hereby are authorized to execute such agreement, and thereby assume for and on behalf of the city all of the contractual obligations contained therein. This resolution adopted by recorded vote of the Farmington City Council in open session on the 19th day of March, 2018. d Mayor Attested to the ;,?D day of March 2018. 16/ Qt-‘1ministr4fesl SEAL ��� ARiIi City of Farmington . p 430 Third Street Farmington, Minnesota 14 651.280.6800 -Fax 651.280.6899 ,,4.A www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Lena Larson, Municipal Services SUBJECT: Adopt a Resolution Approving a Waste Delivery Agreement with Specialized Environmental Technologies-Public Works DATE: March 19, 2018 INTRODUCTION According to Minnesota Statute 115A.471 and 473.848, waste from public entity operations must follow the Solid Waste Management Hierarchy,which identifies waste reduction,reuse, recycling, organics management, and resource recovery as preferred over land disposal. To meet this requirement, the city of Farmington has hauled the majority of the waste collected in Farmington to a transfer facility in Empire Township where it was transferred to a waste-to-energy facility in Newport that is operated by the Ramsey/Washington Recycling and Energy Board. DISCUSSION On January 1, 2018, the Ramsey/Washington Recycling and Energy Board increased the tipping fee for out- of-county public entity waste to $94/ton(up from$70 per ton in 2017)and instead of tipping at the transfer facility in Empire, the trucks currently drive to Newport. Staff estimated that change would increase the city's annual costs $200,000. In addition, they noted that they will no longer be accepting wastes from outside the county starting in 2019. Staff has been working through alternative and more long term options and has received a Waste Delivery Agreement from Specialized Environmental Technologies in Empire Township. The agreement for 2018 presents a tipping fee of$97 per ton. In addition, the agreement provides that waste will be trans-loaded and hauled to Great River Energy in Elk River where it will be processed into fuel for energy which meets the waste processing requirements. BUDGET IMPACT Although the cost per ton is slightly higher than the Recycling and Energy Facility(Newport), savings will be realized in the reduced transportation time, fuel, and wear and tear on trucks and the originally estimated increase of$200,000 should not change. It should be noted that funding for the additional tipping fees for the 2019 budgets and beyond will need to be considered in future rates. ACTION REQUESTED Adopt the attached resolution approving the Waste Delivery Agreement with Specialized Environmental Technologies. ATTACHMENTS: Type Description ID Resolution Resolutions Contract Agreement RESOLUTION NO. R 1 4 -18 APPROVING WASTE DELIVERY AGREEMENT WITH SPECIALIZED ENVIRONMENTAL TECHNOLOGIES Pursuant to due call and notice thereof, a regular meeting of the City Council of Farmington, Minnesota, was held in the Council Chambers of said city on the 19th day of March, 2018, at 7:00 p.m. Members Present: Larson, Bartholomay, Donnelly Members Absent: Bernhj elm, Craig Member Bartholomay and Member Donnelly introduced and seconded the following resolution: WHEREAS, Minnesota Statutes 115a.471 and 473.848 require waste from public entity operations follow the Solid Waste Management Hierarchy established in the Statute, which identifies waste reduction, reuse, recycling, organics management, and resource recovery as preferred over land disposal; and WHEREAS,the city has received a Waste Delivery Agreement from Specialized Environmental Technologies; and WHEREAS, Specialized Environmental Technologies will transfer the waste to Great River Energy in Elk River, which meets the standards of a resource recovery facility as required by the state of Minnesota. NOW, THEREFORE, BE IT RESOLVED, that the city of Farmington hereby approves the Waste Delivery Agreement from Specialized Environmental Technologies. This resolution adopted by recorded vote of the Farmington City Council in open session on the 19th day of March, 2018. Mayor Attested to the, C}iday of March, 2018. • ..1/61 1 y Administrat SEAL 6;710 Solid Waste Hauler Delivery Agreement SPECIALIZED ENVIRONMENTAL TECHNOLOGIES HAULER,City ofFarmington By: B. ' � Name:KevinTritz Name: /cji eca v-eh Dated//9//4- Effective DateofAgreement: This Waste Delivery Agreement,consisting of the terms and conditions set forth herein,and Exhibit A hereto(collectively referred to as the "Agreement"),is made as of the Effective Date shown above by and between the Hauler named above,on its and its subsidiaries',affiliates', and subcontractors'behalf(collectively,the"Hauler"),and SET,a Minnesota Limited Liability Corporation("SET"). TERMS AND'CONDITIONS 1.SERVICES PROVIDED.The Hauler will deliver non-hazardous Mixed Municipal Solid Waste("MMSW"),as that term is defined in Minn.Stat.Section 115A.03(referred to herein as"Acceptable Waste"or"MMSW"),to SET's Empire Transfer Station located at 16454 Blaine Ave in Empire Township,Minnesota(the"Facility").SET will accept Hauler's deliveries of Acceptable Waste(including C+D materials)for delivery to a permitted processing facility as set forth in this Agreement, including Exhibit A,to the extent processing capacity is available to do so.In the event there is not processing capacity available to accept Hauler's Acceptable Waste,SET will deliver the Haulers waste to a licensed and approved disposal facility in the State of Minnesota. If in the event that SET is required to divert the Haulers MMSW due to lack of processing capacity, SET will notify the Hauler in writing which alternative facility will be utilized. The primary permitted processing facility will be Great River Energy in Elk River. The alternative facilities are Pinebend landfill and Burnsville landfill. 2.HAULER WARRANTIES.Hauler hereby represents and warrants that all waste material delivered by Hauler to the Facilityshall be in accordance with waste descriptions given in this Agreement and shall not be or contain any Nonconforming Waste. "Nonconforming Waste"means waste that is prohibited from being received,managed,processed,or disposed of at the Facility by the Facility's applicable permit or permit conditions,or by federal,state or local law,regulation,rule,code,ordinance,order,or license. Hauler (including its subcontractors)represents and warrants that it will comply with all applicable laws,ordinances,regulations,orders, permits, or other legal requirements applicable to all waste material delivered by Hauler to SET.Nonconforming Waste also means bulky items includingbutnotlimitedto furniture,sofas andmattresses that may be deliveredwithotherwise Acceptable Waste. 3.TERM OF AGREEMENT.The Term of this Agreement shall be until December 31,2018,commencing on the Effective Date set forth above. 4.INSPECTION;REJECTION OF WASTE.Title to and liability for Non-conforming Waste shall remain with Hauler at all times. SET shall have the right to inspect,analyze or test any waste delivered to the Facility by Hauler.If Hauler's waste is Nonconforming Waste, SET can, at its option, reject Nonconforming Waste and return it to Hauler or require Hauler to remove and dispose of the Nonconforming Waste at Hauler's expense. Hauler shall indemnify,hold harmless(in accordance with Section 8 hereof) and pay or reimburse SET for any and all costs, damages, and/or fines incurred as a result of or relating to Hauler's tender or delivery of Nonconforming Waste or other failure to comply with or conform to this Agreement,including costs of inspection,testing and analysis, 5.SPECIAL HANDLING;TITLE.If SET elects to handle,rather than reject,Nonconforming Waste,SET notify the Hauler and shall have the right to manage the same in the manner deemed most appropriate by SET given the characteristics ofthe Nonconforming Waste.SET may assess and Hauler shall pay additional fees associated with Hauler's delivery of Nonconforming Waste,including,but not limited to, special handling or disposal charges,and costs associated with different quantities of waste,different delivery dates,modifications in operations,specialized equipment employed,and other operational,environmental,health,safety or regulatory requirements.8E1 will notify the Hauler of the estimated cost of the handling and disposal costs before completing the work After that notification,the Hauler will have the option to make separate arrangements for the handling and removal of said non confomvng waste.Title to and ownership of Acceptable Waste shall transfer to SET upon its final acceptance of such waste. 6.LIMITED LICENSE TO ENTER. When a Hauler is transporting Acceptable Waste to the Facility, Hauler (including its subcontractors)shall have a limited license to enter the Facility for the sole purpose of off-loading Acceptable Waste at an area designated, and in the manner directed,by SET.Hauler shall(and shall ensure that its subcontractors)comply with all rules and regulations of the Facility.SET may reject Acceptable Waste,deny Hauler(or its subcontractors)entry to its Facility,and/or terminate this Agreement in the event of Hauler's failure to follow such rules and regulations. 7. CHARGES AND PAYMENTS.Hauler shall pay to SET the Rates("Tipping Fees")set forth on Exhibit A,which shall change as provided in this Agreement and may also be modified by the parties by mutual,written agreement.Increases in charges for reasons other than as provided herein or in Exhibit A require the written consent of the Hauler. Additional fees and charges for certain Nonconforming Waste and Special services addition to the Tipping Fee and may change from time to time at the discretion of SET. To the extent SET receives and retains any rebates from any county respecting tons of Acceptable Waste generated and collected in that county and delivered by the Hauler to the Facility,SET shall credit to the Hauler the net value of those rebates in SET's invoice(s)to the Hauler issued after SET has received and retained those rebates. 8.INDEMNIFICATION; LIMITATION OF LIABILITY SET agrees to indemnify, defend, and hold Hauler harmless from and against any and all liability(including reasonable attorneys'fees)to third parties,which Hauler may be responsible for or pay out,as a result of bodily injuries(including death),property damage,or any violation or alleged violation of law,to the extent caused by SET's breach of this Agreement or by any negligent act,negligent omission,or willful misconduct of SET or its employees,agents or contractors or subcontractors in the performance of this Agreement provided,however,that SET's indemnification obligations will not apply to occurrences involving Nonconforming Waste. Hauler agrees to indemnify,defend,and hold SET harmless from and against any and all liability(including reasonable attorneys'fees)to third parties,which SET may be responsible for or pay out as a result of bodily injuries(including death),property damage,or any violation or alleged violation of law to the extent caused by Hauler's breach of this Agreement or by any negligent act,negligent omission or willful misconduct of the Hauler or its employees,agents or contractors or subcontractors,in the performance of this Agreement or Hauler's use,operation or possession of any equipment furnished by SET. Except for these indemnity obligations above,neither party shall be liable to the other for consequential,incidental,or punitive damages arising out of the performance of this Agreement.The parties acknowledge and agree that the damages,if any,under Section 12 are direct damages and not precluded by the limitation of liability in this Section 8. 9. ASSIGNMENT. The Hauler shall not assign or transfer any of its duties or interests in this Agreement without the prior written consent of SET,which consent shall not be unreasonably withheld.This Agreement shall be binding on and shall inure to the benefit of the parties and any respective successors or assigns. 10. TERMINATION. (i)Upon 180 days advanced written notice to Hauler,SET may terminate this Agreement if SET permanently ceases all MMSW processing operations at the Facility.(ii)Upon 180 days advanced written notice to SET,Hauler may terminate this Agreement if Hauler permanently ceases all MMSW delivery operations. (iii)Upon 180 days advanced written notice to the other party,either party may terminate this Agreement if,due to actual enforcement ofany new federal,state orlocal statute,rule,ordinance orregulationrespecting the delivery or processing of MMS W,or due to the actual enforcement of a change,modification or amendment to any such federal,state or local statute,rule,ordinance or regulation,that party has suffered a material and substantial adverse effect to its profits(i.e.,adirect,adverse impact o f greater than 20%upon that party's twelve month profits,as compared to its profits for the twelve months preceding the enforcement of the subject change of law). (iv)Either party may terminate this Agreement if the other party commits a material breach of this Agreement,including Hauler's failure to pay the applicable Rates("Tipping Fees")on atimely basis,and the breaching party fails to cure its breach within 30 days after receipt of written notice stating the nature of the breach. (v) Either party may immediately terminate this Agreement if the other party becomes insolvent,the subject of an order for relief in bankruptcy,receivership,reorganization,dissolution,or similar law,or makes an assignment for the benefit of its creditors. A notice of termination hereunder shall be in writing and deemed given and effective when delivered to the other party inperson or by certified mail, postage prepaid,return receiptrequested. 11. ENTIRE AGREEMENT. This Agreement represents the entire under-standing and agreement between the parties regarding the delivery of waste and supersedes any and all prior agreements,whether written or oral,between the parties regarding the same. No supplement,modification or waiver of this Agreement shall be binding unless it is executed in writing. No waiver of any of the provisions of this Agreement shall be deemed or shall constitute a waiver of any other provision hereof,nor shall such waiver constitute a continuing waiver. 12. UNCONTROLLABLE CIRCUMSTANCES. Neither party shall be in default for its failure to perform or delay in performance caused by events beyond its reasonable control, including,but not limited to,strikes,riots, imposition of laws or governmental orders,fires,acts of God,and inability to obtain equipment, permit changes and regulations,restrictions(including land use)therein(each such event is referred to herein as an "Uncontrollable Circumstance"),and the affected party shall be excused from performance during the continuance of the Uncontrollable Circumstance,but for no longer period of time.Any time a party intends to rely upon an Uncontrollable Circumstance to excuse or suspend its obligations hereunder,such party shall notify the other party as soon as reasonably practicable,describing in reasonable detail the Uncontrollable Circumstance.Notice shall again be given when the effect of the Uncontrollable Circumstance has ceased. 13. MISCELLANEOUS.(a)The prevailing party will be entitled to recover reasonable fees and court costs,including attorneys'fees,in enforcing the terms of this Agreement. In the event Hauler fails to pay SET all amounts due hereunder,SET will be entitled to collect all reasonable collection costs or expenses,including but not limited to reasonable attorneys' fees,court costs,and handling fees for returned checks from Hauler;(b)the validity,interpretation and performance of this Agreement shall be construed in accordance with the laws of the State of Minnesota and venue of any disputes respecting this Agreement shall be in a court of competent jurisdiction in the State of Minnesota;(c)if any provision of this Agreement is declared invalid or unenforceable,then such provision shall be deemed severable from and shall not affect the remainder of this Agreement,which shall remain in full force and effect;(d)Hauler's payment obligation for Services and the Warranties and Indemnification made by eachparty shallsurvive terminationofthisAgreement. 14. COMPLIANCEWITH MINNESOTA RESTRICTION ON DISPOSAL STATUTE.Delivery ofAcceptable Waste under this Agreement does not relieve Hauler from its responsibility for compliance with Minn.Stat.§473.848,or any other federal,state or local requirement applicable to Hauler. Acknowledged&Accepted SET i(KC, Exhibit A Hauler City of Farmington,its subsidiaries,affiliates or subcontractors Waste Description: Mixed Municipal Solid Waste("MMSW'),as defined in the terms and conditions of this Waste Delivery Agreement (Agreement'). For deliveries during calendar years 2018:$97.00/ton Rates("Tipping Fees")to be paid by Hauler(subject to Section 7 of the Agreement) Contract Expiration Date: THE WORK CONTEMPLATED BYTHIS EXHIBITAISTO BE DONE IN ACCORDANCE WITH THETERMS AND CON DITIONS OFTHE ACCOMPANYINGWASTE DELIVERYAGREEMENT BETWEEN THE PARTIES DATED: SET HAULER '✓ ` y. - Name: Date Name: •� ic. Date xrscs-i Title Title: `�a 44R1►, City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 '�n.,� www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Teah Malecha, Finance Director SUBJECT: Approve Bills-Finance DATE: March 19, 2018 INTRODUCTION Attached is the March 1-14, 2018 city council check register and recently processed automatic payments for your consideration. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Approve the attached payments. ATTACHMENTS: Type Description D Cover Memo Check Register 3/1/18-3/14/18 0 O- co 0) 0) 0 )0N M co co 0) 0) co 0) U) N o O O O O o O O o 0 o 0 0 O O 0 0) e- 0 N O O 0 O O O O 0 0 0 0 0 0 0 O 0 O O 0 0 O 0 0 0 0 0 0 0 0 0 0 0 N C1 O O O O_ O_ O O O 0000 O O O_ O (O O O O O O O O 0 O O O O O 0 O O m Z Co (33 O Q 0 W W 0 U CT Zzzww i= M a rE Q 0 Cl) Co co Z Z 0 0 0 0 2' W m co W 0 0 0 0 0 0 H H Z Z CO 0 Z U Cl Z m > > > S U N ZZWW Z F Ni > o n 0 W W W W ¢ ¢ Q Z Z DE F W CO CO m F J 0 2 2 ❑ F U co _U Q J J J co ,<q Z F F Q ¢ Q C J m 0 LU Y 0 0 0 Z W Z W W U Z O 0 0 WZ CC CC -2i FO Q Q ❑ g I- I- Q Q 0 0 am a Q aa a Q 0 a CO m a a a Q m W 0 co U W W W 5 W W W 5 Q Q Q can ZZZZ j 0 Z a C oa I- I- " 7( H H I=-, H .5 W X CO O m m ¢ 0 0 0 0cn W W Q co m m a. J J J J co J 0 J a a m co co m 0 0 0 0 Q Z a rx a) orf 09 Z 06 06 06 06 m co co co F 0 0 z 0 a 7 g co ❑ Z Z Z Z g m m m m m co E Z Z Z a_ a 4 Q 0 0 0 0 0 LL 0 0 8o J ¢ Q Q 5 0 0 0 lL IL IL IL m 0 0 2 3 m m m 0 W W W Z Z Z Z D m m W ¢ m I- I- I- W J J J JJ 0 0 CO a a > m` 0 a S2 m0 co Z 2. c0 O O O co co co co O O O O O O O o ca N N- V 7 V V V N N Cr) NCD 0 N CO HU' E v O I co co co co co o co m m co m m m c0 m m z O o') O V O 0 N N 0 0 0 0 CO 2 CO N 0) m o in N CO N- r 0) 0) co O) c0 C‘ U O O O o O O O O O O O O O O 0 O Li_ a) r r 0-- r r 0- r •- r r r r r r r IL 0 m CO CO W W cj) } Z Z Z 0 N p N '4 '4 '4 a U 0 N Z Z MN o . 0 m 0 0 0 M O O M 0 CO N Z N m N ❑ N ❑ °) 0 0 0 m ccOo ctOo m 0 0 co 0 co O OZOZ N NNNN 0 0 O) > co N CO m )0 to to to Cr Cr V Cr co 0 M O O O O Ci 03 CO CO c0 c0 c0 c0 O c0 N O LO N 4 N 4 Ci c- c- N- N- N- N- Z N a CO O m ✓ O V 7 N CO CO CO 0) CO 0 0) CO 0) Z O O 0) C o co o cO O) N O co co co m 4 n N h O 2 M V V V a M M M M a V M M O a M a Z M M CO CO CO CO M CO M M M M W CO cocoQ CO c0 CO CO CO CO N U O O co co co coo [D O o O 0 O X m O J m ❑ a 4 K a LL ~ o O O C w U4 O aOIC Q Q m m co m co w = ca 0 0 0 0 a CO O] m m W d ~ W CO a O W Zz n K 0 m 0 JY.0 2 O 0 0 1` IWL IWL tui LUL S W Z Q U) W y y 0 Z Z Z Z 0 a. 2 m N 0Q ct 0 ¢ ' z Z ma z a z z z z Z Z w o O a' Y Q > > IL Q UJ LL 2 Z z W J 0 t 1 t_1 I_i tJ 0 m 0 W m 2 N -o c O Z 0 CO1- F Z w co m coU U U U U ¢ a 4 a s re ❑ 0 0 _ g iii O > 0 z Q 0¢ Z F 0_ Z Z Z co CL CL Ce W O S O W 1-7. I- D m F m F Z 7 ¢ ¢ 0 Z ' ' F 0 0 0 0 Y m Y LL r m U 0 L a s za a a v > ma c Z ox a cou mm J J > > > CC < o] oo m Y Y Y Y W Z OLL \ O W a W CO O 0 a N J J J G J J J J N O m Y 0) — iii a O , Q I- ET cs 0 0 0 2 CO o 0 0 0 o U U w w w o co co O ass Lu - Z c Ce F L CO 0 CO O 0 0 J J J > N m 0 a N O O O O co O co m N O O O O Cr 7 0 0 CO 0 0 c0 c0 N c0 a) a) O O O 0 M 0 M 0) 0) O c0 N W CO co co 00 N 0 0 (0 (O n N- CO F2 C Ui c!i 0 O 0 Oi 0) a t` 0 r C V OD OD c0 0 O (0 OC N r 00 o CO O CO CO n co N N r M M M M M N N M O) O) > � E m o QE m _� c U' 'D on co co co co co co co co co O m 0) N N N N N N N N N N N N N N N N N N N N N E ❑ 0:11 M M M M M M M M M co a (0 f0 (CI 00 m N co A co N m C) ui Y 0) O) O) 0) a) 0) 0) 0) 0) 0) m z co t t r - 1. - - r r - - , 0 0 O.. V V co co V a) V co CD CO CD m o 0 0 0 0 0 0 0 0 0 0 0 0 N N 0 O O O O O O O O O O O O O esi O O O O O O O O O O O O O U O O_ O O O O O O O O O O_ O iO O O O O O O O O O O O O O ,- co E COW Nm 0 m m 5 8 d U) U) CO U) U) W W W W w Z W U U) U cc ccD D W U U = w D o 0 0 Q X 0 N 0 CO CO U) W U F- 0 0 U U .5 cca w cc w 5 QJ F- U U)00 X Q' CC U) 2' U Q Q U) 2 Z O Q O Q CO CO CO CO ❑ W I Z 2 w w w w �_ Q CC CC U) X CO 2 2 U U 4 O_ I U) I W W U LL W U U) 5 U) 1.11 U) CO U) W w X W CO U U U Z Z a U) a a X > >CC CC I r cn O W W w W 0 J J J co m n J U) d J Z < < < 7 D U aa a o O O ai co 0 D Z U) < m CT) U) Z Z v) 2 w 4Q w CO W z z o w w a a 0 w w C) U- a s z z x I > > LT_ x I 0 0 O O 8 F- F- o 0 w F- F- CC CC Q 0 0 w w 0 0 0 a a a s I- F- rn a d n V) i4I m 2 Zo 0 o in o 0 0 0 DC o O o N2 N N N O N N U) O O O h- 4' r 1- E v O N- N- coo c`ao m ccoo n.. ccoo ccoo COO m O co z [") ❑ ,- O La O ,- E, M r O O O O m l co C) CD m m m o 0 0 o s 0 0 0 0 00 0 0 U- = >- r Ce }U c N U 0 U Q W U F o 0 0 0 = > > U U a U) w'U U F- Z Z pp N w W LU o Z w w W co co Q w cU) U) CC 2 Q' EL a) N a) X 2 O O O N LL LI W LL ll > ›- ❑ O N co m >- m m U) )O CO Z m Z C � U in w co CD Z N �") O O O O O O O U U a) I, 2 N N a V' N U N 0 N co N- m N- O M N co m h co 0 m m O O m m a) a) CO Q) a) M co V V M M T M M M co co Z M M M M J M co co N CO CO M M M .0 W m CO CO CD J CO CO CD CO a m CO CO CO CD O N 0 0 uJ Z J 0 mO w Z 2- n F a w W F- O I < JO (7 < < 0 0 0- a Z U U) w 0 I w Z Z c 2 J - U RI N D 0}0 Y u. W < X a Lr cC LO O > 0 LL K Z U F d z < JO JO a z z al z U ❑ } Z o 0 o z U 5 F- X X ce 0 0 v 0I- >_ LL W IY > Z a >_ J ~ 0 w Z Z ~ Z Z m 0 Z z z0 U. 2 << u) � } F Z > I W °r 0 0 0 = 0 O S' c R U ct w >p W U ~ Y_ U W Q ❑0 Q H W W U Q Q o LL w 0 LL 0 0 z ? < o w 2 w 2 a a .. u~i c� E I- Z ao N H W w `° WW w m Z U) ti U N Z m IL W aD ❑ _ a N- Z Z y > > 73 V' h O O Q n w Q O O Z N J M 0 O nu.' ? Z d oc Q' Q' m O J "-• 0 f0 O U) O Q N Q 0 O Til o } >- ,- 0 o < U ,- D o } 0 ° < < - cc re = CO ,- 0 m 0 Z - 0 J CO CO LL w O rn o 0 0 0 o ti o 0 0 0 0 0 0 0 0 o in u) 0 0 0 mo O O co co )O m CO M O O O O O O CD CD a) O O E C O OO O N Ni O 6N- ti N to 0 o m oD 7 7 4 V W O o 75 E d) N CD O 01 O H H CD CD o O U) CD CO CO CD CD N H 0- N m CO V V H H N N N )O H CO CO > Q EL m m E _U c 3 o co co co co co co co co co Co O m N '‘- co N N N N N N N N N c �p N N N N N N N N N N 0 M M M M M M M M M M N E 0 a a # co co m a N. o 0 CO co 0 U Y o) a) rn m m r0 0 0 t0 t0 Lr, ili m o N .7 1. .7 .7 2' M g M R CC z L 0 0 ON O NO 0 0) 0) 0) CO OOOOOmmohOOOO O O O 0 CON O O O 0 000000000000000 O 0 O 0 0 o O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o N U O O O O O O O O O O O O O O O O O O O O O O r r r r r r r r r r r r r r r r r r r r r r c- (O O O ® O O O O O O O O O O O O O O O 6 O O O `- W 00 I cc N a) 0 0 W W U U U U U M a z U U w > (o > > > g zz Ucc cc cc z ¢ w Z z m CZ rwn co co p m 0O 0 0 wwwtewF >¢ O a. O 0 C UU WWWWWZZmNNN F P CL H J J Q' J J re cc d' ce re w J U U U O H F H U U g g Z ¢ ¢ W W W W W H F Ct Q c[ W i CO U co oZ w w ¢ I I to W W cn co W W m 0 0 0 z 2 2 Z z W W W W W W W 0 F Z 2 2 U 2 .2- D D ❑ W W H H Z Q W W W W 0 0 0 m ¢ 0 0 I 0 0 w w LL LL LL cn co cn Z co (n co d' < < Q co W Z W w W W W Q (n U U co H 0 0 U U U5 W up a a a a W W W a a z F w U i- O w a 4 4 4 a7 d a a a °21 m °5 w w m m CO ❑ LU co m m Cr) m °5 °a °a aS m w ww a 2 re 0 O m 06 _I o6WWWW C m W co J J J J M CD ( CD W J J W d a d W W W W J a cn n. D Z a w a a a d J J J J n. d pd', Z 0 W W 'V CO o ¢ W D D D D d d d Q d O_ �+ 4f F D- d' d co co U U d d d O_ O_ ❑ - LL F H 0 0 H Z <0 Z Z Z Z (� (0 W ww' N co Z z Q OJ g 0 J Z K ¢ a J = Z W 0 w ❑ O- 0 0 ❑ ❑ w w w w w 0 ❑ U' H O ¢ m O_ I J 5 J J J J I I I I I = w J O Z 5 0 8 cc ❑ w H J 0 5 J 7 5 H H F H H W J J m w 0 0 ¢ F cn 0 0 m w m m m m 0 0 0 0 0 > 0 m d ce w J 'Cr) CA a m a U) alin m Z O O (0 0 V1 0 0 0 0 0 0 0 O )O 0 O N O O )O lf1 )O O N 'C:‘1 a r co )O N N V V C V N LO N M t0 M h 10 O u) N V V N 7 N N N N N N N N N )0 N N N N )0 i0 )0 V UF' E v 0 co CD N 1-- CD O CD CO CD CD CD CO OD CD CD CD CD CD CD CO CD CD Z O CO I 1 O O r )0 t0 O O O O O N N M CD M M M )0 O O O mN O CD CD CD CD CD N- N- N- N- 0) 0) CO 0) U O O O O O O O O O O O O O O O O O O O CO CO O <LI- 0 r r r I r r w U co 0 0 'u o 0 } c [` 0 U U a W co co W CO,n O n CO O z° O w N CD 0) N- V' 0) N- 7 I� ¢ O CO N O n2 co n R N CO CD O N N CO CO N co cocD O > co d' � I O O Lc N O N O 03 0) )0 O O N C co N N u1 )O LL') d' )D LL) )+'1 V' V t0 )O O )D OHO O CD N CO o o con lUn Y Y Y Y Y Y Y Y Y Y m Y Y o uoi 0 N- co co 0) co co )O CD )0 O )O CO CO 0) H N CO d' co h 0 O N N M O h N N- O V V CD N )0 CD N- M N W 0) co VCO V N CO CO CO CO CO CO Cr CO CO CO V V co co co Z Z co co co co co co co co co co co co co co co co co co co co co co O p co z O 0) co co CO CD CD CD CD CD CD CD CD CD CO CD CD CD CD O CD O r r r w O Q co J 1... 0 4 Q a co z < W co W I R o Q Z 0 w ort m 0 al w a J rW 01 7 0 o 2 M I- U) w `m O.▪ LL W a Q • 2 H m 0 °r Z gi O w Z y ? a w J Xz 2 Qco W = W )jJ ca coU < N U Z w Q W = W O.. > J J W m W Q . Q U Z .0 LL W ci co > W U ❑ fo N w 0! J co J co m (n Z o o W 0 > c. (z2 U W U w ❑ Q U W W 0 W 7 ¢ p I J p w Z U U g m o Z c a ma 2 w J a w x w x zce U J 2 W ¢ ¢ w Y W 0a W O O Cl) 0 U 0 w W c U O (� O I,LI aZ co N O a d W ct 111 Cl. W J Q Q 2 Y H W J cn co (o 4 2 2 Q d' H E co Z ao N co W F w Z W a w W Z H ° Z 2 Z w W m d' M CO z Y CO J u• -171. O ? O 0 CO Z o d• '>- O O- J W ❑ Z d LL V) Z Z Q W H N N CO a CO Q O. Z r W O U- ¢ J ¢ 0 ¢ ¢ w 8 ❑ 2 Q J ¢ Q r 0 0 W o to • H r m co 0 U m F 0 U o r Z (7 d U 0 tr 0 0 r J U O O O O O O O O CO 0) 0) CO CO CO CO 0) 0) N. CD CD 0) CO N- O V) I!'1 CO CO )D l0 °1 CO O O 0 O O O O O Q) 0) 0) 0) 0) O) O) O) co co CO 7 O CO O O O O O 7 a O O O O O o Ci Ci O )f1 N 07 h co h 0) h V O O Qi O) N N O D) yo o O O t0 CO N O O N r �-- �- r r of )- CO N CO l0 l0 r r V' R CD r r r r r V co O C > m ¢ r r CD E r5 o co co co co co co co O E 0 0 0 0 0 0 0 Q1 N N N N N N N 'aC> N N N N N N N N T 0 M M M M M M M m co O) O N co P op Y a to 6 y +0M1 O CO O qO {O1 {Oy {Oy Z U T Nr C q M M 2 2 L U 0 O- N 0) co m co 0) 0) 0) 0) a) ML N O O O O O O O O O O O O O 0 r0 0 0 ❑ N 0 O O 0 O O O O O O O O 0 0 0 0 0 O O O O O O o O O O O O 0 0 0 O 0 N0 O O O O O O O O O O O O O O O O O H r r r r r r r r r r r r r 0 0 r 0 O ® O O O O O O O O O O O 0 0 O 0 W 2 co cn z N w U 0 Z CD m Z W W Q O_ co a g w Z Z W w w W Z ~ W m 0 z z Z Z 0 Z O z Ln I- W0 0 z cn F F z z < z W 0 0 0 cn 0 0 o 5 Z w w Z Z W W W W LL' N Qr Q F HQ 5 ? o w LL Z 0 5 Q Q F F I- F ci 4'S 2' 2' 2' W Lu J ¢ z z 2 Q Z F F F CO 0 J 2 w F F 2 2 2 2 ain w w w J w ❑ W zCE CL W LL' 2' 2' LL' LL' z 0 0 0 J 2 Q W < CC F F Q Q < Q Q ❑ ❑ ❑ Q 0 CO 0 0 0 U- CO CO LL LL a a s EL Q Q Q 0 a w CO cn z z co w ZQ 0 ZZZZ Lu 0 Q Qa W w > Q c CO J 4'f F F F F F Ce Ce W W W W m o co o m m 0 O O O O w m m J 0- 2m Cr) CO w < w 0 U U U U J 2 < J J J 3 ti fn Q J 07 ca NS a'S aS d W W z 0 0 0 U W 243 a CO CO rn CO CO j W M O O D D Co z ❑ z ~ m cc cc m cc m 0 0 u) W W W 0 0 z o 0 0 0 0 0 W ,� ,� LL0 w 8 ce W a Z Z Z Z Z F J J LL' LLL- LL LL J Q F ❑ W 2 3 3 2 2 0 a 0 0 0 F F 0 Ls v o a) o .0 0 = r CO .0 CO Z m O LO O 0 O O O O O l0 Ln 0 0 0 0 r N O n LO N 0) 0) 0) 0) a) N m mo n 0 E N V N N N N N N N N V V N N N V' , I- E ,-- 0 CO N (O CD CD CD CD CD m CD CD O CD CD m CD CO Z = c') D O O 0 N N 0 0 0 0 V' 0 0 0 0 0 m to O 0) m N- N- 0) CO 0) CO 0) CO N CO IX O 0 0 0 0 O O O O 0 0 0 O O O O 0 0 N IQL ) r r r r r r r r r r r r r r r r r u- 0 m ❑ ❑ 0 — 3 N (n co O U U a r` r r M Z M M M M N 0 N N. CD CO CO CO CO CO co O co N CD W 0) t0 CO N N N CO N Z 0 CO 0 0 0 LO N N CO a V > 0 1- m N V COMMm V N m m C M N CO 0 O CO M M CO D7 COCO CO n ✓ r r O N N O a00 O o Z Z Z r co O O o N <} N- n V N C O CO v n co m N n N- N CO CO m N CO n m Ln CO 0 O O 1- N N0 0 V N CO CO o Z M M M M .-- CO m M LU Z LU coamcoamco cn J co LO CO co LO y M co LO m m co co m m m CO Q m CO m U m J CO m m w m 2 co H Q o r r r r r r r a r r r Z r to r r a r y m y 0 0 j z W Q a Z Z 0 0 F R' on a W N m aO m m W 0 w 7 m ❑ W LL w 0 Q N W W W W CO U5 0 U O CO c Z o U LL LL LL LL J J w Q UJ C7 0 0 U` y (7 W 0 w 0 u. �- ct z a z 2 Z ZQ z W Y Z U 2 Z -rca c y p W CO CO F 0 -u) E z 0 J J J J Q j g 0 = 0 1- Z Ce co F O lY 2 co 2 2 2 2 F W O Z u) Q (n cn (n Z J S SI m W 2 W Z w ❑ Q 2' LL' O CO Q W W Z W W W J Q c a Z NO CO U_ O re N Z 0 0 0 0 YQ =O QUQ' CQQ7 2 d a a U. F- 0 > x > Eh N 2 Q W 02222 D 2 O W W = zZQ 2 LL a s ] LL OJ E z >al 0 co J 3333 C7 J J J to W w W Z ` V' J N Ct 4 W N c4 o Ln J J J J OD ? co LL ti W W W M F ❑ v N m LO Q o CO LL o Y Y Y Y o g o co co co a n U U U o Q o U W W o W o w o W W W W o n r r o M '2 0 m0 �.Ll w w w o Q a, o0 00 0 r LL LL LL - 0 t CO w CL Z 0 5 W LL 0 0 L. 0 3 m 0 0 0 O O LO in 0) O) LO 70 0 0) In in N N V' 0) 0) N V' m V' O 0 N N 0 0 O O CO to CO CO m m N 0 0 N- m CD CO 0 0 0 O co C r r r O O O O O O a0 W (O M c7 V' a0 N M M N n N N 0) 0) n O O LO in N N N N M M co M V r r r CD CO 0) in W 0 V V' LO 10 n 15 O N LO r r N- n CO Q) 0) 0) r r N LO N N CO Qsr- c7) O co e c _'-)730 a000 co co a0 a0 CO a, 00 CO 00 O m o 0 0 0 0 o O o o O o J N N N N N N N N N N N N la N N N ) O) O) W O) W O) 01 N ❑ M M M t") M M M M M M M N E Yn. a co o a n M 'V CO n 0 0 0 0 0 0o ao2 tom 0 (0 q0 {0 N 15 U M 4 q q a R M co a M M M N 2 Z L U 0 O' CD (D O 0 co co 0 to t0 O (O U) O 0 0) 0) 01 0) N O O O O O O O O O 00000000000000 O N N 0 O O O O O 0 O O O O O O O O O O O O O O 0 0 0 O O O O O O O O O O Do O O O O O O O 0 0 0 0 0 0 N U O O O O O O O O O O O O O O O O O O O O O O O O (O O O O O O O O O O o o O cocoa 0000000 O O V1 m N• CO 0 0 0 W U U (o W i+) a U Q Q Q Z Z W W IX W Z a a s 0 0 0 U Z Z H H H Z Z Z Z (n (n Z CO CO m CO 0 0 Cl) m m m CO CO m H r Z Z W W 0 C W W W W F N W Z Z Z W W W Z Z W W N N H O 0 0 0 0 ,p U g - - U U U H H Q d > > > > > ❑ J J J ❑ ❑ > > > Q Q Z z H ~ a a a a a H Z C7 a Q J J J Q Q a a a U U H y W W W W CO U Z W W Q Q QQ W W W W W H H 2 2 a a CO 0 U u) U U Z F- Z U) 0 2 2 2 U U N N U W w 0 0 Z D CL CC CL CC 0 fY 0 X X I- 1- Z Z m LL a s LL < W a LL a U U U a a IT it E W W d Oa.. W co Q CO U H H CO a a w a CO (n < CD 5 Q Q Q W W Q W Q Q F, H Q H Q H Q Q H H Q a a W a a g g a U a a a a a a a a a a a a a a w n w w W W > at ¢ at ¢ a at ¢ at Q oaf on a a cd (n °� a a a (n (n °� a U a co a a (n a U) 0- U (n a a (n re c w Q w w a s w w w at W o5 °� w U� W at W W at at W a O a J J ❑ ❑ J (n J (n J (n J co J J (n co J a J a CO CO J J W a W W a W a w a a w w a w a a w = _ 2 2 aa- Z a J a J J a J a J a a J J a a 1) a) z > > M Ce CO 0 u=i a CO= a D COi a ai a m ai a a m z 0 W W W W W W W W 0 0 0 O m 0 D 0 O 0 (D > > 0 W J a ❑ ❑ 0 0 0 J w Z CO Z CO a Z CO Z (1) Z Z CO (n Z 2 U a U (n la- 0 0 U a p a p a w p a ❑ a p p a a p a O 2J H H U) = 0 J 5 J 5 = J 5 J 5 J J 5 5 J 5 0 > > 0 0 D 0 • > w O o a - > a co w m W 0 CO W CO W CO CO W W CO W `a1 ca) a m a c U (n ,- co Z O co o O In co co 0 U o 0 0 0 0 0 0 0 0 0 0 0 0 0 lD o O O �^ co O au O M o V N V N l0 V N V N V V N N V O N N lD l0 l0 V V N V N N N N N N N N N N N N N N l0 0 E v o co co co co co 0 co 0 co 0 m 00 (o (o (o co 0 0 m m co 0 m co z l`') ❑m 0000 co O 0 co O M O O O co co l0 O O O O O N N O O M M O Y - co a7 l0 N co (D co 1- N O) 0) O) 0) a. O O O O O O O O O O O O O O O O O O O O O O O O m LL U co re CL CC o =3O u JJ} C N )J ❑ ❑ U U 2 2 OU v co co 0 co zOco W M N N 0 O O V O O o O 000000 N- LO (D .a. o O O O < V N- V V r az. � Ni- V '- - V co CO m CO M N N N N co N N N N C O O o0 00 N CO 10 10 l0 l0 l0 co l0 iD l0 co co 10 10 10 l0 d 0_ N N N v 0 U Y Y Y Y Y Y Y li Y Y Y Y Y Y Lo) ✓ l(1 co 1- N CO CO CO O O O (0 o O O O O O O O O O M c 0 N- r co M O N- r N V W N CO CO N- CO CO CO CO O) O Ln t0 N N to co CO 10 0) 07 10 10 10 0) t0 l0 07 1(1 10 Ul CD tei Z N N CO M M M M M M M M M M M M M M M M M M M M co O O CO O O O CO O r O O f0 co co co a0 co co co O co O O (D O O o 00 j .- .- o J O a a 0 Z (7 W Z W C o U ce d 0' 0 W at ar a Z Z H} W m a Z Q W W H } W ce Q (Wi i ad co W a = W W in au Q I Z % W Q W a s Z U) U N sr O W a 2 Z W QQ -Wo W a Z CC 0 d (N 0 U 0 0 Z a0 N Z = ~ CO Z O 0 m d ❑ a a a' < W U U S a W J U Q = Z S iii m -I 0 J w w m 2 =1a = W 0 F o a. 4 z_ F d d 5 _ 2 0 0 z cc 0 00 a I D 2 2 -J I I I a' Q m m O z - o 0 m w W 0 M H pp H H H I- 2 N g To ti m Z Q w W rn 0 (� O N D rn g U at U g U ill g g U U g M a to w a Z Z m a aN- N 0 m < o = > H > _ _ > W > _ _ > > _ (may W m n W a O 0 O W O J J a H m O m O z 0 (n m 0 m 0 CO m 0 0 CO r 0. O a Q z Z > a `- O Q J Q J Q Q J O J Q Q J J Q `- O t (n • L w W o - 2 o H cp a c. 3 0 x c. cD cD 3 0 N V In N.- to O O M O M O C0 O O ID CO l0 u) 0) N. N 0) 10 0 1- U) (D d1 CO- O N. CO V N.- N- - N CO n O O fD N O) N- 0) l0 0) O N O CO V M O 9 CV 0) aD N l0 V V N a0 o M M0 O - O - N V cd O O M 0) '7 (21 (21N N N V O CO N l0 l0 V N N- N- ▪ O > c Q N N OJ O E E (n C 5 O CO CO CO CO CD CO CO O O O O O O O m N N N N N N N m N a) O) a) O) O) O) W N E O M M M M M M M U• a 0 CO 0 CO CO 0 CO in a, Y q (+� ty (+� (+� a' z a) r a M M r °' (' L 0 0 D) 0) CD a) 0) 0) a) 0) N O O O O O O O O 0 O O N CD ❑ 0 0 0 0 0 O 0 O 0 0 0 O O O O O O O O O O O O O O 0 0 O u) Lo u) ,r) in N N N N N N N CIO e O e O O XO XO XO XO xO XXO co 1 K W W W W W W W W CO W m > 2 U O Z Z Z Z Z Z • LL a g O O O 0 O 0 Liz m a as a a wa cc cc< a z Z o U Z N 0 O O 0 0 0 ClU 0 < Q Q < Q Q . Q Q v W W W cc w W W W W W LU m 0 0 CC Q Q a a Q Cr re 4 o W 0 W LT O _ _ U U mO LL CO a U U U U _ w H 0 w W co W W H H a H ce z U U U U ct r a cc w a Ly uwi uu)i co 06 as co Q CL z J J a4 4 a a J CI- Z Z Z d a Z zo a U 0 < CO CO Cl) UUi ( WU 0 W 0 • Z U) o 2 z 0 IY a a LL LL LL a p a a w U CC 2 W CE CE O O O 0 O W 4 a a Cl LL a w w M w w I- 8 rn v 2 a w u) a ❑n O Z O r O O O O cn r O N O r.- 0 O O O O N N V N O ~U' E V 0 I cococcco m N CND N N m m • O M ❑ cn O O N N N N N N 2 co I )n M co co O co �{'{ O O O O O O LL. U O O O O S4 C N In cn u7 1[) EEl] N N N N N N 4 LL) L Z Cl 0 co Q J O C N E U U a o ly 0 0 J co OO CO N- VI N N- ,C1Z m > CO N- O O N O NO N N- CD CO r CO m QJY NN N m o Q U m V O O 0 0 V a) a) V C O C) N- w N N N N V N CD el C) 2 Z M M C) M M CO CO M C) C) M 15 U Z c0 COM CD O O c0 O O U O CO V7 w ❑ J M J P W �'Z re w a d' W W Z Z W E U W 0 Z U 0 z O I • J z F- CC') o6 d W J Q A9 m °' at a _i CC V z 2 Y v w a w C.)aV co w z re c J 0 _1 wJ d W ° L.1 LL' ¢ w > z a 0 W Z 0 K Q W N Z J O H ❑ I 2 2 O a U Z Oc U J Z U w ~ Z Z a O U U LL' ce a / W w12 Z LL' V W a m O C7 Q2 K co H Z F- 2 CO U' LL 2 0 0 W W g W_ Z Z W J 0 0 V Z W a W 111 CCw z U N W F- J Q Z 0 } IW- LL F (-) J a O Z J a' z J J O. O J w o. O C7 2 Y M Q 0 O O Q U w cG < a O O K ce W o x • O m z �n l— > u) 0 c 0 a w (n U Q V co a Cl E W Q 0 U O J W M = 0) as h ❑ co O Q N h U c0 U M 0 W N co W n Q M N N ~ 01 LL N N 01 , 01 OD Q' Ir OI m N aD >- N Q Y F-' U `— W O W J CO w m O Q O .a_, n o 0 M C1 Q c0 a tC < CO O W LL N N a O Z O O ❑ O LU ` [O O ❑ Q~Q co W O 4 0 F 0 0 0 Y 0 LL' CD u) 0 LL m CO F- U) CO Q U) 0 4 O O O r 0 0 LO )n 0 0 0 0 0 0 CD CO O 0 0 0 O N N N O O V V' N N O O O O O O a) d) CD In 4] OD CO O a) N C O O N N co co co co O O O O O O co M O h c— a) a) O O N- O O 50 N N N N CO CD CD h N- G Z.17, V7 D7 D7 V' V CO CO N V7 > ea' Q CO E Z co5 2 co co co co Cl co co co co co O O E o 0 0 0 0 0 0 0 0 0 0 J C O N N N N N ./C-1 N N N N N N G lE 0/ CO 01 O) O) W N N O) co 01 W N E 0 M M M M M z M M M M M M CO ay Y o. O N COO r (� C) N O Q CO f00 U 0 0 0 N. o m o 0 0 0 0 a) V 7 7 7 7 o a 7 7 7 7 V LL' z r U o 0 d 0) 0) W O) (D N- NNNNNNNN NNNNN N O O 0 0 0 0 0 0 0 0 0 0 0 0 00000 N N- ❑ O O O O O O O O O O O O O O O O O O O N O O O t0 )Oal 00000000CD 0 0 0 0 0 U N N N N V 00000000 CO CO O) CO O) (O O 0 0 O O O O O O O O O O 0 00000 a- W W W W mU) I- F .W W W X U0 N COW • Fe CO CO CO EL 0 O O 0 0 d CO m m m m m w CO CO CO m w m ZZZZZZZZ ZZZZZ as 0 0 0 0 0 0 0 0 O O O O O W W W W F H H f- r- H H R H H t- F- F- I- = uJ uJ LU LU LU LU LU LU W W I O a a a a 0 0 0 0 LL a w w UJUJWWWW w W W w w w W a a a a a a a a a a a a a a .U- W W W W W 0 0 0 0 0 0 0 0 0 O O O O O O m W W W CtCCECCLCCCLCLCC K m m m CC pO Q Q Q Q Q 0 0 0 0 0 0 0 0 0 0 0 0 0 W > m 0 n D 7 0 D 0 DDDDD D W W W W CC E O O O O O O 0 0 0 O 0 O 0 m U U U U LL a J ...J J J J J J J J J J J J CO CO H H < < CO w Z 0 Z Z Z m co m m m m Z Z a a CC 0 2 0 0 0 0 0 0 02 02 ¢ 5 a O O O O O z z z z z z O O u) m a m F w H H H F- F- Y Y Y Y Y Y H H W W or{ WJ Z Z Z Z Z H H H H H H Z Z o co COm m i 0 0 0 0 0 0 ti a a w J 00 < 0 0 0 0 0 J J J J J J O O J CO O 0 0 J w 0 co 2 a' a' a' m m m m a' m m m m 0 0 0 0 0 0 0 0 0 0 0 0 0 H H H H H H H H H H H H H = E E a w z 0 ZZZZZZZZ ZZZZZ O J J 5 O a WWWWWWWW WUJWWW 8 5 5 O K LU > > > > > > > > > > > > > m CO W a H ❑ ZZZZZZZZ ZZZZZ N m a o N N O J t` u) al = O 0 O O O c0 l0 )O lO 10 0 O O CO Z CO o o O oN- (nLO U) u) U) U) u) U) u) a00000000 U) U) u, (n (n o O 0 E N O R :6I(NO O O m m N V' V' V' d' V '7 v c v a s v V' 0 E v z = V1 M D I N N N N N O 00000000 O 0 0 0 0 U ' m (O O `O O M 0 0 0 0 0 0 0 0 O O O O O N N N N V d' co Oo CO CO CO c0 CO CO (D 0 (D CO O ta_ L LL 0 m CO }• C N u) z U U a Z W 0 0 K CC m O O N O W 0 U U N V O U 0) 0 0 0 0 0 Z N. m 0 CO N- N N '7 N V M 0) O O O d' co 7 co co op co co n '0 N r t0 > N N t` N 47 CO CO CO ^ M M N CO N- N CO C i0 4') CD a) Lo — — N . a — N . O N O N Y Y Y O z O w CO N N N N N CO N- CO 0) N N V M M M V M M O W O) (D W 0 H O N- y N ca H N V (O O «) CO N- V In O t� CO C O .m t0 f) auc9 � 0 Q LL Lo c0M N N CO CO CO c0 CO O M M Cl- Cl- V N N N M M CO CO CO V v O Z M M MZ M M co MMMM co M M M co coMMMU U O) CO O CO O CO CO UO CO CO CO OOOU) U) m O c- 7 ❑ Z '- FP Wr ar W r.a 0 N K P- 4 W rn H m o o Z CL H 0 cp a. a)(o 0 D z a p W Fa N z - w 2 a) O o o a O fy m a F W LL R 2 ce U O W W uai w a K W w re w Z J a z a Y w U Q CLO w E CC O ow www 0 0 0 X X 0 X 3 in • c W = 0 1/) J L1.1 CC ZW W m } K W } O a7 4') O o2 Y 2 a m z W m � a m w w m F w w m 0 u) m U, m m V S To u) W m a Z ul Q_ H W LL Z W m H W W H W a N J w Q❑Q E2 a F w CO = U CO >- J a' J J a_' J re o• O. m w m LL 2 U J a Z W ILL 11 W 0 w p W m d d d m H _ w ❑ > > > J m 5 a u) N z m >- N m G m 0 < > 2 5 < > OMf m iYCLCL0: coO To .' = > o m o 0 O J M } } >- >- } 'a 0 0 0 0 0 N n m w 0 o o Cl Ce W Z W W O Z Ce o ❑ ❑ ❑ O O w Q . ,- t u) w 0 N O W u) O 7 W 0 0 0 W D C1 C) C! C7 C7 N J H u) CO CO u) m J m u) J J J J J 0 O O V. H M N- O) (O N O O (O N OO OO COH O O W OO O O O O 03 O O N O 0 0 O CO O 0 CO O CO N t0 O U1 HmmLO ▪• E Cr M cc, c0 O) V) U (O (O U t� N N. N N N h N c0 O) M M o (O UO r N- - N N W co co co O) V' CO CO O) 0 CO N o o N N 2 O O a CO a) N H CO co S at arl • m m Q a' Q m E a H U, J d 'o co Q CO m < m CO CO O Eo Z O a o 0 o o O N N W N< N W N N N N N 0) 0. O) U N Q N _N N E 0 M < M W M > M M M W O• a 4t {coo 0 '{eet LL m esi a m a m • O q (O - M cr 0 r et a m Z N L U o 0 0 0 11 N N N N N N N N N N N N N N N N N N N N N 0 O O O O O O O O O O O O O O O O O O 0 O CO ❑ N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 CV U m m m m m 0 m 0 0 0 0 m 0 0 m m m 0 m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,- no o N 0) F M d coCr) Cl) COU) U) coco (1) I/) 01 U) U) (1) CO (n co co co U) Z z z z z z z z z z z z z z z z z z z z 0 0 40 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g lL WW g WWUJW 2 WW W 4 WW 2 o O W W W WW W W W W WWWW W W W W W W W W W - a a a a a a a s d d d IL a. a s a s a s a °- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p cC c Et IY cc Ir Ir cc w Ir cc cc IY cc cc cc ce ce cc a) O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 j 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO J J J J J J J J J J J J J J J J J J J J m Z m Z m m Z m m m Z Z z m z Z m Z m Z o o o o o 0 0 o o o z o z o z z o z z z 0 0 o z o o z o z 0 F Y F Y Y F Y Y Y F F F- Y F F Y F Y I- 0 00 o o O o oO O O 0 O o -1 o O -1 O -1 o a ❑ a ❑ d d ❑ d 17_ ,T00 ❑ a ❑ ❑ d ❑ a 0 E r r r r r r r r i- r r r >L r r r r r > r QW W' W 2 2 W K W CC 2 2 CC d' W' Ir K W W' CC CC 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F F F F F F F F F F F F F F F F F F F F Z z z z z z Z Z ZZZZ Z Z Z Z Z Z Z Z O W W w w W W W W WWWW w W W W W W w w U > > > > > > > > > > > > > > > > > > > > a z z z z z z z z z z z z z z z z z z z z d rn v m .0 CO a =I(n o )n o )n )n 0 )n (D )n 0 0 0 )n 0 0 (n 0 )n 0 UD Z Z' u) )n uun uun n in n uU) U) U) 0 U) U) 0 U) H N 0 0aa 0s aaaa 0 0s 00 aEvOaa 00 .,-- 0 - Z7 ? v) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Y m o o o o o o O O O O O O O O O O O O O O CCU . (D (D O (7 O O O O O (7 U O (7 O U (D O O O (D L U_ U CO O 'U O rC N Q' = 0 U U a (N0Ct Ce el i o CO o 0 0 Na) O O m m MNO) O CO (O N N CV OO N- Z a NCO 0) 0 CO 0f` h N COCO 01 N.- OO N N O 0 CO CO CO h au U) Ot UD > N- N- o 0 0 N CO 0 J m m in in N N N C O O O) (n co UD co co O o o O o Z J O O UO ea O O < O F O o 0 N- N- O O O O CO (c. V O aD O) ✓ V N .-- a- r r r r Z co co CO O) N N In re I. O) () co d M m O O co ,- N N M 0 CO CO cr 0) Z (O 0 1- N M N N N CO O CO CO V V' Co eY V. (O 01- V Cl.. 2 Z co• 0 M J C') 98 M M eel M M M M M M M D el M M ems) C)) Z CO CO N U U7 CO Z (•J W (D O O CO U7 0 CO O CO (D m U7 O O O 2 CO CO CO h a W Z )- ,- .- r .- r r LL r U g U) § U W OO K o Z Z ? U 0 o 2 2 w z ❑ ro xt W w y (� c) a N o1 o U a ¢gz m Ch 0 W W UC > W > z 0 _ m I- F 0 0 a CO CO w an an > > F ❑ > F F ? W Z O d' -74 re ire _ C7 yco a O 2 2 ❑ 0 d' W W ❑W m J Ti O Z NC Ct U) -a N 4 W 0 W Z J �) °� QaQ W 2 F' S 3 nx W CC CL CC CC W m W m W d w Q ct re 0 2 0. K K K CC m 0 0. W -3 d' d' d' W ❑ ❑ ❑ U) W U W W U W W W W C9 W (9 W W 2 WW W❑ ) W❑ W❑ 0 w (EU Q' FY N Q 0. O R' Q' 0.' 0 O 2' n ❑ ❑ a �' d' (p W CC0 M Q' Ta 8 0 0 ti 0 1.1- ❑ O M O O t-- 0000 M 0 N re CC 0 0 0 0 0 oo 0 0 0 0 g W y w co W W o o W o o a K 0. o w R a w w w (� ❑ z o z z o w w w w o z o a a o W W 0 W W ° Z = W w w 0 o w w w w ' 0 0 ' w w w w () m CO CO li n g g g m m co m 5 a s m m m m 5 D O O O V R W M 0 0 0 u) (t) Cl) 0 u) (1) u) V' N (D 0 0 0 0 N 1!) N_ O O O N- N- (O CO 0 0O 0 0 N O) CO r N N O (O M 0 0 0 N CO N G m O UO O O N M I- N O UO UO N M .-- O) O UO O N V N- (D O N a' co N- (-4 V 0 2. M a co O (O UO V O 0 0 )O 0) CO CO V h N 2. 0 h (O No oN N M N CO CO V O N CO m M 0) N O V "Cr N > = Q M M N N (D u) N ,- N V O) O E (D U) c (, o CO UO CO CO UO CO CO UO UO 0 E O O O O O O O O O N N N N N N N N N c cpU) N N N N N N N N N E ❑ M M i') M M 0 M M i'i T co a 0 n CO co m ooi oai co co 0 ai Y o) a) en m en en a m m 0 U 0 D_ N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N CD p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U CD CD (O CD CD CD CD CD (O CD CD CD CD CD CD CD CD CO CD CD CD CD (O f0 f0 (D O (D (O (O O O m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 XQ Q Q o 0 0 0 0 W W W CD Ctl *5 CC N > > > CD a) a' a' Ce M a m CO N m D7 D7 m V) m U) U) m (!) D) CO U) m m m C0 C0 V) m (.0 ma' a' m a' �' �' CD ZZZZZZZZZZZZZZZZZZZZZZ ZZZ o O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H H H H H H H H H H H H H H H H H H H H H H H• H H 7ocsacrocres 7 7 7 7 7 7 H o W w W W W w W w W w W W W w W W W W W W W W W W W Z Z Z m m m m W a a a a a a a a a a a a a a a a a a a a a a a a a 0 0 0 0 a 2- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O o Z Z Z Z 0 w m LL' w w w m m m 2 m re a' a' cc a' a' LL' w LL' w w e a' H H 1- Y Y Y Y a' a) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Z H H R H 0 ❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 0 0 0 0 0 0 0 0 0 0 0 0 00 7 U) U' 0 0 0 0 0 0 0 0 0 0 0 O O C)J C) 0 O U) O 0 0 0 0 O O O m J J J J J J J J J J J J J J J J J J J J J J 0 0 J ❑ 0 0 a a a a 0 CO c0 CD CO CO CO CO Z Z Z Z Z Z Z Z Z m m m m m m m m m m m m m m Z m HH H I- H H H CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CCCLCLCCW W CC 0 0 0 0 0 0 0 0 0 0 z z z z z z z z z z z z z z 0 z a a a a a a a z H H H H H H H H H Y Y Y Y Y Y Y Y Y Y Y Y Y Y H Y Y ZZZZZZZZZHHHHHHHHHHHHH H Z H C5 C5 C5 Cl Ca C5 C5 F- C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o C0 C0 C0 (n fn CD C0 0 O▪ 000000000 J J J J J -1 -1 -1 -I -1 -1 -I J -10 J WWWWWWW J_ ` r r r r r r r r r r r r r r r r r i- r r >- r Cl. a a a a a a } CL CC W CC CC CL CC K CLIY CLX X X m m CL X XXX ft XXX 7 0 0 0 0 0 0 CC 00000000000000000000000 0 0 0 CO CO CO CO CO (n (n 0 3 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z WWWWWWW z o W W W W W W W W W W W W W W W W W W W W W W W W W = = = _ _ x = W ° > > > > > > > > > > > > > > > > > > > > > > > > > H H H H H H H > Q Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z z Z z Z z z ? ? ? 0 0 0 0 0 0 0 ? rn a A = a p I o o O o 0 0 0 0 0 v) u) in in in in (n in (n CO (n (n LO (n O (n (n U m Z 2 (n (n (n (n (n Cr) (n (n (n (n in (n (n in (n (n (n (n Co to (n u1 (n (n (n O O 0 o O 0 0 0 NOIvv7VV7vaVavvvVVvVVvv7 vdV v C') C) mNNNNV- v s- CD (O O CE o i+1 0I0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (n (n (n (n 0 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 r e- r r r r r O re () . CD CD CD CD CD CD (D CD 0 CD CD CO fD CD CD CD (D 0 CD 0 CD CD CD CD 0 (D CD CD CD CD CO CD (D U_ L LL 0 CO O U O } C C--1 U U cem Et 0 co O CD N V M 01 0 0 0 0 CO N. (D In V M N 0) CO (D Z O) O O 0) O O W O O O u) O O O O O O O O O) O V 0) (0 0) CO aD u1 O 0) O a0 CO CO [O O M O W W W W ap ap aD aD n n 0) CO CO M �_ O CO O > 0- r N- 1` N- N- N- 0- 0- (n u) M 1` I` N- N- 1- N- N- C• 1- N- (n N• CO 0 N N N O O C V V V V V V V V V N 1-11 O V V V V V V V V V V (- V V 0 0 N (n u) u) (n co — 0) 01 a) 0) 0) 0) O) O) O CD (D CD 0) 0) 0) 0) 0) 0) 0) 0) O) O) 0) (n u) N- ut ((1 u) u1 u) (n u) 0 u) CD CO (D 1.0 u) u) u) u) u) (n (n u) (0 (- N N Y O co 0) 0 N CO V (n co N M V u) CD N- CO O O N CO V N- V V N- CO CO N N M u) CO V V0 u) 0 u) u) (n u) h h N- N- N- N- N- N- N- 0 CD CO CO CO co co co CO N- h h V CD O M 0 V V V V V V V V V V V V V V V V V V V V V V M V V CO CO CO CO CO CO Mr") Z M M M M M CO CO CO CO M CO CO M M M M M M M M M M M CO CO M M M M M M M CO 5 () CD CD CD CD CD CD CD CO CO CO CO CD CD (D CD CD CD CD CD U) CD CD CD CD CD CD CD O O CD CD CD CD w m O ,- ,- r ❑ Z J a 9 E w 0 a a Xk I- 0 C a W W Z Z 0 H 0 0 } E Q re O. �+ W w w w W W W W Z O o D 0 O Z O K UU 0 C0 0 o 0 U ' 0 0 W 0 0 0 U) 2 n a C O CL 0 0 0 H I_- U 0 0 c7 o a w a) CO Cl) 0 o U X Q J CO U m w ❑ Z W CO CO Q N Q m In V w w 0 S' m H 5 5 w H H I_ Z w w 0 H H >>Q r = z P o u) .1 7 ( Q_ >- co Q CY w a' w U w 5 a a Y w Iw- co J W a a d c ax a 2 p X Z a a d d m (n a a wa ❑ m a 00 z Q m m x w H 7 7 w lL pt. ir��I O o� Cm6 U w , 0 Cd Cd aUj ,mJ ❑ (n a 0 0 0 a w (m') 0U' °' w WI d ❑ O W O a a } = 2 O (n O Y O o O N O O O o d W W W Z W Z p 0 n 3 o W LL w 0 0 0 = QU( W O O w W U K oo W W W (n G� Q 2 Q O a O O Z_ Q z CS O O U 7 2 Z O O O Z w Z C7 O a e- Z_ Z_ Z_ } Z_ w W LLI W LLI L (n J m 5 5 m 5 J J J LL a' (n 5 a' J J 5 (n 5 J 5 m Y = U 0 U V U a U CD CO CV 0. 0 (O Cl 0) CD 0 W N N CD CO M O 0 uuO CO 0 CO N O CO 0) CO V M O O uV u) N 0) O O ] u 0 uN CD CD 0 NvCO ) N N N V _ O ` N N u) u) CO N N M O M N N M V 0 u) O 01 N O V (- V CO V (n n O V W O) NO M O O = V CO CO CO N CD M V CO MCD N- N O CO CO CO 0) CD N CO r r N M N CO O) 01 O N V 0- M N u) 0) CO ,- (0 M CO M r M CO > T Q M r (+j O m m E (n c -U' 2 CD Co m OO O a N N N C 1 N N N❑ M M M N E V) a N M Y U in a, Y o t0 0 CC zel N , Q M L U 0 d N N N N N N N N N N N N N N N N N N O O O O O O 0 O O O O 0 0 O O O O O O m 0 ❑ N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N O O O O O O O O O O O O O O O O O O O U m m m m m m m m m m m m CO (0 m m m (0 (O 0 0 0 0 0 0 0 0 0 O Q O O O O O O O co 0 N N W CI (Can M a CO (n U) (n U) CO U) U) (0 U) U) U) CO CO CO CO ZZZZZ Z Z Z Z Z CC fy Z Z Z z Z Z O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QQ c g g g g g d g g g g d o d a K 0W W W W W W W W W W Z m LU W W W W W .n a a a a a a a s a a p a a a a s a O 0 0 0 0 0 0 0 0 00 z 0 0 0 0 0 0 co 1) 0 0 0 0 0 0 0 0 0 OH 0 0 0 0 0 0 p 0 0 0 0 0 0 a 0 0 0 p -1 0 0 0 00 00 00 m J J J J J J J J _1 _.! ❑ O_ J J J J J J U) U) Z Z m m m z Z m z m HH m z m z z z 0 0 0 0 0 cc ce 0 0 OOZZZ 0 O Z o z Qa d Z O Z o o O H H Y Y H H H Y H Y Y H Y S H H o z z 0 1... 0 �i 0 00 (n (n 0 0 III .Q 0 0 J J J 0 0 J 0 J W W J 0 -) 0 0 0 ❑ ❑ a a a ❑ 0 a ❑ a -J. a a ❑ a0 o ❑ i:ic i r r i r r > r r a s r' r r ›L r( r 0 0 0 0 0 0 0 0 0 0 0 (n (/) 0 0 0 0 0 0 c H H H H H H H H H H Ce Ce H H H H H F- 0 0 ZZZZZ Z Z Z Z Z w wZ Z Z Z Z Z o WWWWW w W w W W = = LU w W W W W g > > > > > > > > > > H H > > > > > > a z z z z z z z z z z 0 0 z z z z z Z 8 cnmsO • o o Lo o Co o0 co 0 co Lo 0 0 0 0 U) m Z 2` u) (n (n o CC) u) co co u) CO 0 0 U) CO Co CO Cl) u) O CO N O 7 7 V 1 7 7 7 7 7 CD CD 7 7 7 7 47 C7 E O M m O O o 0 0 o O o o O O U) O 0 O o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ecW ( m m m m CO (o (o (O (o (o (o (o (o (o CO (o (o co U_ L LL 0 m O U ; 7 c N U 0 (c` 0 o o O 7 m C1 N M O 7 O O 7 0 0 COm Z O O 7 (O U) U) O 0 Q) O (O 1� O N > (f) (O CO 40] 40] ([7j co) M h m ONO OM3 0 ,- N CO (MO CO M (O Co m m N N O CO N- a) co co m co co m m CO CO LO UO N co coM ho N N N N N Y - - m m7 7 0 (0 (- (0 0) c- oo 0) CO CO h 0 m N 0) 0 co m M 0 (O CO () N tO (O m m m m m m m m M N M m 0) O) O) m c 0 7 7 7 7 7 7 7 7 7 7 7 7 CO 7 7 7 7 J 7 2 Z co co co co co co co co co co co co M co co CO M J M ) u CO m CO m CO m m coCOm m m coCO (0 m (0 m N 0 0 H H H UW Z z W CO o F 0 2 2 c xk 1 a' Z W z LU a0 0 0 F a' Q 00 o. o_ P K w z 0 re N a h=- P 0 > g0 0 r z a m w gt z0 z 0 K 7 3 w H 0 ° z w w 0 a m to a w a 0 c8i 2 Ce ca 0 o a0 w z a < < p 0 w 00 COI- 2 0 0 a m to O 0 E Y N J re O 0 7Ce Ce pLU z w W 0 z z_ m UJ 111 -1 J w In = D_ d H W' d W Ce 0 0 0 Y Ce W Ce a' z 0 0_ o xx a co W H W CO a' 0 N D D H W W > 0 0 > > W W m W a CO W E a5 o W ❑ .5 J 0 0 ❑ ❑ U) C 0 0 0 ❑ (p 0 co M Q' 0 Q 0Ce O) (o J J O a' a' A Q! co J ON) Ce M Ce OM) CL N Ce Q' 1� `m_ p O O p m m o ar o6 (,) O O m O O m o6 0 0 (� O 7 0 p O p, O W W 7 N W W M W W M m W N W O W O W 4 K R O- O� = Z Q Z 0 ,_ Z Z Z Z _ = O Z O Z O Z O Z c. W r �n � � � � a � � � � � § � c� c� �' � m U m 7 (D CO h co O O U) co m 0 0 0 (f) co _ 0 O O O co co m O (O 0 O O O u) N. CO 0 7 0 0 m co. 7 N 7 CO 0) (() (f) M CO l() m CO 0 Cl 7 7 = u) u) Of N OD N N ON M m 6N 7 r m N O O 7 7 m N O (O (() O O O m O N N 0 0 O 0 O N N N. m m 0) m m O m N M I.- 0 N N N 7 CO r N CO N N N N N N N .- N 11 17- > > T E c.i N co (O O m m E m E U` 'o m m m m m co m co m m 0 E 0 0 0 0 0 0 0 0 0 0 O N N N N N N N N N N m N N N N N N N N O) O) 0 N E M M M M M M M M M 0 co a • R ,kr7k - m of N N N N N M com 0 ... O 0 (O� O O O in {+0� (0 (O, (0 W Z L 0 2 0 '6_ CN N N N N N N N N N 0 CO m N O O 0 0 0 0 0 O 0 0 0 0 0 0 d) 0 N - CD CD O O O O O O O O O O O O N o O O O_ O_ O O_ O_ O O O O O O O UN CV CV CD (D (D Z. 0 0 O (O (D O O CD CD (D CD O 0 O P O O O E2 E2 0 O O O O W W W c0 co co a'f °5 .5 W W N N LU W (D N R' LL' re W W Ma... Z Z Z Z Z Z Z (I) 0) U) 0 0 0 0 0 Q 0 q0 0 0 0 0 0 0 0 O O_' g IL 0 LL' R' lL 0 U JU 2� d g g o J J J o as a as a �Z 0 LLW a as Z N IY CC Cr 0 LL' CC CC 0 0 Y W Q: K d' 0 J O 0 0 0 J0 0 0 D U 0 0 0 0 0 0 0 0 J O W W W CO J J J 0 J J J 0 ❑ O_ J (o co (n W 0 Cl) > K W ❑ ❑ U' 0 0 O 0 a 0 0 0 CO JJ JJ0 0 Z Z cc o CO W a co co 0 O O n 0 0 0 a 0 0 0 a o 0 0 0 U d CC CC CC D CC CC CC I- 0 0 CC U C0 u1) 0 0 0 0 C 0 0 0 M 0 0 0 Z CC CL 0 w w Z W w w Z d H I" Z III D W0 IL 0 Q z z > 0 z z > UJ CO 0 > WC > > 8 a0 d a a 3 0 0 0 0 0 0 0 (o M Z 2- O LO LD LD O Ln L() (D u) N N LO O O O A- O O O O LD O O O O O O O d) CD N V V V V V N (D of V' M N N 1- E '1" r - - - (D N CD - a- (D co z . 2 Y M• m 00 00 00 O- 00 00 00 O o N 00 00 O O WCD CO LL 0 co 0 '7 o ) U 0 (C` Ln (D > N- 3 CD Z LL' M 0 co Z CO � N m U 0)) co I� p C' LO V coU1 N (D co0LO N N > co O (D O O - D) cO co co OD C N co co h N in C V o o] O D) 7 V F� O O V CD 0) 0) (f) M M M N o (D (D M N LD N N CD CD 0 N N- N- 2 K O. oD D) O C N M (D CD N- V (O O CD o 0 y CO CD O Ln o p O to o 0 0 Ln Ln V V (D to to to N Lc) (D (O CO M M V Z co M co co co M M M co co M M M CO ' O W O CO O (D 0 O CO CD CO N CO W 0 0 m ❑ Z 0 3 0 Q. a 2 Z 0 o 2 CD z— o m DD 0_ ca 01 o-I0 < Z a) W W W vi Z (p uai W W0 W Z_ Q re w F K Z 2 o W ti LL LL a§) > W CD Z 2 J J Lri W 0C� C9 CO v W }m} a I- C) } J LL, y > co m o ('� J Z Za J m m W H Z M z Z Z W Z z 'co W < 0 d W W N leg Ce It U O CO m Z CO O_ N Z LL LL Q CD 0 O J J W C7 Z > O (n u) a co 0 0 0 c < r J 5 co z (p 2 a a (n a ¢ 0 (n N < Et cz -a m W W J K H 2 0 < W Z W (o (A 0 W@ F- 0 0 3 c a K 0 2 0 W < o_ 0 U A'S 0 (' > Q. CC Z CY = Z IL LL p E L.)C m W❑ U 0 (L p o O r2 W 1, r '2 (n 0.' a a > O 0 cf U U W -, LL N n w ❑ O U o CC O CC O Y n W Uin w 0_ 0_2 co co G Uco H H N J J co N NI u a Z 0 W o Q o a 0 Ix is a ,- Z o W W o W I- W 0 CD W W U 7 C9 Z W W e- t CO J CO 0 Y D] U 0 Z Z 5 re N 0 V V O O N N CD N CO O O N LD V CD 0 O O O 0 h h V O V M V' V V V O 0 0 h I� N CO N O O O O 7 7 O N co O O O 0 N (� M O OD OD lT O O M M co ti n N V' O CD LD N M CO M CO (� W CO 0 M M r LD N Z M M N N Ln o N N- O rn 01N h CO 03N N N N 0 7 E M v o E CI m W W U 'o o m m au m m m oD m m m 0 0 0 0 0 0 0 0 0 o 0 0 .a(6) N N N NN NN N re N N N N co a) a) co a) O) O) 0) 0 N NCV E 0 co co M ('7 co co co (h D co M M co m Y O_ n N O 1q o0 N O) co d' N M MeV N H LD 1a (a h P N EO 0 o 0 0 0 0 0 0 o a) a) a) K z d , - (a (r - o � r 0 0 0 0 EL m co co m co co co co co m co co co co N O 0 O O O O O O O O O O O O N 0 O 0 O O O O O O O O 0 0 O O p 0 O 0 0 0 O 0 0 0 0 0 0 0 O N 0 N N N N N N N N M M M M M M CO m m 0 m m m m m m CO CO m m CO O O O 0 O O O O O O O 0 O O W W W W W U) (.0 U) U) U) CO W W W W W W W W o a a s a s z z Z z z Z NX X X X X 0 0 0 O O 0 CD N W W W W W M d CO CO CO U) (0 O) U) U) ¢ ¢ ¢ H H H z Z Z Z Z Z Z Z cc re cc W W W 0 0 0 0 O O O o LL 0- 0 0- 0 a s a QQ aa a QQ Q QQ QQ QQ O O O O O 0 co W W W W W w W w H H H H H H 'g LL LL LL CL a s a s (n (n U) (n (n U) O 0 0 0 0 0 0 0 C W W W W W W W W 0 0 0 0 0 ❑ J J J J J J 3 W W W W W W W W 0 0 0 0 0 0 0 U) U) co co U) U) co co U) co (I) U) U) U) (I) U) U) Q U) CC U) H d H ¢ Q z z o5 Q Z z �" z z > HH co HH H d al coUW p U0 O J (n W U)O O O O �- J ZU U U U d U U 0UJ o 0505 U Ua U 05 aS ❑ d Nc5 ❑ 0 ❑ U d❑ U UU) W D_ U) UU) (n CO 2 2 0 2 2W 2 2 U) j z d j 0 0 p d O O U 0 0 W 0 LL LL 5 lL LL_ LL J 5 LL LL = LL_ LL_ 0 8 W W a W Z Z ❑ 0 2 Z W Z Z a ¢ R, LY W LY 7 7 co W 3 3 > D 7 0_ 8 0) =m U)) a U)1 co co co m Z O o O O O O O O O O O O O O W O '�^ N 0) D) N O 0) M O) 0) o N M M N M N N N N N N N N N a CH7 E v O r m r m m CO m CD m CO CD CO m E v) M m O I O O N O N N N N N N N N N N YU O O O O O O O O O O O O N N N N N N N N M M M M M M COm CD CO m m m CD CO CD m CD m CD CD L¢L L LJ H LL U m }0 Z ¢O d Hm o 3 N W LU m U U ( o_ 0 LL H v LL r M co O O c) M 1.-- 5 S ¢ m S CD m r CO v CD CO N 0 0 0 m Ho CO ,. o o cn m (mo °) o r N- )0 O N r M V _r N N 03 c0 0 M C W N M m O co N.1- o to V O O CO O N > O N O O V) )0 )0 (-) O 10 O N ¢ N CO v V' r Y Y r r d y r Z N V N M N r O O 0) 0) V N N- 10 p O N O O N m L0 O N a OC M M V M O Y) h t!) M V V )0 K) l0 Z M M M M M M M M M M M M M M U mm co m CO CD m CO CD CD m CD CD CD o 0 r r r r r r r r r r r r r r H 0 I J z Id > 2 a a z $ w z a it W Q S03 c0 m m m CO o J = H °� (1a m m 0 co ¢ c LL 0 O5 d r LL LWL w N W LWL n' LL LL 2 Z zz zz zza 0 r Fo 3 o o w 0 � N a w o z z z z z z ¢ d a Y z 4 Lu 0 w � le n 0o 4 0 z co 31 0 Z a c a a W m LL U U U 0 U U U U U I- >- 4 0 o N = o J m W o co 2 2 U u) 2 2 W N 2 2 ce Z W Cl) a' c 1-6 N U N 0 LL 2 a 0 0 J H O O C7 Z 4 w Y C a K W 2 LL LL W 2 LL LL W J Z O O J U U S 1= U F U Z Z a S O Z Z N J O Z Z U O o U U > U D H D D Z m J a --� r LY co J O >- Y `� g W O > } °) O O } >- n 0 r H N H O W N H N J J O N J J W N J J m LY O `° n = ❑ N U) en 3 o Y Y o 2 j o Y Y c z o Y Y co U 0o m a LL LL ` CO ' LL O W W o COO o0 W W r O 0 W W a- W O L U LY 0 rct O W 2i W 0 0 0 0 0 CD mr r N r v 0) m )0 v v m v v v v CO CO CO N O O V V CO CO 1 N- V v 0) m v 0) O) CO COO O O O 0) 0) ) o o m co co co r r Jr r v r W v v of cc; CO v Ni 0) a c o p m co O V) m m N N )0 Z 10 )f) 0 r 10 )0 O O O r r O N E r r 0 r (O E U) c (' o co co co co co d co co co O co O O o O O O 0 O O O O O N N N N N N re N N N N 0 ) a N N 0) 0) W a a 0) O) 0) N E 0 M co M co co M M co co co Ya CO N M 10 (n CO R aco O) cm O O CD ID O O) el O 04 O ac) a, a a v Nv 4 4 a a Y Z . oU a nm m m CO m m m CO m m CO m m m a N O O O O O O O 0 0 O O O O O O W a ❑ N O O O O O O O O O O 0 0 O O 0 0 0 0 0 0 M M M 0 0 0 0 0 0 0 0 0 0 0 0 NM M M V V V 4) a, m m m a, m m m m m a, a,co 00 00 co (OO O O o 0 o O O O qO QO qO qO QO O CC a' LC lL lL lL lL m CO CO CO CO CO m W a s W d a a s N ro 0 0 0 0 0 0 0 0 0 }0 0 0 0 0 0 a) W i+1 a Q 2' 2' a' CC F F- J XXW 20 O O O O 0 = = 7 = _ _ _ = rW c F F F F F F W W W W W W W W 'n m m CO U CO CO o ❑ ❑ ❑ o ❑ ace a ace a Ce a w CO 3 0 0 0 0 0 0 O O O 0 O O 0 0 Q I- CO CO a) CO CO CO CO CO (~n CO) CO CO CO ~ U)) CO m F- F- CO CO U U U d w 0 CD CD ce CD C7 d w W 5 5 5 a7 Q 5 Z Z Q Z Z 06 Q 3 a a a 0 W W W w a6 co w F- F- x) F=- F=- co m a�j m cn a 0 O O w O p aJ J J w 0 J co Zn z ZZ a J x 4 U U 3 U ) a J 0.0 3 a a Z 06 at{ a et{ as p a 0 0 0 CO a a, CO U) a CO CO m a d a CO CO m z ca 3 w ce re w ce ce Z a) a) w w w o a - Li_ O O a 0 0 o a a 8 ce ce ce 5 o w 0 Z Z 0 Z Z > o n Q a a a m W 0 a D D w 3 3 CO W CO `m m -a o 0 a o p CO-2 l to CO Z Z+ r O 0 N a, o o O o O O O o O co o :15,1 O O O V N o Cr, a, N a1 a1 N N m HE V O a m m m N COcom CND (NO CONCOO CNO CNO CND CCD m co I N N N N N N N N N N N N N N N O O O O O O o 0 0 0 0 O O O O • Y 0:11 M co co co co co d' d' V V V' V V V 1a 2 ID m CO m m m m m m m co m m m ca U_ L a a 0 m = o - m m O NcoM VCO3mi In O W m U U a 0 0 a 2 co co co r10 co n M co0 w 0 0 o vi .- m 0) m m 0 N N N O O M 01 LO 0 (mo a, o a, O O Z O O O N _ CO N N N M Q - F- F- F- `0 a a a) v v co co o v U) U) >2$ ❑ . Y Y m N n r a0o 0V r Y Y Q 2 CD C- m O O 01 M a, 0, N N_ N- O O 0 8 C 0 m ca a m M O N a N m m N N N t(1 c!) Y1 M V ca c11 la N F Cr, 2 Z M M M M M M M M M M M M M M Q N t, U m m CO m CO m a m c0 m m m m m U m 0 711 ❑ J >. r r r r r J 0 CA CO a I- 4 2 Q c K m M 2 w m m CO m Z v CO O of o O F- M 2 a, a ¢ ¢ w CO V p n CO CO n w w w m 0 ti ,� U F- 2 a 00 C7 a W FL W w K M 3 Ee Z Q Z' m 2 U 0 N U a W W p 3 J Q N a' Z 0 Z Z 0 Z Z F 0 O 0 F w w a Z Z a Z Z C Q d a U0 a s x W Y C7 F- O _i _ m O _I _i 2 2 m 0 'a c ? 0 2 C7 0 U U W U U U Q W U 0 o Z Z Z U F- Q W Z (n 2 2 J [a w 2 2 U 0 m (1) C J J J J 2 CC a' Q a' CC m LL Q a' a' Jre 4 I- -'6 n. U U U W d W Q CC Z 0- 2 W Z a_ u w 2 22 2 o 1( 0 0 0 a x 0) to m c) Z Z F U 5 Z Z a 2 Q Q c) E LLJ a' a' a' m ti > cz U N J J O W N J J tri J m O N 01 To U m m m 0 x > O ❑ N Li- O Y Y N m o Y Y O= > O Q o fi a m m m O (n O o J a- a' O W W a- CO o W W O m 0 O m 0 m U a a a 0 OU W CD > 0 0 N U N o N m m N- N- 0 o o N- N. sr m m N- N a0 O O O 0 N M o f� m M M H 1a ,a 7 V a1 a1 a V a Q) N M } 0 0 m M M m m m m h N- a m m h ti a F a> W o O CO 03 a, a,03 a, el N N 12N Na N N c(1 N N N J N- ti c Q V co N a N N 3 (a E O W CO_ c C7 'o at m u) m ao al co ao Q m m O E o o Q o 0 0 0 0 J ca N N N 5 N N N N N N N • (p 01 01 ❑ N N N 0) 0) 2 N a N E 0 M M J M M M M M CC M M CO a c0 a 2 n H N o to N b U # o o m m {0 t0t+� 0 m 0) ca ni Y In N N M C sl- up r r CC z LO 15 U N e. o O L O o 2 o a CO CO CO O CO O N N CD CO CO CO CO CO O CO N N O O O 000000 O O O O O CD O O N O O O O O O CD O CD CD O O CD O CD CD O O N 0 O O U O C) O CD CD CD CD CD O LO ) D OCO O O O o D N ON OO CO CO CD CD CD CD CD CO CO CO CD CD CD CD CD 03 CD 0 0 0 O0 0 0 0 0 0 0 0 0 0 0 0 0 O ro a N O W W W W W W W W W W W W W W W W 2 zam U) U) U) CO U) (n U) U) U) U) U CO U) U) CO CO a m Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z co a W W W W W W W W W W W W W W W W W a s a a a a a a a. a a s a a s a U) X X X x X X X X X x x x x x x Z }w} w} }w W WWWWW W }W} W W w rXwa O J J J J J J J J J J J J J J J J W a 1- H H H H I- H H H H H H H H F 1- w I. CL a a a a a a a w a a s a a s a O 8 W W W W W W W W W W W W W W W W J H H H H H H H H H H H H H H H a m 5 5 5 5 w CO H FU- FU- FU- F F co CO W Q U) W WZ Z aaaaaw CO Q Z Z j J Q Cn a a asX I- p O 0 CO CO CO CO U) w CO7 O O u W W J J W W W W W W W J J J a W 0 Z 2- 0 0 J J J J J J J 0 0 < a - Z W NcoarcoomCO a a a a a w DDDDDD a 0-1 CO U U a W U 2 2 Q U) U) CO CO U) CO D 2 2 W O D < } U Z I = 0 0 W W W W W W d 0 0 W p 0- 0 JO p a w W 2 2 2 2 2 2 5 a s O -) 5 0 a 8 Z Z 2 H H H H H H 0 2 2 W 5 o cc m a D 7 0 0 0 0 0 0 0 w D 7 a m w a w a� rn a� a CO nl Z Z` o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO 0 N o 0) O) CO CD N O O CC) if) N 0) O O V N N. CD HU' E V 0 0D 0D CND CND CD CND CD CD CND (CDD CD CD 0D CND 0D CCD c0 w C — � J I N N N N N N N N N N N N N N N N O O CD o CDo o O o O O O O O O o O O 15 [b O CC) CD Cn U) CO CO 4') CD CD N N Cl) N lD CO O CL . O (O CD (O O O CD CD CD O CD O CD CO (O CO n Cal, co a U m 0 -E3 m O } c N m 3 w U U N LL co O E N. M co co O) CD CO M CD z OM) CD coO00 N N O ON) a) CD .- O O O o co N N CO 03 03 CT) CO CO O CO N- N CO O N ' M > a V N V '0 Cr V ' co cO O V V O CO O fO — N- � v Y Y Y Y Y Y NO CD r 0) Y cr Y U) O) CP M O a- N C' CD CD N N N- N o o 'Q CD CO 0 CO0 omV V V' �Y C' V er 7 V cu v1 U)) U) Lo Co CA co W C Z co co Ch COM C`) M M M M 01 CO M M CO C.) co M 0 m O co co CO co co N O co o CD CD Cl' r CD CD CD Z co CD ; 2 a r Q r F r r r r r r J• Q r r = r r w W H CD F- 0 Cl' CO a Z Z Z LL' Y O a co co cc co co N J re J 0 co 20 m al 08 a m m W a .6 < am' a w LLLLF- < W LL LL K ti W < 0 3i F- U CO F WZ j Z z s 0 z z F O N W J r 2 Z a z a z z > m a o F= a 0 U K K ✓ J J — 2 a CO O J J Z_ H x a O W 0 C O O U) 2 W 0 U U w Z I a LL 2 O 2 Z U) U H W J ED U) w V Q O d 0x Z CC x x Y J - Z W U) U) U) m w Q x x �•.1 _i 0J 0 a' O W a g 0 0 < J Q Z W W W O H 0 0 H J Q a O a' Z L` u- Q 0 w a 7 2 2 ' 2 W Z 0 0 > 0 W a U) rt a Z Z I a z } U) H U) a H ; U ? j d F U) ZO O g 0 0 W O < 0 Z D a a CEp } } N- 2 M a' Q CL D n H } } O M N O N V m N J J G U ct Z H m a m CO M W G J J O O O Wco co co CO Y Y Y O J 0 w H H J H H N U o Y Y O W 0 2 > M W CD O Q W W O J H Z Z J Z Z a- U) W W J CO U H Z o t co w a a a a cal oU C7 9 N. N 7 'Q .0 CD CD CD N. CD N. V n n N- N. V O O CD CD Cn N N0 0 V V 0) 0 0 01 v.-- 0, 0, 01 01 0 CD 0 V R O N- N- CD O CO r O O m C N. r V aD O ti O N. N N. N. CO CD N- C. v OO O N CO O O CA CA oo N N u) 0) CD M N O N N CD V V' rn CD M M O > = E r r r p m N N COE U) C7 co co m eo co co m F co co O E J m y N N N N N N N = N N c N N N O) O) T T W N N E O M M M M M M M H M M • a N N NDI O M 40 IDID M 5 r N o ( Y co O ea co {Oy {CD {0 O O co (Oy w z LI L - - r o r O o 0 p' N N N N N N N CO CO 00 CO 00 0) O O O O 0 0 O 0 0 0 O 0 N LO ❑ 0 0 0 0 0 0 0 O 0 0 0 0 p 0 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 N N N N N (O O 0 O 0 0 0 0 O 0 0 0 0 o 0 0 0 0 0 0 N N 33 3 3 3 3 cif, O LL LL LL LL LL w N i+) o_ (w/) 0COW W W W CO W CA CO CO z z z z z z z z z z z LI w w w w w 0 0 0 0 0 a CLa a a o_ H H P w o w w < w w W w W w W w w w W w a W W W w W w U a LL CL a LL N 0 O O 0 0 0 >- >- >- >- >- g ❑ J. d o d d a a rG 2 2 2 2 co WW J J J CO W W W W W W Z LL LL LL LL LL V) W H r co H u) W CC CC I— _1 0< ce w CC CO (.0 (0 CO r .a on a a a 1- _1LL LL LL LL 0 m W 00 5od o Q d W W W W 0 J J w w CO w 5- QW 0 W W W W 0 CL d J (d J d U m m m co CL CL o. CL O CO CO LU LU W W Z CO m D CC W N D w } } } } < J J Z Ct o a a a a 3 U U W I a J w w W w z > > 0 < 0 N Cl C) ) = CO .0 C 00 z Z. 0) 0 co 0 0 o 0 0 0 0 0 O l6 O � co Cl) Cl) U) N U) C, E ---*4- z O I N (D OD co O (D m O (0 CO CO CO ? u) ' S I 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 O O 0 0 0 O U • m O O O O O O N N N N N <CC 0) r N- N- N- N- N- r r N- N- n h LL L LL 0 co O 'u o Y N V (D 00 O CO m H U U aCol w re p N N W 02 2 V CO Z CO co N 0 N 0 0 D) (co u) CO co Cl) > 0 N- N- n 03 N 0N N- (O V C O 0 n N- N- o 0) O co N-- M 0 CO CO M O) O V Cl) (O O H i- N N N N- Cl) L- Cl) Cl) 0 CO V Cl) 0) O ,_ 7 0 (A V N (O tO 0) 0) N O 0) 0) O z 0) h N- W O V • 0 Cl) Cl) Cl) M (0) Cl) co co co co N 0 Z M H Cl) co co co co Cl co co co co co co ✓ a co W co co co O co Z O c0 CO CO O (0 ▪ 0 Z 0 Q 0 10 j 0 U) ai O ? C}.) N Q 00 O o) CLI COco -1 M H 0 U (!) c F d Q Q Q 0 M M aa) I— U 0 (.3 w re U U U (� °r°. F C O J J (A cr 2 0 a 2 aro z W CO 2 0 0 g z m z °r° z ¢ x a f- 0 F v.o LL QIT. 2 N Q ❑ OO c a Z W m W Q W ¢ CL W Z w a O w 0 a LWL LL M U. 5 x U Q W = < 2 dq Q Lu ✓ c 0 J W J W J W J Q LL LL W H W 0 J 0 Q N Q U Z O Z O Z Z Q K 0 C. J Q LL J (n c LL J 3 = Z Q H p U p (n 10 (n W O W CO 3 o , 2 N ¢ o ff U o) 0 < a 3 U 01 (n O To 'Q o ly a Z a Z a W N J = o ff o O W ,- ce 0 U 3 O r ❑ r ❑ r LL r r LL I [C fn a) (n r J { J J e- I 0 r U J CO z N 0 0 0 0 N- N- o o OO (f) 0 0 0 0 0 N- N- N CO 0 0 0) 0) O O O O N N CO 00 LO U) LL O O co co co O O co co m 'c O) O) N N N 6 00 CO r N ai of W 01 aD N (V O) ' h 0 (() 0i 0i Cl) Cl) 0 0 N- (� N- N- 0 01 N (O N N CO CO N N ▪ p (O (O O CO O O O O Cl) Cl) CO (A ()) r r 01 O (O N 1 o E M M r M M V W co co- V V O V' V (D (0 CL 0 E W C7 o m co m m co w co W m m m on O E o 0 0 o N W o 0 o 0 0 0 J O0) N N N Na > N ¢ N N N N (p N N N N N 0 N W N N N 0) ❑ M M M M N d Cl) 3 M M Cl) M CO r 2 co • a Cl) O N (") h W Q) Z (O N {U) U Y CO CO 00 0 (0(� 0 t0t� N CO O/ a) 0) O(�7 co m 7 Q co O r o iir a a Lo o U CC z L U 0 O O 0 I- co co ro v v v v v v a) o o 0 0 o o o 0 o 0 N C O O 0 0 0 0 0 0 0 CO co CO CV O O O O O O O O O O CO 0) V N N N V V V V 7 O) CO 0) 0 N- ) 0 0 0 0 0 O) 0 O f0 0 0 O O O O O O o o O O a) 0 0 0 0 0 0 0 0 O O 0 O O (O „..CO 0 O O 0 0 0 CO as Z Z Z Z Z Z Z Z ZZ 0 U U 0 U U O O 0 LU F F H F H Z Z Z F- F- F o CC CC CC 0 0 0 o 0 0 a a s a. a s a ¢ C ¢ Q ¢ ¢ O O 0 u 0 0 0 0 U U p W W W 0 O O 0 O O W W W OW ILL LLL LJL Z Z Z Z Z Z U U 0 U CO 12 CC 0 0 Q Q <I <I F F Ur (n In O O W W W c W W Z cn c0 Z Z 0 O O n d d L ? CO U 0 XOX UX� a s W co CC LU W U cn CO Cr) x Q Q N CO UO) F Z o _i _I w 0 U co co LU UJW o z W Z Z IZ IZ U U U Z aa WW W W aZ Q Q !ico o W Q g g Q Q Z Z Z a > > > I- O F r o o 2 2 2 d m -o d co a 0 co Z O O N N 0 0 N N 0 10 10 • O N co co CO V 0 V V 7 7 V V V 1- E V O to CO CO V) CD CD (O CO CO N N N Z (h OI o 0 0 o o o 0 0 o 0) 0) 0) O o 0 0 0 0 o O O 0) o) 0) a. U 1 m N N N[ t V 7 d' V V O) W O) N. N- N- N- N N- N- t• r rn CO 0) 1¢L. L w 0 ro O UO F 3 } C N U U N co v m 0 N. CO o r- o) o co O 1n O o co a) a c O O Z CO (co m0 V 0 m V r CO O N N 0) U LO 10 E ,- v In 0 LL 0 v � v v a Y CO 1n et )o co a) V 1n et V O O • D V (n (n co CO W O) N 0 co (n In 1n CO O) CO co 10 to V 10 10 Z CO CO CO CO N CO CO CO CO CO CO CO U U O (D (D O Z CO O CO Z CO O CD (0 (O a) o ., CO a CO CO Ia a 0 Z GO GO Z GO W o 0 0UJ a, O ~ ¢ ,— COCO 0 N 1n co n 01 o a l Q W m U N 00 ? W CO rY CL ai 7 0 F } Z 0 co CD co a 2 LL W LL S 0 O U W ¢ ? O m ? CO W F W o!7 O M 1- a cc Z F K (Q J cn K IWL F O W Z 2 o O w LL K W 0 a' w 0 0 K M U • m O D F Z Z a a = Otu > ¢ a -J J c a Q OW W U M CC W 0 O ~ O WYO 0 W W lx LL Z J O F w U) J Y U 0 J a a m M �- In 0 ti 0 a s (y co a a a o) co m a w - I.- co F o = 0 0 a v a o 0 o 0 u .n as V U O_ U J O W O o Z r D- u� O W Q}Q •Z Q W t (.0 2 U)) F- Z J U)) Z 0 t0 co co O O W O N O O O (O N OJ CO COl[) (0 CO 0 r 0 O N N CO O (O CO m N- O CO 0 1` N- O O O T. 3 (O O 1- M M V V (O O M N N N cd O Z M M y• 0 N 0) CO COCO CO CO O) O) ti W O COM (MD- M O (N = C Z 0 >o � Q ei M 0 w Y co E Z Q U o m m W oo co m m cO m O N N 0 o N N N < N N o0 N W 0) O) F N N O) T W N cn = N E o M M W Cl) M CO M 0 Cl) Cl) CO LL U a it oco 6 .x o CO N w a (0 (0� (o0 Z (off boy 0 a Z a g N et V R R et o C `a 0) 0 o 0 0 a 0 N 0 ✓ U co n O) ( D N 00 a 0 0 n U 4) N 0 co Q1 G O a U N a) 0) C O U U N 0 m .0 N U)) Z Z m " '61 a U' E O M 10 U I u_ . 9 U ro O U O j N U U a 0 Z c 0 Z t-73 U m 0 Q 0 a a a O 01 a (0 ,>I ti C M Z 0 a a w a a C 7-I O 0 o 0 M+ x 0 W •• aD H Z H Z r< a 14 Oct C.) a o 0 SZ k".. Oa. I m j b rg O N• T o E C0 CO_ o O E N E CD • a In U Y Z L 0 4Ft►RH City of Farmington 430 Third Street Farmington, Minnesota 14, 651.280.6800 -Fax 651.280.6899 44'.4“0041' ,, www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Contract for Rambling River Park Feely Fields Fence Replacement Project DATE: March 19, 2018 INTRODUCTION Staff solicited quotes to remove the existing outfield fence and install a new outfield fence on Field#1 at the Rambling River Park Feely Fields. DISCUSSION The approved 2018 Park Improvement Fund budget included an amount of$15,000 to remove and replace the outfield fence on Field#1 at Rambling River Park Feely Fields. Attached is a photo of the project location. The current fence was installed in the mid-1990's. The current fence is starting to heave and is uneven. Because of this, the concrete around the base of the fence poles is starting to break apart and deteriorate,which has caused the fence to become unstable. In February 2018, a request for proposals (RFP)was mailed to ten fence contractors and advertised on the city's website. Exhibit A, which is attached,was the RFP document mailed. Four proposals were received. Exhibit B shows the tabulation of the four proposals received. As you can see in Exhibit B, Dakota Unlimited submitted the low quote for completing the project in the amount of$14,927.00. In order to minimize the impact of the project on the use of the field by the city's adult softball program and by the Farmington Youth Baseball Association for its program,the RFP identified the ideal project completion date to occur between the dates of October 15-November 15, 2018. Staff will work with the contractor hired to ensure the project is completed during a time period that will not negatively impact the play of either of the programs identified above. BUDGET IMPACT The estimated budgeted amount for the purchase and construction of a shelter was $15,000. The quote submitted by Dakota Unlimited is to complete the project at a cost of$14,927.00, which is $73.00 under the budgeted amount. There were funds approved in the 2018 Park Improvement Fund budget to cover the project cost. ACTION REQUESTED Approve the contract with Dakota Unlimited for the Rambling River Park Feely Fields Fence Replacement Project. ATTACHMENTS: Type Description ® Backup Material Feely Fields Field#1 Fence Project Location Map D Exhibit Exhibit A RFP Fence Project D Exhibit Exhibit B .Fence Project Quote Tabulation D Contract Project Agreement Fonn Rambling River Park Feely Fields Field #1 Location Map J . iiiiii4 ,, ' .. - FI'M 5T "" ""LL'R1 S'1' .1 , fir » 1-. , AI` is r , p a r i `e. Aly}' M S • /1 far C._ 4 �y� ' 1. i ,,, 4 q '' - Ft!. �p T'xF Aim ,. Jf . xA aA > e 1 Tt';[a. b"ieII* += Ft!. PIrf1 t }i( �ry 4. i, 4 4 ' ' ' 1 i .,t ,,.' i" 4 qr,Si •y 1' , s I 1 ili ii.:.* 4.1 t* . ,� , a.. t IN + r Alit :,,,t',,.*;., ,,,.$1,-, -. , ..,...,., ..„,..........----_,,, . . ., (..-• ' fi ''. f pY f ti 0.1 fi \ • ,51,.-!. S-""',‘1,\\_,.... -U-/M ITZ 4 .4.r // 441,,x* M4AK1 /rye ' n �;ci . —� ��' February 1, 2018 1:2,400 0 112.5 225 450 ft rt t r ' ti I 1 0 30 60 120 m Property Information Disclaimer:Map and parcel data are believed to be accurate,but accuracy is not guaranteed.This is not a legal document and should not be substituted for a title search,appraisal,survey,or for zoning verification. UAW a��iCity of Farmington 430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 www.ci.farmington.rnn.us EXHIBIT A REQUEST FOR PROPOSALS FARMINGTON PARKS AND RECREATION DEPARTMENT 2018 RAMBLING RIVER PARK FEELY FIELDS FENCE REPLACEMENT PROJECT FEBRUARY 1, 2018 vi City of Farmington i 430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 "' www.ci.farmington.mn.us I.Introduction The City of Farmington Parks&Recreation Department is accepting quotes from interested parties for the removal and installation of an outfield fence consisting of approximately 465 linear feet on Field#1 at Rambling River Park's Feely Fields. II.Rambling River Park Location Rambling River Park is located at 21250 Denmark Avenue,Farmington,MN 55024. The construction entrance to the field Park can be accessed from the parking lot entrance off of Denmark Avenue,which is located on the west side of the park. See attached map for access locations.All equipment used by the contractor should access the park site via these park entrance points. III.Project Completion Because of baseball and adult softball games being played in the spring, summer and fall seasons,the city prefers the Project be completed between the dates of October 15 to November 15,2018. All work associated with this project shall be completed on or before November 15,2018. IV.Rejection of Quotes The City of Farmington reserves the right to reject any and all quotes,to waive irregularities and informalities therein. V. Site Visits You may arrange a visit to the site if you wish by contacting the following Parks and Recreations Department staff person: Jeremy Pire Parks and Facilities Supervisor 19650 Municipal Drive Farmington,MN 55024 651-280-6902 Email:jpirea,ci.farmington.mn.us VI.Insurance Requirement Please review the insurance requirements as identified below.The city will not alter or change these requirements. Before submitting your quote,please check with your insurance agent to see if your current Certificate of Liability Insurance(COLI)will meet or exceed these requirements. The contractor's insurance company will waive its right to assert the immunity of the City as a defense to any claims made under said insurance. The contractor shall take out and maintain during the life of the contract, contractor's General Liability& Automobile Insurance,including contractor's Contingent or Protective Insurance to protect the contractor from damage claims arising for operations under this contract,which shall protect him or her and any subcontractor performing work covered by this contract,from claims for damages for personal injury including accidental citEARAI* City of Farmington 430 Third Street Farmington,Minnesota ‘4...-*;41 651.280.6800•Fax 651.280.6899 A rito0 www.ci.farmington.mn.us death under this contract whether such operations by him or herself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of the insured shall be as follows: Worker's Compensation Insurance Coverage B-Employer's liability with limits of not less than: $100,000 Bodily injury by disease per employee $500,000 Bodily injury by disease aggregate $100,000 Bodily injury by accident The contractor and his/her subcontractors,if any,must provide Worker's Compensation Insurance for all employees,in accordance with the statutory requirements of the State of Minnesota,including Coverage B, Employer's liability. Evidence of subcontractor insurance shall be filed with the contractor. Automobile Liability Insurance 1. Minimum limits of liability coverage for passenger vehicles such as car,van or pickup truck, unless it be being used to perform the service. If vehicle is towing equipment or a commercial vehicle,and all other vehicles then liability limits shall be the same as required under#c. General Liability Insurance,below. 2. Required Coverages The contractor and his/her subcontractors,if any,shall maintain insurance to cover liability arising out of the operations,use,or maintenance of all owned,non-owned and hired automobiles. Evidence of subcontractor insurance shall be filed with the contractor. General Liability Insurance Minimum limits of liability shall be as follows: • $2,000,000 Per Occurrence • $2,000,000 Annual Aggregate • $2,000,000 Annual Aggregate applying to Products/Completed Operations Insurance coverages should include the following: • Premises and Operations Bodily Injury and Property Damage • Personal and Advertising Injury • Blanket Contractual • city of Farmington listed as additional insured The contractor shall maintain insurance to cover claims,which may arise from operations under a contract with the city,whether such operations are by contractor or subcontractor or by anyone directly or indirectly employed under this contract. If contractor's work involves working with,or the potential release of,a hazardous substance,then the contractor shall be required to procure double the insurance policy limits of those above. Yo�Fto* City of Farmington 430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 -.''"'"D'° www.ci.farmington.mn.us 1. CONTRACT INSURANCE REQUIREMENTS-SUPPLEMENTAL Should your proposal be selected and the city contract with your company,you will be required to submit a Certificate of Liability Insurance policy that will be in compliance with the specifications in the contract.An important requirement of the contract insurance is that the city be listed as"Additional Insured"by being added to your liability policy by endorsement. This endorsement must accompany the certificate and must be provided to the city prior to the contractor beginning any work for the City. It may be mailed via regular U.S.mail to: Mailing address: Randy Distad City of Farmington 430 Third Street Farmington,MN 55024 or may be emailed to: rdistad@ci.farmington.mn.us VII. Submitting Quotes Contractors interested in submitting a quote must submit a quote on the attached Quote Submittal Form. A separate document included with this mailing provides project specifications in more detail. The City will open,tabulate and select the lowest quote based on the overall total cost to construct the border and park bench pads. The City will provide notification to all contractors who submit a quote for the project notifying them of the results of the quotes received for the project. Deadlines to submit a quote shall be Friday,February 23,2018 on or before 10:00 a.m.All work associated with project shall be completed on or before November 15,2018. Your quote must be submitted in a sealed envelope with the following title: "2018 Rambling River Park Feely Fields Fence Replacement Project" and should be submitted to the following Parks and Recreation Department staff person: Randy Distad Farmington Parks&Recreation Department 430 Third Street Farmington,MN 55024 Phone: 651-280-6851 Email: rdistad(a ci.farmington.mn.us ARM* City of Farmington t 430 Third Street '= Farmington,Minnesota 651.280.6800•Fax 651.280.6899 '"PROS. www.ci.farmington.mn.us Location and Specifications of Work to be Completed on Field #1 in Rambling River Park's Feely Fields I. Location/Directions Rambling River Park Feely Field's physical address is 21250 Denmark Avenue,Farmington,MN 55024. An attached map shows the project location in the city. II. Specifications A. City Property Protection During Project The Contractor shall protect with proper material the face of all curbs (if any) that are driven over to access the construction sites. The contractor shall remove this material when the project work has been completed. The Contractor should as much as possible keep equipment off of the outfield turf and instead use the outer perimeter behind the outfield fence to complete their project work. B. Site Preparation Removal of Existing Fence The contractor hired will remove and properly dispose/recycle the existing fence. C. Fence Post Type and Installation Method • All line posts should be at least 2 and 3/8 inches outside diameter. • All line posts shall be installed by being machine driven into the ground. • All line posts should be evenly spaced across the outfield fence, but should not exceed 10 feet on center from each post • All terminal posts should be at least 3 inches outside diameter. • All terminal posts should be set in concrete footings at a depth of at least 48 inches minimum. • There should be two 12 foot foul poles set in concrete footings and with the footing measuring 36 inches in diameter and 72 inches deep. • The foul pole should have a yellow wire mesh flag that is rotated towards inside of field. • All pipe used should be Schedule 40. • All concrete footings around anchored posts should be mounded and sloped away from post for positive drainage.No dumping or washing out of extra or waste concrete is allowed on site. If this occurs,the contractor will be responsible for removing and disposing of any washed out or extra concrete dumped on site. ip�FARM/„� City of Farmington �z 430 Third Street Farmington,Minnesota 1 651.280.6800.Fax 651.280.6899 �'•A"°°O www.ci.farmington.mn.us D. Fence Dimensions The fence to be installed shall be 72 inches in height and have a continual linear run or distance of 465 feet. E. Fence Material • The fence shall be 9 gauge galvanized with a 2 inch mess. • The top and bottom fence rails should be 1 and 5/8 inches outside diameter galvanized pipe. • All pipe used shall be Schedule 40. F. Fence Installation Chain link fence should be tied with 9 gauge wire ties along the top and bottom rail and should be spaced 12 inches on center. G. Site Restoration All material excavated shall remain on site. The city will be responsible for site clean-up and restoration work after the project has been satisfactorily completed by the contractor. H. Underground Utilities Location: The Contractor shall be required and responsible for placing the Gopher One call for locating underground utilities in the project area. row, City of Farmington r w, 430 Third Street Farmington,Minnesota 1 651.280.6800•Fax 651.280.6899 "'" www.ci.farmington.mn.us 2018 Rambling River Park Feely Fields Fence Replacement Project Proposal Submittal Form Submit your company's quote below for the Rambling River Park Feely Fields Fence Replacement Project. Your project quote should include all costs associated with the removal and disposal of existing outfield fence and for all materials, labor, shipping, and tax costs associated with the installation of the new outfield fence. The deadline to submit your quote for this project is Friday,February 23, 2018 no later than 10:00 a.m. Company Information: The undersigned,being familiar with local conditions, having made the field inspections and investigations deemed necessary, having studied the specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor, tools,materials, skills, equipment and all else necessary to completely construct the project in accordance with the specifications identified previously. Please provide in the space that follows, your company's information. Name of Contractor Submitting Bid: Contact Person: Address: Work Phone Number: Email Address: Date Quote Submitted: Rambling River Park Feely Fields Fence Replacement Project Materials and Labor Total Quote Amount Including Tax and Shipping Costs: tIARtif/46, City of Farmington 430 Third Street ' '41111h-i 1,-' v Farmington, Minnesota ....„%, 3,I 1651.280.6800.Fax 651.280.6899 www.ci.farmington.mn.us Rambling River Park Feely Fields Field #1 Location Map 0 mi W --- C-LM S r '4 L M s I , --- f' ; Or 4 `' ill - 1/ E. fi 5, -'YE rf PAT.,:, 10, `: 41.rte f f _ 1 0 ,in 4 / to ,I '`J. 9 C T r q i , ,'iu.urG t 1 February 1,2018 1:2,400 0 112.5 225 450 R Ir . . . ti I----1 0 30 60 120 m Property Intomtabon Oedema.Map and parcel data are beamed to be accuratebut accuracy is no(guaranteed.The s not a legal document and should not be substituted bra Mb searcb.appraeelsurvey,or la smug venficabon. Exhibit B 2018 Rambling River Park Feely Fields Fence Replacement Project Quote Tabulation Contractor Name Quote Amount Dakota Unlimited $ 14,927.00 Century Fence Company $ 15,275.00 American Fence Company $ 16,925.00 Midwest Fence & Manufacturing $ 19,393.00 AGREEMENT AGREEMENT made this /9.7'4 day of 7.7 cs.�.z„er , 2018, between the CITY OF FARMINGTON, a Minnesota municipal corporation ("City"), and DAKOTA UNLIMITED,INC.,a Minnesota corporation("Contractor"). IN CONSIDERATION OF THE MUTUAL UNDERTAKINGS HEREIN CONTAINED,THE PARTIES AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract Documents", all of which shall be taken together as a whole as the contract between the parties as if they were set verbatim and in full herein: A. This Agreement B. Contractor Proposal dated February 22,2018,attached as Exhibit"A." C. Request for Quotes 2018 Rambling River Park Feely Fields Fence Replacement Project document,attached as Exhibit"B". In the event of conflict among the provisions of the Contract Documents, the order in which they are listed above shall control in resolving any such conflicts with Contract Document "A" having the first priority and Contract Document"C"having the last priority. 2. OBLIGATIONS OF THE CONTRACTOR. The Contractor shall provide the goods, services,and perform the work in accordance with the Contract Documents. 3. OBLIGATIONS OF THE CITY. The City shall pay the Contractor in accordance with the bid. 4. SOFTWARE LICENSE. If the equipment provided by the Contractor pursuant to this Contract contains software,including that which the manufacturer may have embedded into the hardware as an integral part of the equipment, the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. S. ASSIGNMENT. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. 6. TIME OF PERFORMANCE. The Contractor shall complete its obligations on or before November 15,2018. 7. PAYMENT. a. When the obligations of the Contractor have been fulfilled,inspected, and accepted, the City shall pay the Contractor$14,927.00. Such payment shall be made not later than thirty(30) days after completion,certification thereof, and invoicing by the Contractor. b. No final payment shall be made under this Contract until Contractor has satisfactorily established compliance with the provisions of Minn. Stat. Section 290.92. A certificate of the commissioner shall satisfy this requirement with respect to the Contractor or any subcontractor. S. EXTRA SERVICES. No claim will be honored for compensation for extra services or beyond the scope of this Agreement or the not-to-exceed price for the services identified in the proposal without written submittal by the Contractor, and approval of an amendment by the City, with specific estimates of type, time, and maximum costs, prior to commencement of the work. 9. PROMPT PAYMENT TO SUBCONTRACTORS. Pursuant to Minnesota Statute 471.25, Subdivision 4a, the Contractor must pay any subcontractor within ten(10) days of the Contractor's receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of one and one-half percent(11/2 %)per month or any part of a month to subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of$100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the Contractor shall be awarded its costs and disbursements, including attorney's fees,incurred in bringing the action. 10. WORKER'S COMPENSATION. If Contractor does public work,the Contractor shall obtain and maintain for the duration of this Contract, statutory Worker's Compensation Insurance and Employer's Liability Insurance as required under the laws of the State of Minnesota. 11. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract,with the City included as an additional name insured by endorsement: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Products and Completed Operations Insurance shall be maintained for a minimum period of three (3)years after final payment and Contractor shall continue to provide evidence of such coverage to 2 City on an annual basis during the aforementioned period;or if any reason Contractor's work ceases before final payment,for a minimum period of three(3)years from the date Contractor ceases work. Property Damage Liability Insurance shall include coverage for the following hazards: X (Explosion) C (Collapse) U (Underground) Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 12. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Contractor must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created, collected, received, stored, used, maintained, or disseminated by Contractor pursuant to this Agreement. Contractor is subject to all the provisions of the Minnesota Government Data Practices Act,including but not limited to the civil remedies of Minnesota Statutes Section 13.08,as if it were a government entity. In the event Contractor receives a request to release data, Contractor must immediately notify City. City will give Contractor instructions concerning the release of the data to the requesting party before the data is released. Contractor agrees to defend, indemnify, and hold City, its officials, officers, agents, employees, and volunteers harmless from any claims resulting from Contractor's officers', agents', city's, partners', employees', volunteers', assignees' or subcontractors' unlawful disclosure and/or use of protected data. The terms of this paragraph shall survive the cancellation or termination of this Agreement. 13. RECORDS. Contractor shall maintain complete and accurate records of expenses involved in the performance of services. 14. WARRANTY. The Contractor guarantees that all new equipment warranties as specified within the bid shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and 3 equipment which may develop in any part of the contracted service,and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. The Contractor further warrants to the City that all goods and services furnished under the Contract will be in conformance with Contract Documents and that the goods are of merchantable quality and are fit for the use for which they are sold. This warranty is in addition to any manufacturer's standard warranty,and any warranty provided by law. 15. NONDISCRIMINATION. All Contractors and subcontractors employed shall comply with all applicable provisions of all federal, state and municipal laws which prohibit discrimination in employment to members of a protected class and all rules and regulations, promulgated and adopted pursuant thereto. The Contractor will include a similar provision in all subcontracts entered into for the performance of this contract. 16. INDEMNITY. The Contractor agrees to defend,hold harmless, and indemnify the City, its officers, agents, and employees, for and against any and all claims, demands, actions, or causes of action, of whatever nature or character, arising from the Consultant's performance of work or services provided for herein. The Contractor shall take all reasonable precautions for the safety of all employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work, materials and equipment under the Contractor's control. 17. WAIVER. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party,whether of the same or any other covenant, condition,or obligation. 18. GOVERNING LAW. The laws of the State of Minnesota govern the interpretation of this Contract. 19. SEVERABILITY. If any provision, term, or condition of this Contract is found to be or become unenforceable or invalid, it shall not effect the remaining provisions, terms, and conditions of this Contract, unless such invalid or unenforceable provision, term, or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties'entire contract. 20. ENTIRE AGREEMENT. This Contract represents the entire agreement of the parties and is a final,complete, and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s), understandings, or written or verbal representations made between the parties with respect thereto. 21. TERMINATION. This Agreement may be terminated by the City for any reason or for convenience upon written notice to the Contractor. In the event of termination, the City shall be obligated to the Contractor for payment of amounts due and owing for materials provided or for services performed or furnished to the date and time of termination. 4 Dated: �a 4 of,2018. CITY OF FARMINGTON By: Todd Larson,Mayor By: avid MotlIelyAdministrator • 5 Dated: 3-26-18 , 2018 CONTRACTOR: DAKOTA UNLIMITED,INC. By: Its: Sales Manager 6 •-tea ES?.1986 c-� DAKOTAINLimiTE0 FENCE.GATE.SAIL.IRON. CUSTOM. February 22,2018 Farmington Parks&Recreation Department • Attn: Randy Distad 430 Third Street Farmington,MN 55024 RE: 2018 Rambling River Park Feely Fields Fence Replacement Project Scope of Work: Outfield Chain Link Fence Replacement Thank you for the opportunity to bid your project. The following proposal has been prepared for your consideration. Bid includes materials,installation,warranties, utility locates,and tear out& disposal of existing fence. All excess dirt is to remain on site. Safety Top cap to be supplied &installed by City of Farmington. 465' of 72"Galvanized Chain Link -2 3/8"Line Posts • -All line posts to be driven,4' in depth -Not to exceed 10' post spacing -3"Terminal Posts • -All terminal posts to be set in concrete footings,4' in depth -Includes (2) 12' Foul Poles -Foul poles set in concrete footings,6' in depth -Wing Mesh flag to be 6' x 18" wide panel -Pole&Flag to be steel,powder coated yellow -1 5/8"Top &Bottom Rail -Galvanized,9 gauge,2"Mesh -All pipe to be Schedule 40 Total Project=$14,927.00 Thank you again for this opportunity and please let me know if I can be of any further assistance. Best regards, Anthony De"e Dakota Unlimited our people make the difference. 15953 Biscayne Ave.W,Rosemount,MN 55068 main:651 423 3995 fax:651 423 3996 dakotaunlimited.com _o�1 a� /, City of Farmington ,�, y 430 Third Street V4'r--•"*1 Farmington,Minnesota a651.280.6800•Fax 651.280.6899 www.cilarmington.mn.us EXHIBIT B REQUEST FOR PROPOSALS FARMINGTON PARKS AND RECREATION DEPARTMENT 2018 RAMBLING RIVER PARK FEELY FIELDS FENCE REPLACEMENT PROJECT FEBRUARY 112018 4fixyz46,, City of Farmington � 430 Third Street Farmington,Minnesota AP 651,280,6800•Fax 651.280.6899 r•Ap10* www.cr.farmington.mn.us I.Introduction The City of Farmington Parks&Recreation Department is accepting quotes from interested parties for the removal and installation of an outfield fence consisting of approximately 465 linear feet on Field#1 at Rambling River Park's Feely Fields. II.Rambling River Park Location Rambling River Park is located at 21250 Denmark Avenue,Farmington,MN 55024. The construction entrance to the field Park can be accessed from the parking lot entrance off of Denmark Avenue,which is located on the west side of the park. See attached map for access locations.All equipment used by the contractor should access the park site via these park entrance points. M.Project Completion Because of baseball and adult softball games being played in the spring,summer and fall seasons,the city prefers the Protect be completed between the dates of October 15 to November 15,2018. All work associated with this project shall be completed on or before November 15,2018. W.Rejection of Quotes The City of Farmington reserves the right to reject any and all quotes,to waive irregularities and informalities therein. V.Site Visits You may arrange a visit to the site if you wish by contacting the following Parks and Recreations Department staff person: Jeremy Pire Parks and Facilities Supervisor 19650 Municipal Drive Farmington,MN 55024 651-280-6902 Email:jp' ci.farniin n.mn.us VI.Insurance Requirement Please review the insurance requirements as identified below. The city will not alter or change these requirements. Before submitting your quote,please check with your insurance agent to see if your current Certificate of Liability Insurance(COLI)will meet or exceed these requirements. The contractor's insurance company will waive its right to assert the immunity of the City as a defense to any claims made under said insurance. The contractor shall take out and maintain during the life of the contract,contractor's General Liability& Automobile Insurance,including contractor's Contingent or Protective Insurance to protect the contractor from damage claims arising for operations under this contract,which shall protect him or her and any subcontractor performing work covered by this contract,from claims for damages for personal injury including accidental y©��aaMiyc�, City of Farmington io430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 A pR01loa www.ci.farmington.mn.us - death under this contract whether such operations by him or herself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of the insured shall be as follows: Worker's Compensation Insurance Coverage B—Employer's liability with limits of not less than: $100,000 Bodily injury by disease per employee $500,000 Bodily injury by disease aggregate $100,000 Bodily injury by accident The contractor and his/her subcontractors,if any,must provide Worker's Compensation Insurance for all employees,in accordance with the statutory requirements of the State of Minnesota, including Coverage B, Employer's liability. Evidence of subcontractor insurance shall be filed with the contractor. Automobile Liability Insurance 1. Minimum limits of liability coverage for passenger vehicles such as car,van or pickup truck, unless it be being used to perform the service. If vehicle is towing equipment or a commercial vehicle,and all other vehicles then Iiability limits shall be the same as required under#c. General Liability Insurance,below. 2.Required Coverages The contractor and his/her subcontractors,if any,shall maintain insurance to cover liability arising out of the operations,use,or maintenance of all owned,non-owned and hired automobiles. Evidence of subcontractor insurance shall be filed with the contractor. General Liability Insurance Minimum limits of liability shall be as follows: • $2,000,000 Per Occurrence • $2,000,000 Annual Aggregate • $2,000,000 Annual Aggregate applying to Products/Completed Operations Insurance coverages should include the following: • Premises and Operations Bodily Injury and Property Damage • Personal and Advertising Injury • Blanket Contractual • city of Farmington listed as additional insured The contractor shall maintain insurance to cover claims,which may arise from operations under a contract with the city,whether such operations are by contractor or subcontractor or by anyone directly or indirectly employed under this contract. If contractor's work involves working with,or the potential release of,a hazardous substance,then the contractor shall be required to procure double the insurance policy limits of those above. • 4imit9City of Farmington 430 Third Street Farmington,Minnesota --� 651.280.6800 Fax 651.280.6899 GSA �6 �r•APRoM�s� www.ci.farmington.mn.us 1. CONTRACT INSURANCE REQUIREMENTS-SUPPLEMENTAL Should your proposal be selected and the city contract with your company,you will be required to submit a Certificate of Liability Insurance policy that will be in compliance with the specifications in the contract.An important requirement of the contract insurance is that the city be listed as"Additional Insured"by being added to your liability policy by endorsement. This endorsement must accompany the certificate and must be provided to the city prior to the contractor beginning any work for the City. It may be mailed via regular U.S.mail to: Mailing address: Randy Distad City of Farmington 430 Third Street Farmington,MN 55024 or may be emailed to: rdistad@ci.farmington.mn.us VII.Submitting Quotes Contractors interested in submitting a quote must submit a quote on the attached Quote Submittal Form. A separate document included with this mailing provides project specifications in more detail. The City will open,tabulate and select the lowest quote based on the overall total cost to construct the border and park bench pads.The City will provide notification to all contractors who submit a quote for the project notifying them of the results of the quotes received for the project. Deadlines to submit a quote shall be Friday,February 23,2018 on or before 10:00 a.m.All work associated with project shall be completed on or before November 15,2018. Your quote must be submitted in a sealed envelope with the following title: "2018 Rambling River Park Feely Fields Fence Replacement Project" and should be submitted to the following Parks and Recreation Department staff person: Randy Distad Farmington Parks&Recreation Department 430 Third Street Farmington,MN 55024 Phone: 651-280-6851 Email: rdistad(aci.farmineton.mn ns au/A City of Farmington `y 430 Third Street `.�, x` Farmington,Minnesota 1 651.280.6800•Fax 651.280.6899 40-••A PBoK`� www.ci.farmington.mn.us Location and Specifications of Work to be Completed on Field #1 in Rambling River Park's Feely Fields i. Location/Directions Rambling River Park Feely Field's physical address is 21250 Denmark Avenue,Farmington,MN 55024. An attached map shows the project location in the city. IL Specifications A. City Property Protection During Project The Contractor shall protect with proper material the face of all curbs (if any)that are driven over to access the construction sites. The contractor shall remove this material when the project work has been completed. The Contractor should as much as possible keep equipment off of the outfield turf and instead use the outer perimeter behind the outfield fence to complete their project work. B. Site Preparation Removal of Existing Fence The contractor hired will remove and properly dispose/recycle the existing fence. C. Fence Post Type and Installation Method • All line posts should be at least 2 and 3/8 inches outside diameter. • All line posts shall be installed by being machine driven into the ground. • All line posts should be evenly spaced across the outfield fence,but should not exceed 10 feet on center from each post • All terminal posts should be at least 3 inches outside diameter. • All terminal posts should be set in concrete footings at a depth of at least 48 inches minimum. • There should be two 12 foot foul poles set in concrete footings and with the footing measuring 36 inches in diameter and 72 inches deep. • The foul pole should have a yellow wire mesh flag that is rotated towards inside of field. • All pipe used should be Schedule 40. • All concrete footings around anchored posts should be mounded and sloped away from post for positive drainage.No dumping or washing out of extra or waste concrete is allowed on site. If this occurs,the contractor will be responsible for removing and disposing of any washed out or extra concrete dumped on site. ow*, City of Farmington CaTfr- 430 Third Street � > Farmington,Minnesota o41, 651.280.6800.Fax 651.280.6899 p�T 'a� , www.ciSarmington.mn.us D. Fence Dimensions The fence to be installed shall be 72 inches in height and have a continual linear run or distance of 465 feet. E. Fence Material • The fence shall be 9 gauge galvanized with a 2 inch mess. • The top and bottom fence rails should be 1 and 5/8 inches outside diameter galvanized pipe. • All pipe used shall be Schedule 40. F. Fence Installation Chain link fence should be tied with 9 gauge wire ties along the top and bottom rail and should be spaced 12 inches on center. G. Site Restoration All material excavated shall remain on site. The city will be responsible for site clean-up and restoration work after the project has been satisfactorily completed by the contractor. H. Underground Utilities Location: The Contractor shall be required and responsible for placing the Gopher One call for locating underground utilities in the project area. 4,44w4iiat City of Farmington 430 Third Street i;>-,931 Farmington,Minnesota p441";: ' 651.280.6800•Fax 651.280.6899 sl.A MOO www.cilarmingtonann.us 2018 Rambling River Park Feely Fields Fence Replacement Project Proposal Submittal Form Submit your company's quote below for the Rambling River Park Feely Fields Fence Replacement Project. Your project quote should include all costs associated with the removal and disposal of existing outfield fence and for all materials,labor, shipping, and tax costs associated with the installation of the new outfield fence. The deadline to submit your quote for this project is Friday,February 23,2018 no later than 10:00 a.m. Company Information: The undersigned,being familiar with local conditions,having made the field inspections and investigations deemed necessary,having studied the specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools,materials, skills,equipment and all else necessary to completely construct the project in accordance with the specifications identified previously. Please provide in the space that follows,your company's information. Name of Contractor Submitting Bid: Contact Person: Address: Work Phone Number: Email Address: Date Quote Submitted: Rambling River Park Feely Fields Fence Replacement Project Materials and Labor Total Quote Amount Including Tax and Shipping Costs: (4aR/794-6, City of Farmington 0 430 Third Street Gdp ' x;,. Farmington, Minnesota ��4 651.280.6800.Fax 651.280.6899 4St.A rii.00%� www ci.farmington.mn.us Rambling River Park Feely Fields Field #1 Location Map 47 1 ) ) /.19 , t_______-" _ E .-:K�� r CLt.4 s �� ill v EI'M ST— x �` "�ELMfST 1111111111161111.11111 V 4"',, .-T ' ' 1`11 :: c-.- - i a It� f:7_77- �Jl/ itae- �+. ill/c l t F'.lf;ll - d 1 1., tri , r,\�'r- l , 1--‘., l � 'GH1, 77.1' j • 4 MAY.I ) 11', •f ENA I � � ri t1UG ,111 � r "- February 1,2018 1:2,400 0 112.5 225 450 R I 1 l 1 , . I 0 30 QO i xo 1v1 D3dda Aldp 1dat.au4 b.aa.dIn be ctturu,but ae<uraat h Mgusadteed:Tbk is nota bpi dacrwntand ata.±ld pal*P17 44 iv■idle.euch..ppnud,survey..,farming ardficelian. a�EAR19►i,,�, City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 '" www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Agreement with Wold Architects and Engineers for Professional Services for City Hall Build Out Project DATE: March 19, 2018 INTRODUCTION The city council previously approved at the February 5, 2018 meeting a lease agreement with the United States Department of Agriculture(USDA)to lease 2,210 square feet of space on the second floor of City Hall. This space is currently empty and will need to be designed and built-out for the USDA according to their specifications. DISCUSSION Staff solicited and received a proposal from Wold Architects and Engineers (WAE) to provide design services, prepare construction and bid documents, and provide construction management of the City Hall space to be built out and leased by the USDA. The proposal submitted is attached as Exhibit A. Staff solicited the proposal from WAE for the following reasons: 1. WAE originally designed and prepared the construction documents for City Hall, so working knowledge and past experience with the City Hall building is a huge advantage over other architectural firms, which will expedite the process of building out the space for the USDA. 2. There will not be any need for the city to have to provide blueprints and other documents to WAE because they already have these documents, which will save on costs associated with staff not having to provide these types of documents to another architectural firm. 3. The cost of WAE services will be recouped through the rent that it being charged to the USDA, so in essence the city is not directly paying for the services provided. 4. Architectural costs were factored into the $113,500 cost to build out the space for the USDA and WAE has identified in its proposal it will not exceed this amount. 5. WAE has had vast involvement and experience in the design and construction of governmental buildings. 6. WAE provides both technical design and construction management experience for the project, which staff does not have the technical expertise in these areas. 7. Given the specific stringent standards identified by the USDA for build out of the City Hall space, it is important to have WAE involved, so specification in the lease agreement are being met during the design and build out of the leased space. The proposal submitted will allow city staff and the USDA to work directly with WAE staff on the design of the leased space so it meets with the design requirements set forth in the lease agreement. BUDGET IMPACT The cost of WAE's services was factored into the build out costs of the space to be leased by the USDA. This cost will be recovered during the first 10 years of the lease agreement. It is recommended to use General Fund Reserve Funds to pay for the up-front architectural and build out costs and then repay these funds to the General Fund over the 10-year lease term. ACTION REQUESTED Approve the attached contract hiring WAE to provide design services,prepare construction and bid documents, and provide construction management of the build out of the City Hall space to be leased by the USDA. ATTACHMENTS: Type Description D Exhibit Exhibit A Wold Proposal D Contract Wold Agreement • E)C.141 i A February 1,2018 Randy Distad,Parks and Recreation Director WO' • City of Farmington 430 Third Street Farmington,MN 55024 SOI 1 9 6 8 Re: USDA Tenant Space Buildout 2 0 1 8 Commission No.9999 Y E A RS Dear Randy: Thank you for reaching out to me about helping you with architectural and construction management services for tenant improvements in the second floor expansion space for the USDA. I have reviewed the provided documents on what is required and believe we can provide what is required. I propose the following process: • Kick-off design meeting with the City of Farmington and USDA users to discuss goals and objectives for the project. • Finalize the layout of the space and develop a Schematic Design concept and budget for approval. • Meet with USDA users on detailed design requirements and develop a Design Development solution and budget for approval. • Complete construction documents meeting all USDA and US Government requirements and gain approval from Council for bidding. • We will manage the public bidding process and recommendations to council for award. • We will provide construction oversight and management of selected contractor to enforce contract requirements. • We will also manage final completion through occupancy and follow up on any warranty items that may come up after construction is complete. I would suggest the following schedule. 1. Schematic Design—March 2018 2. Design Development—April 2018 3. Contract Documents—May 2018 4. Bidding/Contract Approval—June 2018 5. Construction—July 2018 through October 2018. 6. Occupancy—October 2018. We typically establish a fixed fee at the project onset. All engineering and consultants are included in our fixed fee. For this project that involves only renovation,I would propose a fixed fee for new construction on 7.5%of agreed on cost of construction. Wold Architects and Engineers PLANNERS 332 Minnesota Street,Suite W2000 ARCHITECTS Saint Paul,MN 55101 woldae.com I 651 227 7773 ENGINEERS Letter to Randy Distad Page 2 WO • I understand that the total cost for renovation including design fees and buildout costs is $113,500. In order to arrive at a construction budget,I would allocate approximately 20%for design fees and for a small contingency for unknowns. I would suggest a construction budget 11 9 6 8 2 0 1 8 of$95,000,leaving$18,500 for fees and contingency. Our fixed fee would calculate as follows: SO YEARS $95,000(construction cost)x 7.5%=$7,125 Fixed Fee Reimbursable expenses would be in addition to this fixed fee and are estimated to be approximately$500. Please call me if you have questions regarding this proposal. Sincerely, Wold Architects and Engineers John McNamara I AIA,LEED AP Partner cc: Melissa Stein,Wold Architects&Engineers Matt Mooney,Wold Architects&Engineers I• AGREEMENT AGREEMENT made this /9 � day of 2-2-7, fJ , 2018, between the CITY OF FARMINGTON, a Minnesota municipal corporation("City"), and WOLD ARCHITECTS AND ENGINEERS,INC.,a Minnesota corporation("Wold"). IN CONSIDERATION OF THE MUTUAL UNDERTAKINGS HEREIN CONTAINED, THE PARTIES AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract Documents", all of which shall be taken together as a whole as the contract between the parties as if they were set verbatim and in full herein: A. This Agreement B. Wold Proposal dated February 1,2018, attached as Exhibit"A." In the event of conflict among the provisions of the Contract Documents, the order in which they are listed above shall control in resolving any such conflicts with Contract Document "A" having the first priority and Contract Document"B"having the second priority. 2. OBLIGATIONS OF WOLD. Wold shall provide the goods, services, and perform the work in accordance with the Contract Documents. 3. OBLIGATIONS OF THF+- CITY. The City shall pay Wold in accordance with the proposal. 4. SOFTWARE LICENSE. If the equipment provided by Wold pursuant to this Contract contains software, including that which the manufacturer may have embedded into the hardware as an integral part of the equipment, Wold shall pay all software licensing fees. Wold shall also pay for all software updating fees for a period of one year following cutover. Wold shall have no obligation to pay for such fees thereafter.Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. 5. ASSIGNMENT. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. 6. TIME OF PERFORMANCE. Wold shall complete its obligations on or before November 1,2018. 7. PAYMENT. a. When the obligations of Wold have been fulfilled and accepted,the City shall pay Wold $7,125.00 plus any reimbursable expenses. Such payment shall be made not later than thirty (30) days after completion, certification thereof,and invoicing by Wold. b. No final payment shall be made under this Contract until Wold has satisfactorily established compliance with the provisions of Minn. Stat. Section 290.92. A certificate of the commissioner shall satisfy this requirement with respect to Wold or any subcontractor. 8. EXTRA SERVICES. No claim will be honored for compensation for extra services or beyond the scope of this Agreement or the not-to-exceed price for the services identified in the proposal without written submittal by Wold, and approval of an amendment by the City, with specific estimates of type,time, and maximum costs,prior to commencement of the work. 9. PROMPT PAYMENT TO SUBCONTRACTORS. Pursuant to Minnesota Statute 471.25, Subdivision 4a, Wold must pay any subcontractor within ten(10) days of the Wold's receipt of payment from the City for undisputed services provided by the subcontractor. Wold must pay interest of one and one-half percent(1%2 %) per month or any part of a month to subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of$100.00 or more is $10.00. For an unpaid balance of less than $100.00, Wold shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from Wold shall be awarded its costs and disbursements, including attorney's fees, incurred in bringing the action. 10. WORKER'S COMPENSATION. Wold shall obtain and maintain for the duration of this Contract, statutory Worker's Compensation Insurance and Employer's Liability Insurance as required under the laws of the State of Minnesota. 11. COMPREHENSIVE GENERAL LIABILITY. Wold shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract, with the City included as an additional name insured by endorsement: Bodily Inj ': $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Products and Completed Operations Insurance shall be maintained for a minimum period of three (3) years after final payment and Wold shall continue to provide evidence of such coverage to City on an annual basis during the aforementioned period; or if any reason Wold's work ceases before final payment,for a minimum period of three(3)years from the date Wold ceases work. Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): 2 Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 12. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Wold must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created, collected, received, stored,used,maintained,or disseminated by Wold pursuant to this Agreement. Wold is subject to all the provisions of the Minnesota Government Data Practices Act, including but not limited to the civil remedies of Minnesota Statutes Section 13.08, as if it were a government entity. In the event Wold receives a request to release data,Wold must immediately notify City. City will give Wold instructions concerning the release of the data to the requesting party before the data is released. Wold agrees to defend,indemnify, and hold City,its officials, officers, agents, employees, and volunteers harmless from any claims resulting from Wold's officers', agents', city's,partners',employees',volunteers', assignees' or subcontractors' unlawful disclosure and/or use of protected data. The terms of this paragraph shall survive the cancellation or termination of this Agreement. 13. RECORDS. Wold shall maintain complete and accurate records of expenses involved in the performance of services. 14. NONDISCRIMINATION. All Contractors and subcontractors employed shall comply with all applicable provisions of all federal, state and municipal laws which prohibit discrimination in employment to members of a protected class and all rules and regulations, promulgated and adopted pursuant thereto. Wold will include a similar provision in all subcontracts entered into for the performance of this contract. 15. INDEMNITY. Wold agrees to defend, hold harmless, and indemnify the City, its officers, agents, and employees, for and against any and all claims, demands, actions, or causes of action, of whatever nature or character, arising from the Wold's performance of work or services provided for herein. 16. WAIVER. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party,whether of the same or any other covenant, condition, or obligation. 17. GOVERNING LAW. The laws of the State of Minnesota govern the interpretation of this Contract. 18. SEVERABILITY. If any provision,term, or condition of this Contract is found to be or become unenforceable or invalid, it shall not effect the remaining provisions, terms, and conditions of this Contract, unless such invalid or unenforceable provision, term, or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties'entire contract. 3 19. ENTIRE AGREEMENT. This Contract represents the entire agreement of the parties and is a final, complete, and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s),understandings,or written or verbal representations made between the parties with respect thereto. 20. TERMINATION. This Agreement may be terminated by the City for any reason or for convenience upon written notice to Wold. In the event of termination,the City shall be obligated to Wold for payment of amounts due and owing for materials provided or for services performed or furnished to the date and time of termination. Dated: 7 7 ‘,.,. '/?, 2018. CITY OF FARMINGTON By: Todd Larson, Mayor By: avid McKni ht Ci Administrator Dated: f-BAr/avi1 4 , 2018 WOLD ARCHITECTS AND ENGINEERS,INC. By: hn McNamara,Partner 4 pid) ICDifA February 1,2018 Randy Distad,Parks and Recreation Director W01 a City of Farmington 430 Third Street Farmington,MN 55024 SO1 1 9 6 8 Re: USDA Tenant Space Buildout 2 0 1 8 Commission No.9999 Y E A R S Dear Randy: Thank you for reaching out to me about helping you with architectural and construction management services for tenant improvements in the second floor expansion space for the USDA. I have reviewed the provided documents on what is required and believe we can provide what is required. I propose the following process: • Kick-off design meeting with the City of Farmington and USDA users to discuss goals and objectives for the project. • • Finalize the layout of the space and develop a Schematic Design concept and budget for approval. • Meet with USDA users on detailed design requirements and develop a Design Development solution and budget for approval. • Complete construction documents meeting all USDA and US Government requirements and gain approval from Council for bidding. • We will manage the public bidding process and recommendations to council for award. • We will provide construction oversight and management of selected contractor to enforce contract requirements. • We will also manage final completion through occupancy and follow up on any warranty items that may come up after construction is complete. I would suggest the following schedule. 1. Schematic Design—March 2018 2. Design Development—April 2018 3. Contract Documents—May 2018 4. Bidding/Contract Approval—June 2018 5. Construction—July 2018 through October 2018. 6. Occupancy—October 2018. We typically establish a fixed fee at the project onset. All engineering and consultants are included in our fixed fee. For this project that involves only renovation,I would propose a fixed fee for new construction on 7.5%of agreed on cost of construction. Wold Architects and Engineers PLANNERS 332 Minnesota Street,Suite W2000 ARCHITECTS Saint Paul,MN 55101 woldae.com I 651 227 7773 ENGINEERS t - Letter to Randy Distad Page 2 W01 • I understand that the total cost for renovation including design fees and buildout costs is $113,500. In order to arrive at a construction budget,I would allocate approximately 20%for 1 9 6 8 design fees and for a small contingency for unknowns. I would suggest a construction budget SO 12 0 1 8 of$95,000,leaving$18,500 for fees and contingency. Our fixed fee would calculate as follows: Y E A R S $95,000(construction cost)x 7.5%=$7,125 Fixed Fee Reimbursable expenses would be in addition to this fixed fee and are estimated to be approximately$500. Please call me if you have questions regarding this proposal. Sincerely, Wold Architects and Engineers • John McNamara I AIA,LEE!)AP Partner cc: Melissa Stein,Wold Architects&Engineers Matt Mooney,Wold Architects&Engineers otiF 4 , City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 firm www.cifarmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Schmitz-Maki Arena Door Replacement Project DATE: March 19, 2018 INTRODUCTION In 2017 the City Council authorized funding from the Building Maintenance Fund for the completion of city building improvements in 2017 and 2018. One of the projects on the list of improvements was the removal and replacement of the Schmitz-Maki Arena exterior doors. DISCUSSION The approved 2018 Building Maintenance Fund budget included an amount of$25,000.00 for the removal and replacement of the frames and eight exterior doors at the arena. Because of the nature of the environment in the arena with temperature changes and the constant use the doors receive, the doors have reached the end of their useful life. Three of the four frames are original to the arena and have been rusting for many years and have also reached the end of their useful life. The doors also do not seal very well and because of this are not very energy efficient. As a result of funds being budgeted for this project, staff completed a Request for Proposals (RFP) process for the project. In February 2018, an RFP was mailed to five door contractors and advertised on the city's website. The RFP document which was mailed is included in the contract as Exhibit B. Two proposals were received. Exhibit A shows the tabulation of the two proposals received. As you can see in Exhibit A,Northwestern Door Company, Inc. submitted the low quote for completing the project in the amount of$16,600.00. In order to minimize the impact of the project on the use of the arena during summer ice and during the winter ice season, it was identified the project should be completed between the dates of April 1 and June 1, 2018. Staff will work with the contractor to ensure the project is completed during this time period or during a different time period that will not negatively impact the summer and winter ice seasons. BUDGET IMPACT The estimated budgeted amount for the project was $25,000. The quote submitted by Northwestern Door Company, Inc. is to complete the project at a cost of$16,600.00, which is $8,400.00 under the budgeted amount. Project costs will be covered from the Building Maintenance Fund. ACTION REQUESTED Approve the attached agreement with Northwestern Door Company, Inc. for the Schmitz-Maki Arena door replacement project in the amount of$16,600.00. ATTACHMENTS: Type Description D Exhibit Exhibit A Arena Door Replacement Project Quote Tabulation D Contract Agreement Form EXHIBIT A 2018 Schmitz-Maki Arena Door Replacement Project Quote Tabulation Contractor Name Quote Amount Northwestern Door Company, Inc. $ 16,600.00 Kendell Doors, Inc. $ 24,006.00 AGREEMENT AGREEMENT made this /9,/ day of ,2-2--7c?- , 2018, between the CITY OF FARMINGTON, a Minnesota municipal corporation ("City"), and NORTHWESTERN DOOR COMPANY,INC.,a Minnesota corporation("Contractor"). IN CONSIDERATION OF THE MUTUAL UNDERTAKINGS HEREIN CONTAINED,THE PARTIES AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract Documents", all of which shall be taken together as a whole as the contract between the parties as if they were set verbatim and in full herein: A. This Agreement B. Contractor Proposal submitted on February 28, 2018, attached as Exhibit C. Request for Proposals 2018 Schmitz-Maki Arena Door Replacement Project document,attached as Exhibit"B". In the event of conflict among the provisions of the Contract Documents, the order in which they are listed above shall control in resolving any such conflicts with.Contract Document "A" having the first priority and Contract Document"C"having the last priority. 2. OBLIGATIONS OF TILE CONTRACTOR. The Contractor shall provide the goods,services,and perform the work in accordance with the Contract Documents. 3. OBLIGATIONS OF THE CITY. The City shall pay the Contractor in accordance with the bid. 4. SOFTWARE LICENSE. If the equipment provided by the Contractor pursuant to this Contract contains software,including that which the manufacturer may have embedded into the hardware as an integral part of the equipment,the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. 5. ASSIGNMENT. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. 6. TIME OF PERFORMANCE. The Contractor shall complete its obligations on or before November 1,2018. 7. PAYMENT. a. When the obligations of the Contractor have been fulfilled,inspected, and accepted, the City shall pay the Contractor$16,600.00. Such payment shall be made not later than thirty(30) days after completion,certification thereof,and invoicing by the Contractor. b. No final payment shall be made under this Contract until Contractor has satisfactorily established compliance with the provisions of Minn. Stat. Section 290.92. A certificate of the commissioner shall satisfy this requirement with respect to the Contractor or any subcontractor. 8. EXTRA SERVICES. No claim will be honored for compensation for extra services or beyond the scope of this Agreement or the not-to-exceed price for the services identified in the proposal without written submittal by the Contractor, and approval of an amendment by the City, with specific estimates of type, time, and maximum costs, prior to commencement of the work. 9. PROMPT PAYMENT TO SUBCONTRACTORS. Pursuant to Minnesota Statute 471.25, Subdivision 4a, the Contractor must pay any subcontractor within ten (10) days of the Contractor's receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of one and one-half percent (PA%)per month or any part of a month to subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of$100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the Contractor shall be awarded its costs and disbursements, including attorney's fees,incurred in bringing the action. 10. WORKER'S COMPENSATION. If Contractor does public work,the Contractor shall obtain and maintain for the duration of this Contract, statutory Worker's Compensation Insurance and Employer's Liability Insurance as required under the laws of the State of Minnesota. 11. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract,with the City included as an additional name insured by endorsement: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Products and Completed Operations Insurance shall be maintained for a minimum period of three (3)years after fmal payment and Contractor shall continue to provide evidence of such coverage to 2 City on an annual basis during the aforementioned period;or if any reason Contractor's work ceases before final payment,for a minimum period of three(3)years from the date Contractor ceases work. Property Damage Liability Insurance shall include coverage for the following hazards: X (Explosion) C (Collapse) U (Underground) Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 12. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Contractor must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created, collected, received, stored, used, maintained, or disseminated by Contractor pursuant to this Agreement. Contractor is subject to all the provisions of the Minnesota Government Data Practices Act,including but not limited to the civil remedies of Minnesota Statutes Section 13.08,as if it were a government entity. In the event Contractor receives a request to release data, Contractor must immediately notify City. City will give Contractor instructions concerning the release of the data to the requesting party before the data is released. Contractor agrees to defend, indemnify, and hold City, its officials, officers, agents, employees, and volunteers harmless from any claims resulting from Contractor's officers', agents', city's, partners', employees', volunteers', assignees' or subcontractors' unlawful disclosure and/or use of protected data. The terms of this paragraph shall survive the cancellation or termination of this Agreement. 13. RECORDS. Contractor shall maintain complete and accurate records of expenses involved in the performance of services. 14. WARRANTY. The Contractor guarantees that all new equipment warranties as specified within the bid shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and 3 equipment which may develop in any part of the contracted service,and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. The Contractor further warrants to the City that all goods and services furnished under the Contract will be in conformance with Contract Documents and that the goods are of merchantable quality and are fit for the use for which they are sold. This warranty is in addition to any manufacturer's standard warranty,and any warranty provided by law. 15. NONDISCRIMINATION. All Contractors and subcontractors employed shall comply with all applicable provisions of all federal, state and municipal laws which prohibit discrimination in employment to members of a protected class and all rules and regulations, promulgated and adopted pursuant thereto. The Contractor will include a similar provision in all subcontracts entered into for the performance of this contract. 16. INDEMNITY. The Contractor agrees to defend,hold harmless, and indemnify the City,its officers,agents, and employees,for and against any and all claims, demands, actions,or causes of action, of whatever nature or character, arising from the Consultant's performance of work or services provided for herein. The Contractor shall take all reasonable precautions for the safety of all employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work, materials and equipment under the Contractor's control. 17. WAIVER. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party,whether of the same or any other covenant, condition,or obligation. 18. GOVERNING LAW. The laws of the State of Minnesota govern the interpretation of this Contract. 19. SEVERABILITY. If any provision,term, or condition of this Contract is found to be or become unenforceable or invalid, it shall not effect the remaining provisions, terms, and conditions of this Contract, unless such invalid or unenforceable provision, term, or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties'entire contract. 20. ENTIRE AGREEMENT. This Contract represents the entire agreement of the parties and is a final,complete,and all inclusive statement of the terms thereof,and supersedes and terminates any prior agreement(s), understandings, or written or verbal representations made between the parties with respect thereto. 21. TERMINATION. This Agreement may be terminated by the City for any reason or for convenience upon written notice to the Contractor. In the event of termination, the City shall be obligated to the Contractor for payment of amounts due and owing for materials provided or for services performed or furnished to the date and time of termination. 4 Dated: '2-77 i9,2018. CITY OF FARMINGTON By: Todd arson,Mayor By: _ 0 David Mc Are, Administrator Dated:, r4 t2a ,2018 CONTRACTOR: NORTHWESTERN DOOR COMPANY,INC. By: ‘1/144"/--- Its: ,,"-,9X40/40741 ' f'1X1 10 5 .EXkt b'itA PROPOSAL 2018 Schmitz-Maki Arena Door Replacement Project Farmington,Minnesota Quotes due by: 10:00 a.m.Thursday,March 1,2018 Fax Number: (651)280-6800 Randy Distad City of Farmington 430 Third St Farmington,MN. 55024 Interested Contractors 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 and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools,materials,skills,equipment all else necessary to completely construct the project in accordance with the plans and specifications on file. All unit prices shall include all applicable sales taxes. I. PROPOSAL Main Items Unit Qty. Unit Price Totals 1. Mobilization LS 1 $ 5V%00 $ 500,00• 2. Frames,Doors and Hardware LS 1 $ f 6i/OCI OQ $A)00,00 Total Bid including Sales Tax(1+2) $ f b,&00,©0 • • • 3 The City will open,tabulate and select the lowest quote.The City will contact by phone the contractor submitting the lowest quote informing them they submitted the low quote for the project.All other contractors submitting a quote will be notified by email that they did not submit the low quote for the project.Included with the email will be a tabulation form that compares all contractor quotes received by the City for the project. In submitting this quote,it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quote,it is understood that payment will be by cash or check. It is understood that quotes may not be withdrawn for a period of 60 days after the date and time set for the opening of quotes. It is understood that the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for • the opening of quotes. Submitted by: NQs IWOfiS` etn tbOf ON) �tiC a Co i oratio• Company (an _'•'dual) (a Partnership) `Sed 00111 By Title NORTHWESTERN DOOR COMPANY 11908 VIRGINIA AVE. NO. Address CHAMPLIN, MN 66316 City, State,Zip +Code 7G3- Telephone �e R nWelet O ho 14C r Email Address I �. Length and Terms of Labor Warranty Length and Terms of Materials Warranty 4 4alki 4iARMiyCity of Farmington 430 Third.Street a'. Farmington,Minnesota ,40 �1l�6 651.280.6800•Fax 651.280.6899 A°R° www.cilarmington.mn.us EXHIBIT B REQUEST FOR PROPOSALS 2018 PROJECT SCHMITZ-MAKI ARENA DOOR REPLACEMENT PROJECT FARMINGTON, MINNESOTA February 2, 2018 (44R_Mjy z i , y SCHMITZ-MAKI ARENA DOOR a REPLACEMENT PROJECT %GAgsT•A PROM�g��l TABLE OF CONTENTS Item Page Proposal 3 Special Provisions 5 Project Specifications 9 Photo Exhibit .13 i Project Location Map.. 14 f i 1 2 PROPOSAL 2018 Schmitz-Maki Arena Door Replacement Project Farmington, Minnesota Quotes due by: 10:00 a.m.Thursday,March 1,2018 Fax Number: (651)280-6800 Randy Distad City of Farmington 430 Third St Farmington,MN. 55024 Interested Contractors 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 and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools,materials, skills,equipment all else necessary to completely construct the project in accordance with the plans and specifications on file. All unit prices shall include all applicable sales taxes. I. PROPOSAL Main Items Unit Qty. Unit Price Totals 1. Mobilization LS 1 $ $ 2. Frames,Doors and Hardware LS 1 $ $ Total Bid including Sales Tax(1+2) $ 3 The City will open,tabulate and select the lowest quote.The City will contact by phone the contractor submitting the lowest quote informing them they submitted the low quote for the project.All other contractors submitting a quote will be notified by email that they did not submit the low quote for the project.Included with the email will be a tabulation form that compares all contractor quotes received by the City for the project. In submitting this quote,it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quote,it is understood that payment will be by cash or check. It is understood that quotes may not be withdrawn for a period of 60 days after the date and time set for the opening of quotes. It is understood that the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted by: (a Corporation) Company (an Individual) (a Partnership) By Title Address City,State,Zip Code Telephone Email Address Length and Terms of Labor Warranty Length and Terms of Materials Warranty 4 • SPECIAL PROVISIONS 1. PROJECT LOCATION Schmitz-Maki Arena(Arena)is located at 114 Spruce Street,Farmington,Minnesota.The project will involve replacing a total of 8 steel entrance doors,including all jams and frames,located in three different locations in the Arena.The site can be accessed from two different building entrance locations:one located on the Spruce Street side of the building and a second located on the west side of the building off of the main parking lot.Contractor may park their vehicle(s)in the parking lot located immediately west of Arena while project work is occurring.A map of the site location is included with this packet. Photos of the existing doors are also included in the packet. 2. PRE-BID CONFERENCE Each contractor is responsible for visiting the site prior to quote submission and to become familiar with conditions at the work site. A pre-bid conference and walk-through of the Arena site,located at 114 Spruce Street,will occur at 10:30 a.m.on Thursday,February 15,2018. Contact the Parks and Facilities Supervisor Jeremy Pire at(651)280-6902 or via email at jpire@a,ci.farmington.mn.us to inform him of your attendance at the pre-bid conference. 3. SUBNIISSION OF QUOTE Your quote must be submitted on or before the deadline in a sealed envelope with the following title on it: "2018 Schmitz-Maki Arena Door Replacement Project". Written quotes should be submitted to the following Parks and Recreation Department staff person: Randy Distad Farmington Parks&Recreation Department 430 Third Street Farmington,MN 55024 Electronic quotes may be submitted on or before the deadline,but must contain in the subject line the following title: "2018 Schmitz-Maki Arena Door Replacement Project". Electronic quotes should be sent to the following email address Email: rdistadna,ci.farmington.mn.us 4. OWNER The city of Farmington is designated as the"Owner". The contractor who is awarded the contract is advised to coordinate and schedule the project work with Parks and Facilities Supervisor Jeremy Pire at(651)280- 6902 or via email at jpire@ci.farmington.mn.us 5. START AND COMPLETION DATE The contractor shall start work upon receipt of a"Notice to Proceed"from the Owner. All project work shall not be started until on or after April 1,2018 and shall be completed on or before November 1,2018. Itis desirable to have the work either completed from April 1 through June 1 when ice will be out,or from September 1,2018 through November 1,2018 because of the potential for cooler temperatures when ice will be back in. 5 6. WORK HOURS The hours work may be performed are: Monday through Friday 7 AM—3:30 PM Saturday,Sundays or Holidays No work unless otherwise authorized by the Parks and Recreation Director in writing. 7. TRAFFIC If any traffic control is needed during the project,it shall be the responsibility of the contractor. All barrels, barricades,or other safety measures are the sole responsibility of the contractor. Caution ribbon shall be placed around all non-passable unsupervised areas. The contractor shall maintain the caution ribbon while working so as to create a barrier to keep people out of the project work area. 8. QUANTITY CHANGE AND DEVIATIONS No unit price adjustment for any magnitude of increased,decreased,or deleted quantities is allowed for any line item in the proposal. The contractor's unit price,as shown on the proposal,shall apply to items independent of any quantity change. 9. SITE INSPECTION All prospective bidders are advised to inspect the project site areas to their own satisfaction prior to submitting a bid. It is the contractor's duty to explore,test and analyze the current conditions with regard to the constructability factors affecting the work to the extent and in the manner appropriate to the nature of the work. 10. EXISTING UTILITIES The contractor shall protect all existing utilities in the Arena that may be impacted during the project. 1L PRE-CONSTRUCTION CONFERENCE Prior to starting the project,a pre-construction conference will be held with the contractor and city of Farmington Parks and Recreation Department staff. This meeting will be held to clarify any questions and determine procedures to be used in completing the project. At the pre-construction conference,the contractor shall submit a written list of project subs/suppliers and a proposed schedule. 12. CLEAN UP All disturbed areas shall be returned to a condition equal to or superior to that in existence at the start of the project. All construction debris shall be removed and recycled if possible,or disposed at a licensed landfill. 13. OVERRUNS No quantity overruns shall be paid for without prior authorization by the Parks and Recreation Director. 14. DEMOLITION The contractor hired shall remove existing doors,frames and hardware and prepare the opening for new doors to be installed. 15. LABOR AND MATERIALS WARRANTY The proposal submitted should include information about the warranty length and warranty terms for both labor and materials. 16. SUBCONTRACTING The Owner reserves the right to approve all subcontractors. A subcontractor's list shall be provided at the pre-construction conference. The work shall not be further subcontracted to subcontractors not included on the original subcontractor's list without prior written permission from the Owner. 6 17. EQUAL OPPORTUNITY COMPLIANCE The Owner is an Equal Opportunity and Affirmative Action employer. The contractor with the Owner is required to follow and conform to all Federal, State and Local laws as they apply to the contractor's responsibility to insure compliance with the Equal Opportunity and Affirmative Action employment requirements may lead to contractor sanctions. 18. INSURANCE REQUIREMENTS The contractor's insurance company will waive its right to assert the immunity of the Owner as a defense to any claims made under said insurance. The contractor shall take out and maintain during the life of the contract,contractor's General Liability& Automobile Insurance,including contractor's Contingent or Protective Insurance to protect the contractor from damage claims arising for operations under this contract,which shall protect him or her and any subcontractor performing work covered by this contract,from claims for damages for personal injury including accidental death under this contract whether such operations by him or herself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of the insured shall be as follows: Worker's Compensation Insurance Coverage B—Employer's liability with limits of not less than: $100,000 Bodily injury by disease per employee $500,000 Bodily injury by disease aggregate $100,000 Bodily injury by accident The contractor and his/her subcontractors,if any,must provide Worker's Compensation Insurance for all employees,in accordance with the statutory requirements of the State of Minnesota,including Coverage B, Employer's liability. Evidence of subcontractor insurance shall be filed with the contractor. Automobile Liability Insurance 1. Minimum limits of liability coverage for passenger vehicles such as car,van or pickup truck, unless it be being used to perform the service. If vehicle is towing equipment or a commercial vehicle,and all other vehicles then liability limits shall be the same as required under General Liability Insurance,below. 2.Required Coverages The contractor and his/her subcontractors,if any,shall maintain insurance to cover liability arising out of the operations,use,or maintenance of all owned,non-owned and hired automobiles. Evidence of subcontractor insurance shall be filed with the contractor. General Liability Insurance Minimum limits of liability shall be as follows: • $2,000,000 Per Occurrence • $2,000,000 Annual Aggregate • $2,000,000 Annual Aggregate applying to Products/Completed Operations Insurance coverages should include the following: • Premises and Operations Bodily Injury and Property Damage • Personal and Advertising Injury • Blanket Contractual • city of Farmington listed as additional insured 7 The contractor shall maintain insurance to cover claims,which may arise from operations under a contract with the Owner,whether such operations are by contractor or subcontractor or by anyone directly or indirectly employed under this contract. If contractor's work involves working with,or the potential release of,a hazardous substance,then the contractor shall be required to procure double the insurance policy limits of those above. 19. CONTRACT INSURANCE REQUIREMENTS-SUPPLEMENTAL Should your proposal be selected and the Owner contract with your company,you will be required to submit a Certificate of Liability Insurance policy that will be in compliance with the specifications in the contract. An important requirement of the contract insurance is that the Owner be listed as"Additional Insured"by being added to your liability policy by endorsement. This endorsement must accompany the certificate and must be provided to the city prior to the contractor beginning any work for the Owner. It may be mailed via regular U.S.mail to: Mailing address: Randy Distad City of Farmington 430 Third Street Farmington,MN 55024 or may be emailed to: rd istad(a7ci.farmington.mn.us 20. INDEMNITY The contractor hired will agree to defend,hold harmless,and indemnify the Owner,its officers,agents,and employees,for and against any and all claims,demands,actions,or causes of action,of whatever nature or character,arising from the contractor's performance of work or services provided for herein.The contractor shall take all reasonable precautions for the safety of all employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work, materials and equipment under the contractor's control. 21. DISCLAIMER The Owner reserves the right to reject any and all quotes,to waive irregularities and informalities therein. End of Section 8 PROJECT SPECIFICATIONS I. DOORS AND FRAMES 1. Existing Opening and Door Dimensions • It is up to the contractor to measure all building openings and doors prior to submitting a bid in order that the correct size door frame and doors will be installed to fit inside the existing building openings. • All doors shall be double doors within a steel frame with a door stop in between the two doors. 2.Removal and Site Preparation • The contractor shall be responsible for the demolition and removal of the existing 4 sets of double exterior doors(8 doors total)and frames. • The contractor shall recycle and/or dispose of the removed doors in an environmentally sound manner. • The contractor shall properly prep the doors openings,so the doors may properly be installed.This may include:removal and/or securing any loose materials in the opening that may cause the doors to not be properly plumbed and/or secured when installed. 3. Quality Assurance • Provide doors and frames complying with the SDI Standard 100-"Recommended Specifications Standard Steel Doors and Frames"and as specified in this document.Doors and frames must have passed UBC Standard 7-2. • Deliver doors and frames in suitable crating or packaging to prevent damage in transit and storage. • At job site,store doors under cover in a dry area with doors set upright with 1/a inch spacers between doors. Keep doors at least 4 inches above the ground. Remove all wet cardboard or similar wrappings immediately. 4. Materials • The city desires to replace the existing exterior doors with the same or as close as the same size viewing glass inserts that are in the existing doors. The Contractor shall provide doors that are as close in size as the existing glass inserts. • Steel: Commercial quality,level,cold rolled steel conforming to ASTM A366,free of scale and surface defects.Form frames should be of galvanized steel conforming to ASTM A526 or A527, A60 zinc coating.Frames should be 14 gauge galvanized. Flush doors should be 16 gauge galvanized. Any trim should be 16 gauge. • Frames and doors shall have standard rust inhibitive baked-on primer.Additional primer should be provided for touch-ups. 9 • Pretreat galvanized metal in accordance with paint manufacture's recommendations. 5. Fabrication • Make hardware mortises and reinforcements according to templates. Provide hinge, lock,door holder and closerhardware reinforcements. Mortise,drill tap for hardware.Fabricate grooves and rabbets as necessary for weatherstripping and soundstripping. • Fabricate doors to a maximum tolerance of 1/16 inch from a straight edge when laid on face of door in any direction,including diagonal. • Edge clearances shall be as follows: o 1/8 inch between doors and frame at head and jambs. o 1/4 inch between door and threshold at door sills. o As recommended by hardware manufacturer to meet required hardware operation. 6. Metal Frames • Comply with SDI 100 for materials and construction requirements. • Provide thermally broken metal frames. • Miter corners on face of all frames,internally weld face and grind smooth the exterior.Die coped frames at mullions and stops. Provide with floor anchors. • In masonry walls,provide three(3) 16 gauge corrugated,adjustable,slip type standard frame anchors. • Hinge reinforcements to have 10 gauge straps welded directly above and below each hinge pocket. • Prepare for hardware at mounting heights and locations as recommended by the Builder's Hardware Manufacturing Association and meet American's with Disabilities regulations. 7. Painting • Completely clean all frames by degreasing process,followed by one coat of rust inhibitive primer. Thoroughly prime all surfaces without runs,smears,or bare spots and under and inside all removable stops. • Completely clean all doors of impurities and pressure sand to a smooth surface and correct all irregularities with Metallic putty sanded smooth.Provide one(1)spray coat of primer,baked on. Thoroughly paint unexposed inside surfaces of exterior doors. • Provide vinyl wash pre-treatment of galvanized steel as recommended by shop primer manufacturer. • Provide one(1)quart of primer for field touch-up of splices,connections,welds and abrasions. 8. Kick Plate • Kick plates are to be mounted on bottoms of all doors and should be 16 gauge .050"plates. 10 • Kick plates should be 2"less than the width of the door. • Kick plates should be 8" in height. 9. Frame and Door Installation • Securely work in place,without twists,warps,bulges or other unsatisfactorily defacing of workmanship. • Set plumb, level square to proper elevation true to line and eye. • Set clips-and anchors with piston driven fasteners equal to ramset or drilled in anchors as approved. • Fasten units and trim together with neat,uniform and tight joints. • Provide accurately cut wood spreaders temporarily at mid-section of frames,install jamb anchors. • At concrete surfaces,install sub-frame or rough bucks. Use 5/16 inch diameter expansion bolts. Install frame to sub-frame or rough buck with a countersunk self-tapping metal screws. Fill screw holes with a suitable metallic filler,sand and prime. • For all attachments including removable stops,use flat head self-tapping screws.Drill and tap in the field for surface mounted closers,brackets,rim exit devices,door holders and other surface hardware. At horizontal exterior surfaces,set screws with neoprene gaskets or set with caulking compound under screw head and wipe clean. • All field splices shall be welded and filled with body putty and ground smooth,no exposed screw heads will be accepted. • Touch up field splices,connections,welds and abrasions with specified primer after installation. • Repair or replace all damaged work at no extra cost to the city. • The city shall be responsible to paint all doors after satisfactory installation has occurred by the contractor. IL GLAZING • Conformance with Glazing Manual by Flat Glass Marketing Association is required. • Conformance with"Safety Standard for Architectural Glazing Materials(16CFR 1201)issued by the Consumer Product Safety Commission and Chapter 24 of the Uniform Building Code. • Insulating glass units to be CBA rated with the Insulating Glass Certification Council in accordance with ASTM Specifications E-773 and E-774. • Glass insets in doors should be low emissivity double paned. 11 • Package,handle deliver and store at the job site in a manner to avoid damage. Reject scratched glass. • Once doors are installed remove any excess glazing compound from the glass. • Remove all labels from glass surfaces. • Wash and polish both sides of the glass. • Contractor is responsible for replacing any glass at no extra cost to the city. III. HARDWARE 1. Closures • All closures on the new doors should meet or exceed the closures on the existing doors and meet the IBC standard for pounds push/pull requirement. 2. Panic Bars,Handles and Levers • All panic bars,handles and levers installed should meet or exceed the current panic bars and handles. 3. Locks • All existing locks on existing hardware should be reused on the new doors. IV. PERMITTING, INSPECTIONS AND PAYMENT 1. Building Permit and Inspections • The contractor shall be required to submit a building permit application to the city. • The city shall pay for the cost of the building permit. 2. Project Inspections • The contractor shall coordinate with the Building Inspections Division to ensure inspections are occurring at the correct times during the project and shall ensure a final inspection occurs that approves the completion of the project. 3. Final Payment • Final payment to the contractor shall not be made until a final inspection is completed and the project is approved as meeting all requirements in this document and complies with all building code requirements. End of Section 12 Photos of Existing Doors and Frames Locations 1ill' V! i III !� I ® Ii 1 Outside and Inside View Main Entrance to Arena on Spruce Street ii - ) lt. 1 1 Outside and Inside View Entrance from West Parking Lot f 11 1 I I - - . i -it r Outside and Inside View Entrance to Locker Room Addition 13 Schmitz-Maki Arena Project Location Map mI ► imiiiimmminummiliw. : III FS . , in ' \)\r_. _ ___ ,,,v,r,e ..,,,7,--— --ca-- --L :. [l`M'ST ti licgt,1;;;‘,j/ r,11 ' 1 ,, i,/ up 446 e'.,, s 1, C,1, � 1 ,I ,.,-. .""_'_ i f .. g � rte rw '''' '''''''' Or t , 4 i'-,..- - r' 'I .., ' -- ' -"--1' t-.•,, '. :* '- trt ) • �, _ �, rt p �... • _ ) I 0 ,.L-.r � . x, J to ,' . 'c' f wa". 4 it `' ,-- 1l �f " r 4."4"4.4"4.."4 4."4"lbof 7"^ .--'"'.,_,:� /-..A , , { >6 —_ lam 1 f , , . • i — — a A. 1r ,I l �- ' 0 j I •L_l ok111 u I n January 26,2018 1:4,800 0 225 450 90011 I 1 f f 4' , ' l 1 0 65 130 260 m Properly Information tiscluimer•.Map end parcel data era belayed lobe accurate,but accuracy is not guaranteed,This is nota legal document end should not be substituted for a axle search,eppraisal,survey,or for zoning v.nbcalion. 14 CAR12 City of Farmington " < p 430 Third Street ' ,Z Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 , www.cifarmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Outdoor Pool Demolition Project DATE: March 19, 2018 INTRODUCTION The approved 2018 pool budget included funds to complete the pool demolition project. Staff has worked through a process of soliciting proposals from contractors for the project. DISCUSSION The approved 2018 budget included an amount of$74,733.00 for the project. As a result of funds being budgeted for the project, staff completed a request for proposals (RFP) process. In February 2018, the RFP was mailed to eight contractors who had previous experience with completing demolition work and it was also advertised on the city's website. The RFP document,which was mailed, is included in the contract as Exhibit B. Seven proposals were received. Exhibit A shows the tabulation of the seven proposals received. As you can see in Exhibit A, Nadeau Companies, LLC submitted the low quote for completing the project in the amount of$54,840.00, which is $19,893 less than what was budgeted. The RFP identified the project should be completed between the dates of April 1 and June 1, 2018. Staff will work with the contractor to ensure the project is completed during this time period. This is an ideal time period because of the opportunity for the grass to be seeded and germinate in time to become established before the hotter summer time period. It is important to note the bathhouse building is not planned for demolition but will remain for the following reasons: • It has value to be used seasonally so restrooms with running water are available to groups who rent the Evergreen Knoll Park shelter and to park users • It has value for a portion of it to be utilized as a storage building • It has value to be utilized for seasonal community recreational programs and for events such as movies in the park and music in the park. Because the existing electrical transformer is located adjacent to the filtration building and the filtration building will be removed during the project, the transformer will have to be relocated. The current transformer provides all of the electricity to the entire pool and park site, so in order to continue to provide electricity to the site it will need to be relocated. The transformer will be relocated so it is adjacent to the bathhouse building. This is so a 200 amp electrical service can be provided for the building, shelter and parking lot lights. Because of this electrical service work needing to be completed, staff has initiated with Xcel Energy an application to disconnect the existing service to the site and then relocate the transformer so it is adjacent to the bathhouse building. Xcel Energy is currently working on an estimate for the cost to relocate the transformer. As a result of relocating the transformer next to the bathhouse building, an electrician will need to be hired to install the electrical panel inside the bathhouse so 200 amp service can be provided to the park. Currently there are three different electrical panels in the park. By installing one panel inside the bathhouse building, all of the circuits will be centrally located on one electrical panel and will be in a secured area of the building. Staff is currently in the process of getting a few quotes from electrician for this work. When the estimate from Xcel Energy has been provided and the low quote from an electrician is known, staff will provide this information and request approval at a future city council meeting to move forward with this electrical work. It is anticipated the cost to relocate the transformer and have an electrician to complete the work to centralize the 200 amp service inside the bathhouse building will not exceed the remaining amount of$19,893.00. BUDGET IMPACT The estimated budgeted amount for the project was $74,733.00. The quote submitted by Nadeau Companies, LLC is to complete the project at a cost of$54,840.00, which is $19,893.00 under the budgeted amount. Project costs will be covered from the 2018 pool budget. ACTION REQUESTED The city council is being asked to approve by motion the pool demolition contract with Nadeau Companies, LLC in the amount of$54,840.00. ATTACHMENTS: Type Description D Exhibit Exhibit A Pool Demolition Quotes Tabulation D Contract Agreement Outdoor Pool Demolition Project 0 0 0 CO 0 0 0 O O O O O O o ... 0 o v0 000 kr) o; pp o o d- 00 � -•� o O cY N OM\ 0 • N• co 0• 1 0• 1 .M-, 64 69 69 64 64 64 64 �. 0 0 0 0 0 0 0 15 O O O O O O O 1: O O6 O O 4 N O �. O O O M0 ,.O a1 0 O .. 00 v'i kr) ,.O O U CI N l�• N• t".":' N O 0, L. .O h A y = a> .0 69 69 EA 69 64 64 64 CI 0 0 0 0 0 0 0 O O O O O O O O O O O NCD O L/] 7' O M V) d' O r ' C 4 d• '• 0• 0• 0• 0 V cLe . H O Pi 64 69 64 64 64 64 64 p - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 i. C O o0 00 N \O O O .O. 01 N 01 0 V') V 00 E C C.ri CT'NNt--- M• M• M• N 6) CI A i. • 69 69 69 69 64 64 64 O O 0 0 0 O O O 0 f: CI 0 0 0 0 0 0 0 61 O O O O O M 01 O O O kr) 0 a1 M O E O O V 1/4.0 kr) kr) O "C a) y N O• kri N• 01 O CT 1.+ N . N M M 00 w r0. Ct O : E E cu A 64 64 64 64 64 64 64 CQ WI O O O O O O O Cie0 0 0 0 0 0 0 0 O O 5 O O O O 0 00 kr) O O O O N N . v) `0 kr) M O kr) N S .-. N ,-. N am O 69 64 64 64 69 64 64 H44 . U ti = ci ti . v at• . v; .2 a C ¢, 'O Q., u, O > CI 0 0 TUU tri X z a W AGREEMENT AGREEMENT made this /'y"i day of �� = , 2018, between the CITY OF FARMINGTON, a Minnesota municipal corporation ("City"), and NADEAU COMPANIES,LLC,a Minnesota limited liability corporation("Contractor"). IN CONSIDERATION OF THE MUTUAL UNDERTAKINGS HEREIN CONTAINED,THE PARTIES AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract Documents", all of which shall be taken together as a whole as the contract between the parties as if they were set verbatim and in full herein: A. This Agreement B. Contractor Proposal submitted on February 28, 2018, attached as Exhibit «A» C. Request for Quotes 2018 Outdoor Pool Demolition Project document, attached as Exhibit"B". In the event of conflict amongthe provisions of the Contract Documents, the order in which they are listed above shall control in resolving any such conflicts with Contract Document "A" having the first priority and Contract Document"C"having the last priority. 2. OBLIGATIONS OF THE CONTRACTOR. The Contractor shall provide the goods,services,and perform the work in accordance with the Contract Documents. 3. OBLIGATIONS OF THE CITY. The City shall pay the Contractor in accordance with the bid. 4. SOFTWARE LICENSE. If the equipment provided by the Contractor pursuant to this Contract contains software,including that which the manufacturer may have embedded into the - hardware as an integral part of the equipment,the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. 5. ASSIGNMENT. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. 6. TIME OF PERFORMANCE. The Contractor shall complete its obligations on or before June 1,2018. 7. PAYMENT. a. When the obligations of the Contractor have been fulfilled, inspected,and accepted, the City shall pay the Contractor$54,840.00. Such payment shall be made not Iater than thirty(30) days after completion,certification thereof,and invoicing by the Contractor. b. No final payment shall be made under this Contract until Contractor has satisfactorily established compliance with the provisions of Minn. Stat. Section 290.92. A certificate of the commissioner shall satisfy this requirement with respect to the Contractor or any subcontractor. 8. EXTRA SERVICES. No claim will be honored for compensation for extra services or beyond the scope of this Agreement or the not-to-exceed price for the services identified in the proposal without written submittal by the Contractor, and approval of an amendment by the City, with specific estimates of type, time, and maximum costs, prior to commencement of the work. 9. PROMPT PAYMENT TO SUBCONTRACTORS. Pursuant to Minnesota Statute 471.25, Subdivision 4a,the Contractor must pay any subcontractor within ten (10) days of the Contractor's receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of one and one-half percent(11/2%)per month or any part of a month to subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of$100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the Contractor shall be awarded its costs and disbursements, including attorney's fees,incurred in bringing the action. 10. PERFORMANCE BOND. The Contractor will provide a Performance Bond to the City in the amount of 125%of the bid amount prior to the project commencing. 11. WORKER'S COMPENSATION. If Contractor does public work,the Contractor shall obtain and maintain for the duration of this Contract, statutory Worker's Compensation Insurance and Employer's Liability Insurance as required under the laws of the State of Minnesota. 12. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract,with the City included as an additional name insured by endorsement: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate 2 Products and Completed Operations Insurance shall be maintained for a minimum period of three (3)years after final payment and Contractor shall continue to provide evidence of such coverage to City on an annual basis during the aforementioned period;or if any reason Contractor's work ceases before final payment,for a minimum period of three(3)years from the date Contractor ceases work. Property Damage Liability Insurance shall include coverage for the following hazards: X (Explosion) C (Collapse) U (Underground) Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 13. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Contractor must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created, collected, received, stored, used, maintained, or disseminated by Contractor pursuant to this Agreement. Contractor is subject to all the provisions of the Minnesota Government Data Practices Act,including but not limited to the civil remedies of Minnesota Statutes Section 13.08,as if it were a government entity. In the event Contractor receives a request to release data, Contractor must immediately notify City. City will give Contractor instructions concerning the release of the data to the requesting party before the data is released. Contractor agrees to defend, indemnify, and hold City, its officials, officers, agents, employees, and volunteers harmless from any claims resulting from Contractor's officers', agents', city's, partners', employees', volunteers', assignees' or subcontractors' unlawful disclosure and/or use of protected data. The terms of this paragraph shall survive the cancellation or termination of this Agreement. 14. RECORDS. Contractor shall maintain complete and accurate records of expenses involved in the performance of services. 3 15. WARRANTY. The Contractor guarantees that all new equipment warranties as specified within the bid shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and equipment which may develop in any part of the contracted service,and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. The Contractor further warrants to the City that all goods and services furnished under the Contract will be in conformance with Contract Documents and that the goods are of merchantable quality and are fit for the use for which they are sold. This warranty is in addition to any manufacturer's standard warranty, and any warranty provided by law. 16. NONDISCRIMINATION. All Contractors and subcontractors employed shall comply with all applicable provisions of all federal, state and municipal laws which prohibit discrimination in employment to members of a protected class and all rules and regulations, promulgated and adopted pursuant thereto. The Contractor will include a similar provision in all subcontracts entered into for the performance of this contract. 17. INDEMNITY. The Contractor agrees to defend,hold harmless,and indemnify the City,its officers,agents,and employees,for and against any and all claims, demands, actions, or causes of action, of whatever nature or character, arising from the Consultant's performance of work or services provided for herein. The Contractor shall take all reasonable precautions for the safety of all its employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work, materials and equipment under the Contractor's control. 18. WAIVER. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party,whether of the same or any other covenant, condition,or obligation. 19. GOVERNING LAW. The laws of the State of Minnesota govern the interpretation of this Contract. 20. SEVERABILITY. If any provision,term, or condition of this Contract is found to be or become unenforceable or invalid, it shall not effect the remaining provisions, terms, and conditions of this Contract, unless such invalid or unenforceable provision, term, or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties'entire contract. 21. ENTIRE AGREEMENT. This Contract represents the entire agreement of the parties and is a final, complete,and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s), understandings, or written or verbal representations made between the parties with respect thereto. 22. TERMINATION. This Agreement may be terminated by the City for any reason or for convenience upon written notice to the Contractor. In the event of termination, the City 4 shall be obligated to the Contractor for payment of amounts due and owing for materials provided or for services performed or furnished to the date and time of termination. Dated: 2-7-2., ,2018. CITY OF FARMINGTON By: Todd Larson,Mayor By: %/01 avid Mc ' h y Administrator Dated: m/l%& 45" ,2018 CONTRACTOR: NADEA 0 'ANTES,LLC By. Its: iln,7C.,k4K 442- 'An 4d1-et 5 .FX.F6 Kir A �VAR,�iy�o City of Frmington. fStreet Farmington,Miinnesota op,�1, 651,280.6800•Fax 651.280.6899 ••fi•A Pnouo• wwwci.farmington mn us • PROPOSAL 2018 Outdoor Pool Demolition Project Farniiugtoii,Minnesota Quotes due by:10:00 a.m.Friday,March 2,2018 Fax Number:(651)280-6800 RandyDistad City of Farmington 430 Third St Farmington,N[N.55024 Interested Contractors The undersigned,being familiar with your local conditions,having made the field inspections and investigations deemednecessary,having studied the plans-and specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to famish all labor,tools,materials,skills,.equipment ell else necessary to completely construct the projectin accordance with the plans and specifications on files All unit prices shall include all applicable sales taxes. I. PROPOSAL, • Main Items Unit Qty. Unit Price Totals 1. Mobilization LS 1 $• Sit 06. $ 7404. op 2. Demolition&Removal of Materials LS 1 $ ZZ,esza. $ 22. aa d .6 3. Granular Fill CY 1,800 $ 13..30 $ Z3< '4 q-D.®v 4. Topsoil CY 200 $ Z2.ab $ 5. Seeding/ErosionControl/Site LS 1 $ 2 $ 2,SidD •dn Restoration Total Bid including Sales Tax(1+2+3+4+5) S 54,, 0.L/ .06 3 014 City of Farm!,i gto;��. -. o 430 Third Street IFarmington,Minnesota 651.280.6800•Fax 651.280.6899 . wwwcifarmingtoni mus The City will open,tabulate and select the lowest quote.The City will contact by phone the contractor submitting the lowest quote informing them they submitted the low quote for the project.All other contractors submitting a.quote will be notified by email that they did not submit the low quote for the project.Included with the email will be a tabulation form that compares all contractor quotes received by the City for the project. In submitting this quote,it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quote,it is understood that payment will be by cash or check.It is understood that quotes may not be withdrawn for a period of 60 days after the date and time set for the opening of quotes. It is understood that the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted by: • aa) ea €. s 2S` L- (a Corporation) Company (an Individual) (a Partnership) '�v ! By � Title 2 3 g q r a I�r�vt Or.v Q. Address WCs /a 4/ IV ",S-'v 71 City,Stateq Zip Cods 40-Ci ` 7-75-, — c z -- Telephone 11-7/K-e.4% r1a lea CI a erin 6 c,e'c a< e.AlL" i Email Address- 4 • �o�F uf, City of Farmington v 4�2 430 Third Street �� Farmington,Minnesota 'fes a 651.280.6800•Fax 651.280.6899 p t•ApBo0- www ei.farmington.mn.us FARMINGTON PARKS AND RECREATION DEPARTMENT 2018 OUTDOOR POOL DEMOLITION PROJECT REQUEST FOR QUOTES FARMINGTON, MINNESOTA • I February 6, 2018 �4imii4City of Farmington {' ► 430 Third Street y • Farmington,Minnesota 1 651.280.6800•Fax 651.280.6899 NArgo"" wwwci.farmington.mnus (4RH4 y FARMINGTON OUTDOOR POOL DEMOLITION PROJECT OGO A9sPI A P80Os's TABLE OF CONTENTS Item Page Proposal.... 3 Project Introduction •5 Special Provisions ..6 Project Specifications 11 Project Maps .14 Pool Shell Depths/Diinensions Sketch, 16 2 ♦ S i S �p��CARM�y�� City of Farmington �1� 430 Third Street ', Farmington,Minnesota �1 651.280.6800. Fax 651.280.6899 f1 p��t.AP0.051�'� . wwwcifarmington.mn us PROPOSAL 2018 Outdoor Pool Demolition Project Farmington,Minnesota Quotes due by: 10:00 a.m.Friday,March 2,2018 Fax Number:(651)280-6800 Randy Distad City of Farmington 430 Third St Farmington,MN.55024 Interested Contractors 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 and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools,materials,skills,equipment all else necessary to completely construct the project in accordance with the plans and specifications on file. All unit prices shall include all applicable sales taxes. I. PROPOSAL Main Items Unit Qty. Unit Price Totals 1. Mobilization LS I $ $ 2. Demolition&Removal of Materials LS 1 $ $ 3. Granular Fill CY 1,800 4. Topsoil CY 200 $ $ 5. Seeding/Erosion Control/Site LS 1 $ $ Restoration Total Bid including Sales Tax(1+2+3+4+5) $ 3 City of Farmington 430 Third Street Q, x;,: Farmington,Minnesota �.,�1� 651.280.6800•Fax 651.280.6899 A►Ru1& wwwci.farmington.mn.us The City will open,tabulate and select the lowest quote.The City will contact by phone the contractor submitting the lowest quote informing there they submitted the low quote for the project.All other contractors submitting a quote will be notified by email that they did not submit the low quote for the project.Included with the email will be a tabulation form that compares all contractor quotes received by the City for the project. In submitting this quote,it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quote,it is understood that payment will be by cash or check.It is understood that quotes may not be withdrawn for a period of 60 days after the date and time set for the opening of quotes. It is understood that the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted by: (a Corporation) Company (an Individual) (a Partnership) By Title Address City,State,Zip Code Telephone Email Address 4 �o��cARMi�► City of Farmington �, �y 430 Third Street ', Farmington,Minnesota �* 651.280.6800•Fax 651,280.6899 fir,"'"° www.ci.farmington.mn.us I. PROJECT INTRODUCTION The Farmington Park and Recreation Department would like to invite you to submit a quote for the Outdoor Pool Demolition Project(the Project). The Project will consist of the demolition of the city's existing outdoor pool,wading pool,filtration building,storage building and restoration of the site once demolition has been completed.These facilities are located in Evergreen Knoll Park. The physical address of the park is 626 Heritage Way,Farmington,MN 55024,For your convenience,there is a map enclosed indicating where the project site is located in Farmington. Contractors are encouraged to visit the site. The large outdoor pool is an L shape and sketch has been provided as an attachment showing the dimensions and depths of the pool shell. The deadline to submit your quote for the Project is Friday,March 2,2018 no later than 10:00 a.m. The quote may either be dropped off at the Parks and Recreation Department office located at 430 Third Street Farmington,Minnesota or may be mailed to the same address. Your quote may also be submitted electronically by email but must be in a PDF format. Please direct questions about the Project to Randy Distad,Fannington Parks and Recreation Director either by phone at 651-280-6851 or via email at rdistaddci.farmington.mn.us 5 41aup City of Farmington • am 430 Third Street Farmington,Minnesota ,,� 651.280.6800•Fax 651.280.6899 "p"0"" www ci.farmington.mn.us IL SPECIAL PROVISIONS 1. PROJECT LOCATION The Farmington Outdoor Pool is located at 626 Heritage Way,Farmington,Minnesota. The construction site can be accessed from a private drive off of 6th Street,which is the street located just to the west of the site.All equipment used by the contractor should access the Outdoor Pool site via this entrance point. Under no circumstances should any other entrances to the site be used.Contractor may park its vehicle(s)in the parking lot located north of the Outdoor Pool's bathhouse while construction work is occurring. 2. PRE-BID CONFERENCE Each contractor is responsible for visiting the sites prior to quote submission and to become familiar with conditions at the work site. A pre-bid conference and walk-through of the site will occur at 10:30 a,m.on Friday,February 16,2018.The pre-bid conference will be held at the Farmington Outdoor Pool located at 626 Heritage Way in Farmington,Minnesota. Contact Parks and Recreation Director, Randy Distad at(651)280-6851 or via email at rdistad rc+ci:farmington.nm.us to inform him of your attendance at the conference. 3. OWNER The city of Farmington is designated as the owner. The contractor is advised to coordinate work with Randy Distad,Parks and Recreation Director either via his office phone number at(651)280-6851, cell phone at(651)775-3144 or by email at rdistaddci.farmintori.run.us 4. START AND COMPLETION DATE The Contractor shall start work upon receipt of a"Notice to Proceed"from the Owner. All project work shall not be started until on or after April 1,2018 and all work shall be completed on or before June 1,2018. 5. WORK HOURS The hours work may be performed are: Monday through Friday 7 AM—7 PM Saturday 8 AM—5 PM Sundays or Holidays No work unless otherwise authorized by the Parks and Recreation Director in writing. 6. TRAFFIC Traffic control shall be the responsibility of the Contractor. All barrels,barricades,or other safety measures are the sole responsibility of the Contractor. Caution ribbon shall be placed around all non- passable unsupervised areas. The Contractor shall maintain the traffic controls until the demolition of the outdoor pool is completed and can be opened to normal traffic. 6 • �e�FAMiy�� City of Farmington 430 Third Street Farmington,Minnesota Af 651.280.6800•Fax 651.280.6899 " A www.ci.farmington.mn.us 7. QUANTITY CHANGE AND DEVIATIONS The quantity stated in the proposal is not guaranteed and the actual extent of work to be performed will depend on conditions at the time of construction and the direction of the Owner at the time of contract award. No unit price adjustment for any magnitude of increased,decreased, or deleted quantities is allowed for any line item in the proposal. The Contractor's unit price,as shown on the proposal,shall apply to items independent of any changes. 8. AREA INSPECTION All prospective bidders are advised to inspect the entire project area to their own satisfaction prior to submitting a bid. It is the Contractors duty to explore,test and analyze the existing conditions in the manner appropriate to the nature of the work. 9. EXISTING UTILITIES The Contractor shall protect all existing utilities. It shall be the Contractor's responsibility to notify all utility companies having utilities in the area and to verify their location prior to demolition. Extreme care must be exercised in protecting utility lines from damage during demolition. The crossing of all utilities is incidental to the demolition. The Contractor must contact Gopher State One Call(651-454- 0002)as required by State Law. The Contractor is required to verify locations of all existing utilities that are affected by this project. The contractor will not remove an existing water line that extends from the pool to the bathhouse building due water and sewer service needed for the restroom facilities. 10.PRE-CONSTRUCTION CONFERENCE Prior to starting the project,a pre-demolition conference will be held with the Contractor and city of Farmington Parks and Recreation Department staff, This meeting will be held to clarify any questions and determine procedures to be used in completing the project. At the pre-demolition conference,the Contractor shall submit a written schedule for project completion. 11.CLEAN UP All disturbed areas,including,but not limited to,sidewalks,driveways,turf,and curb shall be returned to a condition equal to or superior to that in existence at the start of the project. All construction debris shall be removed and recycled if possible,or disposed of at a licensed landfill. See project specifications for more information and details. 12.PROPERTY IRONS Any property irons,which are disturbed by the Contractor's carelessness or out of necessity,shall be replaced at the Contractor's expense. 13.SUBCONTRACTING The City reserves the right to approve all subcontractors. A subcontractor's list shall be provided at the pre-demolition conference. The work shall not be further subcontracted to subcontractors not included on the original subcontractor's list without prior written permission from the City. 7 o��CARM/y, City of Farmington ` � 430 Third Street - Farmington,Minnesota , 1�6 651.280.6800•Fax 651.280.6899 """°"° wwwci,farmington.mn,us 14.EQUAL OPPORTUNITY COMPLIANCE The City of Farmington is an Equal Opportunity and Affirmative Action employer. The Contractor with the City is required to follow and conform to all Federal,State and Local laws as they apply to the Contractor's responsibility to insure compliance with the Equal Opportunity and Affirmative Action employment requirements may lead to Contractor sanctions. • 15.SUBMISSION OF QUOTE Your quote must be submitted on or before the deadline in a sealed envelope with the following title on it: "2018 Outdoor Pool Demolition Project". Written quotes should be submitted to the following Parks and Recreation Department staff person: Randy Distad Farmington Parks&Recreation Department 430 Third Street Farmington,MN 55024 Electronic quotes may be submitted on or before the deadline,but must contain in the subject line the following title:"2018 Outdoor Pool Demolition Project". Electronic quotes should be sent to the following email address Email: rdistadtci.farmington.mn.us 16.OPENING QUOTES The city will not be doing a formal bid opening. Instead contractors will be contacted via email with the results of the quotes submitted. All contractors shall receive via email a copy of the tabulation form showing the quotes received by the city. 17. INSURANCE REQUIREMENTS The contractor's insurance company will waive its right to assert the immunity of the City as a defense to any claims made under said insurance. The contractor shall take out and maintain during the life of the contract,contractor's General Liability &Automobile Insurance,including contractor's Contingent or Protective Insurance to protect the contractor from damage claims arising for operations under this contract,which shall protect him or her and any subcontractor performing work covered by this contract,from claims for damages for personal injury including accidental death under this contract whether such operations by him or herself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of the insured shall be as follows: 8 V-PiRk City of Farmington IIA430 Third Street 1 .1,- ..----J1- - -. --1.,-.;-P� �_ Farmington,Minnesota to� 651,280.6800 Fax 651.280.6899 "p"01" wwwci.farmington.mn.us Worker's Compensation Insurance Coverage 13—Employer's liability with limits of not less than: $100,000 Bodily injury by disease per employee $500,000 Bodily injury by disease aggregate $100,000 Bodily injury by accident The contractor and his/her subcontractors,if any,must provide Worker's Compensation Insurance for all employees,in accordance with the statutory requirements of the State of Minnesota,including Coverage B,Employer's liability. Evidence of subcontractor insurance shall be filed with the contractor. Automobile Liability Insurance 1. Minimum limits of liability coverage for passenger vehicles such as car,van or pickup truck,unless it be being used to perform the service. If vehicle is towing equipment or a commercial vehicle,and all other vehicles then liability limits shall be the same as required under General Liability Insurance,below. 2,Required Coverages The contractor and his/her subcontractors,if any,shall maintain insurance to cover liability arising out of the operations,use,or maintenance of all owned,non-owned and hired automobiles. Evidence of subcontractor insurance shall be filed with the contractor. General Liability Insurance Minimum limits of liability shall be as follows: • $2,000,000 Per Occurrence • $2,000,000 Annual Aggregate • $2,000,000 Annual Aggregate applying to Products/Completed Operations Insurance coverages should include the following: - • Premises and Operations Bodily Injury and Property Damage • Personal and Advertising Injury • Blanket Contractual • city of Farmington listed as additional insured The contractor shall maintain insurance to cover claims,which may arise from operations under a contract with the city,whether such operations are by contractor or subcontractor or by anyone directly or indirectly employed under this contract. If contractor's work involves working with,or the potential release of,a hazardous substance,then the contractor shall be required to procure double the insurance policy limits of those above. 9 44ARMi�► City of Farmington &A rs 430 Third Street I Farmington,Minnesota 651.280.6800•Fax 651.280.6899 f•"r""tas www.ci.farmington.mn.us 18.CONTRACT INSURANCE REQUIREMENTS-SUPPLEMENTAL Should your proposal be selected and the city contract with your company,you will be required to submit a Certificate of Liability Insurance policy that will be in compliance with the specifications in the contract.An important requirement of the contract insurance is that the city be listed as"Additional Insured"by being added to your liability policy by endorsement. This endorsement must accompany the certificate and must be provided to the city prior to the contractor beginning any work for the City. It may be mailed via regular U.S.mail to: Mailing address: Randy Distad City of Farmington. 430 Third Street Farmington,MN 55024 or may be emailed to: rdistad(ci.farmington.mn.us 19.INDEMNITY The contractor hired will agree to defend,hold harmless,and indemnify the city of Farmington,its officers,agents,and employees,for and against any and all claims,demands,actions, or causes of action,of whatever nature or character,arising from the contractor's performance of work or services provided for herein.The contractor shall take all reasonable precautions for the safety of all employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work,materials and equipment under the contractor's control. 20.DISCLAIMER The city of Farmington reserves the right to reject any and all quotes,to waive irregularities and informalities therein. 21.PERMIT The contractor selected is responsible for acquiring a demolition permit from the city of Farmington and any other permits required by law for structure demolition and site restoration work. 22.PERFORMANCE BOND REQUIREMENT The city requires a Performance Bond in the amount of 125%of the bid amount from the contractor selected for the project. 23.OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION(OSHA)COMPLIANCE Because the work involved is below grade,the contractor hired shall comply with all OSHA regulations and requirements related to the safe demolition of the outdoor pool. End of Section 10 40ARMiy�� City of Farmington 04016a430 Third Street x" Farmington,Minnesota A 651.280,6800•Fax 651.280.6899 'ABR01� wwwci.farmington.mnus M. OUTDOOR POOL DEMOLITION PROJECT SPECIFICATIONS The following specifications must be met during the Outdoor Pool demolition project: 1. Electrical Power:The city will be responsible for disconnecting all electrical power sources to the pool and buildings being demolished and before demolition begins. 2. Outdoor Pool Concrete Shell:The existing concrete shell contains metal reinforcement. The contractor will demolish,remove and haul away the existing concrete outdoor pool shell to a concrete recycling facility and if not feasible,then properly dispose of it at an approved landfill site. 3. Outdoor Pool Concrete Deck:The existing concrete deck contains metal reinforcement. The contractor will demolish,remove and haul away the existing concrete outdoor pool deck to a concrete recycling facility and if not feasible,then properly dispose of it at an approved landfill site, 4. Wading Pool Concrete Shell:The existing concrete shell contains metal reinforcement. The contractor will demolish,remove and haul away the existing concrete wading pool shell to a concrete recycling facility and if not feasible,then properly dispose of it at an approved landfill site. 5. Wading Pool Concrete Deck:The existing concrete deck contains metal reinforcement. The contractor will demolish,remove and haul away the existing concrete wading pool deck to a concrete recycling facility and if not feasible,then properly dispose of it at an approved landfill site. 6. Filtration Building: The city will disconnect all power and shut off all water to the building prior to demolition, The filtration building is a concrete block building. The contractor will demolish,remove and haul away the existing filtration storage building and all equipment contained within the building. Any concrete should be hauled to a concrete recycling facility so it can be recycled and reused. Any metal shall be hauled to a metal recycling facility so it can be recycled and reused. If recycling of concrete and metal is not feasible, then it shall be properly disposed of at an approved landfill site. 7. Pool Chemical Storage Building:The city will remove all pool chemicals before demolition occurs.The contractor will demolish,remove and haul away the existing pool chemical storage building. The wood building will be recycled and/or landfilled in an environmentally approved manner. 11 `o�fu.pCity of Farmington 430 Third Street Farmington,Minnesota f1 651.280.6800•Fax 651.280.6899 *'ry' fie 'A plan wwwci.farmington.mn.us 8. Diving Boards:The contractor will demolish,remove and haul away the existing one meter and three meter diving boards. These metal and fiberglass structures will be recycled and/or Iandfilled in an environmentally approved manner. 9. Plumbing Structures:The contractor will work with city staff on the shut off of water to the site. The water pipe serving the bathhouse will remain intact,so water service can continue to be supplied to the bathhouse after demolition has been completed.The contractor will work with city staff on the preservation of this water line during pool demolition. Cap all plumbing structures leading to the Project site and those that are not removed during the demolition phase of the project. 10. Chain Link Fence:Demolish,remove and haul away all exterior chain link fence around the outdoor pool and wading pool to a recycling facility and if not feasible,then properly dispose of it at an approved landfill site. 11. Drop Slide:Demolish,remove and either properly recycle or dispose of the drop slide at an approved landfill site and in an environmentally approved manner. 12. Shade Structures:The city will remove the existing poles that support the shade structures. The contractor will remove and recycle the aluminum sleeves that are encased in the concrete deck. 13. Pool Shell Fill Material:After all pool shell and deck materials are removed and hauled from the site,then the hole remaining from the pool shell and deck that was removed shall be filled with MN DOT 2105.507 Granular Borrow. The granular fill material shall be brought to a compacted elevation that is 6 inches below the surrounding existing grade.The fill material shall be compacted before the topsoil is placed in order to reduce the amount of settling 14. Topsoil:The final 6 inches of fill shall be topsoil that is suitable to support the seeding and growing of turf grass.MN DOT 2574,507 Common Topsoil Borrow shall be used.The final grade shall consist of a 2%slope away from the bathhouse building so water properly drains away from the bathhouse building. 15. Seeding:Turf seeding mixture and application rate shall meet the MN DOT 25-151 High Maintenance Turf specifications. 16. Erosion Control:Erosion control of the turf seed once it has been spread and placed shall be as follows: placement of a Category 1.0 Single Net Erosion Control Blanket consisting of a processed degradable natural and/or polymer fibers mechanically bound together by a single rapidly degrading,synthetic or natural fiber netting or an open weave textile of 12 4FARG�► City of Farmington y 4��� 430 Thud Street X''-- Farmington,Minnesota K1 651.280.6800•Fax 651.280.6899 .APft°'�� wwwci.farmington.mn,us processed rapidly degrading natural or polymer yarns or twines woven into a continuous matrix. The erosion control blanket shall be placed over the entire surface that was seeded. The erosion control blanket should be staked in place and stakes shall be spaced no more than 24 inches apart. 17. Site Traffic Barrier:Once the erosion control blanket has been placed,then the contractor shall stake a barrier around the perimeter of the restored area to keep equipment,vehicles and people off of the site until the turf has had an opportunity to become established. The barrier should remain in place for at least one month. 18. Site Restoration:Any turf areas that has been damaged during this project shall be repaired by the contractor. Any areas that have been destroyed,or areas where ruts or depressions have been created,will be restored to the same grade and condition as the surrounding park turf areas. 19. Underground Utility Locations: The contractor hired to complete the outdoor pool and partial bathhouse demolition will be required to place the Gopher One call for locating underground utilities. { 1_. End of Section 13 AiltRM/y City of Farmington &Plight 430 Third Street XFarmington,Minnesota 10, 651.280.6800.Fax 651.280.6899 �''.A.,K,00`� www ci.farmington.mn.us Farmington Outdoor Pool Demolition Project Boundary Map -- i EYET JF,HN ,4i l,1}.Jfi' 1 I i I' I ft Sa A E I fit 7 a 1 .. 11L , February 5,2018 1:800 o25 60 10011 1 1 d, ti . . I 0 5 10 20 m I ReMl +dm bII, teMop mei parcel ddtee in 5414vdd loboddeUeeld,bUseemiey Y napvum4ld MN Is MIdY,N dove/reentered Ovid MO dubnkult4 Hf oi 4M nueb,dype4e4.dmvff•oefa w44v054e1o4. I 14 I I FARMINGTON OUTDOOR POOL PROJECT LOCATION MAP e,l".,' r 7.4 q = 141 ICU; r��;�/ r[f- - 'U ,1' i• 1 I 11 V11 I =_'.I 11' raa 1111' 1 , .,_ _ 1,.4.1,. , 11 (.-). Tr, _ i 1 . 4, P ' 'i :, . II; . 1''I I�.__�, off' , - r ,�I I__^ 1 j ,��1 { LI ira3Fni v i, rilL_I ,l I (� (' I II / fill ��p.) i • 1- - ,-.f ': _ �I �T :{Ih I _ -_II P.1 II J L o , -I 4� I l 1I 5" R ,, _A a—j t-i. 1 1 I C: l jf'� ( �J 1-11'i i 17 Y!'IIt� • L 8 IJ1i:.l i L IIL '-` 1 qq • • �IJ vbru.�� �i 1 u, I L. 1 l I iof �� �'i F.'GfrEr ii-I L I II I f 'f I ','' J_� . IF, i'',1lfiJ - I 1 I c �..�..�....y„G __ '-' C 7. I 1-77.-:-;';--•---4'-- II -- - La. I • n it, 1 ' I' II _. _ n7= ,1= j I�I III li,VI:)rt 4, -..,1, I 'III,) I 1 1, •Il I I v JJPtr r . {�'�'1 11 FAO! C1 JUr�U I— 1 L L l I' T I,,i1 I t.,1, 1 1.1;.I.' .._ => . • l I i February 6,2018 i;9,600 0 437.5 875 1,750 ft I I I I } ti S 5 II 0 135 270 640 m Property Inforntallon 15 aHnfa mr Man anti name!IIT at,hdlavad In ha RIT O^hill aIYI1f.MI I.nat nllarantaafl till.I.lint a laud rinnllinanl and ahNdti an)ha a!Ih.Itll mini rnf a Ma Naomi.annraleat Yrintan nt/nf7nntnn ItarinnatInn I . . . #1011)ivigA ?o ' b &wet., 4_ 1: „.. , : ., . 3 411 /tleq q deep, '------T---1 - - - - -- ' - -4„; .- '• - . # se le ti p, 151,694) I/ i , 1 1 k •41.•••..,Sc 1 ,=....•••••• "'"'" .."......" 3' Nor To ScAte OK :V/144,6r,PATiVik, Ihip06ES ID S Wok) : -:.:01)00tis rot clerf+is ira • . aFA ti „ City of Farmington 4 430 Third Street l Farmington, Minnesota Its 651.280.6800 -Fax 651.280.6899 4117.4 www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Tony Wippler, Planning Manager SUBJECT: Ordinance Amendments Regarding Kennels DATE: March 19, 2018 INTRODUCTION Attached, are two ordinances for city council's review and consideration regarding the city's kennel requirements. DISCUSSION History of Request The Planning Commission discussed the possibility of amending the city code to allow a kennel on a commercial basis at the November 2017 regular meeting after staff had been approached by a prospective business owner. The Planning Commission at that time was supportive of moving forward with developing a draft ordinance. With that direction, staff developed a draft ordinance and presented it to the commission at the February 2018 regular meeting. The commission reviewed the draft and recommended that staff bring the proposed ordinance back as a public hearing. A public hearing was held on March 13, 2018 regarding the proposed amendments. The Planning Commission recommended approval of the ordinances with a vote of 5-0. Proposed Ordinance Amendments Attached are two ordinances for your review and consideration. The first ordinance amends Title 6, Chapters 2 and 3 of the city code as they relate to dogs and dog kennels, respectively. The proposed amendments to Chapter 2 of Title 6 are fairly non-substantive and include specifying that a conditional use permit along with a license is required in order to operate a commercial kennel and residential hobby kennel. The proposed amendments to Chapter 3 of Title 6 amends the current dog kennel code provision and includes more substantial changes. These changes include: • Removing the word "dog" from the Title of the Chapter • Amending the definition of kennel to read as follows: "KENNEL, COMMERCIAL: Any place where three (3) or more dogs (male or female) over six (6) months of age, or more than ten (10) cats (male or female) over six(6)months of age, or more than ten (10) ferrets (male or female)over six(6) months of age, or any combination thereof, not including offspring under seven(7)months of age, are commercially kept, boarded, trained, or offered for sale except when located in a pet shop or animal clinic. A kennel may include secured outdoor runs and/or play areas." • Adding a definition for residential hobby kennels. The definition reads as follows: "KENNEL, RESIDENTIAL HOBBY: Any building, structure, enclosure or premises located on residentially used property where three (3) or more dogs (male of female) over six (6) months of age are kept or maintained." • Provides additional requirements and clarification regarding the licensing for a commercial kennel and a residential hobby kennel, including: o Indicating that a license to operate a commercial or residential hobby kennel is good for one year and expires on December 31 of each year. o The requirements of obtaining a conditional use permit for a commercial kennel within the B-1, B-3, I-1 and IP zoning districts as well as the requirement of a conditional use permit for a residential hobby kennel within the A-1 zoning district. o Requires that a kennel license be posted on site. o Requires that a kennel be kept clean and sanitary at all times and reserves the right of the city to inspect the premises during reasonable hours. • Provides standards for commercial kennels, including: o Requirements for enclosed play areas, including outdoor areas. o Requirements for ventilation and air temperature if the kennel is to be located within a multi- tenant building. o Requirements for soundproofing of all common walls between the kennel bays and adjacent bays in multi-tenant buildings. o The requirement that wall finish materials below forty eight inches in height shall consist of impervious, washable materials. The floor finish must be sealed concrete or another approved impervious surface and that liquid tight curbing at least six inches high must be installed along any shared wall for sanitary confinement and wash down cleaning. o A separate room/cage must be provided in the facility to adequately separate sick or injured animals from healthy animals. o The requirement that animal waste shall be immediately cleaned up with solid waste being enclosed in a container of sufficient construction to eliminate odors and organisms. The second ordinance that is attached, amends the city's code to add zoning definitions for commercial kennel and residential hobby kenneL These definitions mirror the ones included in the proposed ordinance amendment for Title 6 Chapter 3 (kennels)as described above in this memorandum. The second ordinance amendment also amends certain zoning districts listing residential hobby kennels and commercial kennels as conditional uses. Below, are the following districts proposed to be amended and for what type of kennel: • Section 10-5-5: A-1 Agricultural District-Residential Hobby Kennel(Conditional Use) • Section 10-5-13: B-1 Highway Business District- Commercial Kennel(Conditional Use) • Section 10-5-15: B-3 Heavy Business District- Commercial Kennel(Conditional Use) • Section 10-5-21: IP Industrial Park District- Commercial Kennel(Conditional Use) • Section 10-5-22: I-1 Industrial District- Commercial Kennel(Conditional Use) BUDGET IMPACT NA ACTION REQUESTED Adopt the two ordinances and summary ordinance that are attached amending Title 6, Chapters 2& 3 and Title 10, Chapters 2& 5 as they relate to kennels. ATTACHMENTS: Type Description D Cover Memo Dog and Kennel Ordinance D Cover Memo Kennel Zoning Ordinance D Cover Memo Summary Ordinance CITY OF FARMINGTON DAKOTA COUNTY,MINNESOTA ORDINANCE NO. 018-736 AN ORDINANCE AMENDING TITLE 6,CHAPTERS 2 AND 3 OF THE CITY CODE AS THEY RELATE TO DOGS AND DOG KENNELS THE CITY COUNCIL OF THE CITY OF FARMINGTON ORDAINS: SECTION 1. Title 6, Chapter 2, Section 14 and Title 6, Chapter 3 of the Farmington City Code is amended as follows(deleted text is struck and added text is underlined): 6-2-14: LIMITATION OF DOGS ON PREMISES: (A)Limits: It shall be unlawful for the owner of any parcel of land within the corporate limits of the city of Farmington to own,keep or harbor, or allow to be owned,kept or harbored on said parcel more than two(2) dogs,unless a license and conditional use permit for a deg commercial kennel or residential hobby kennel has been secured. For purposes of this section"owner" shall be any person, firm, partnership,corporation, shown to be such on the record of the Dakota County auditor or Dakota County treasurer. For purposes of this section, "parcel of land" shall mean that portion of land intended as a unit of ownership to which the Dakota County auditor or Dakota County treasurer has assigned a parcel number. (B)Exception: The owner of a parcel of land in the city of Farmington shall be allowed to own and keep up to a maximum of four(4)dogs on a temporary basis under the following conditions: 1. All dogs shall have been owned prior to residency in the city. 2. All dogs kept under provision of this section shall be unsexed as documented by a veterinarian's certificate. 3. All dogs kept under provisions of this section shall be sheltered within the primary residence on the parcel of land. 4. Dogs shall be allowed outdoors only on the owner's property and secured within a fenced perimeter. 5. All owners keeping dogs under provisions of this section shall come into compliance with subsection(A)of this section through attrition. (C)Fees: The owner of a dog licensed under the provisions of subsection(B)of this section shall be required to pay an annual fee for each dog over that number authorized in subsection(A)of this section. The Farmington city council shall,by resolution, establish the amount of the fee required. (Ord. 015-698, 6-15-2015) Chapter 3 DOG KENNELS 6-3-1: DEFINITIONS: For the purposes of this chapter,the following terms shall have the meanings herein ascribed to them: KENNEL, COMMERCIAL: Any - . . ' • ..-• -- - . • ' •• - • • }emeses:place where three(3)or more dogs(male or female)over six(6)months of age, or more than ten(10)cats(male or female)over six(6)months of age, or more than ten(10)ferrets(male or female) over six(6)months of age,or any combination thereof,not including offspring under seven(7)months of age,are commercially kept,boarded,trained or offered for sale except when located in a pet shop or animal clinic. A kennel may include secured outdoor runs and/or play areas.(Ord. 015-698, 6-15-2015) KENNEL, RESIDENTIAL HOBBY: Any building, structure, enclosure or premises located on a residentially used property where three(3)or more dogs(male or female)over six(6)months of age are kept or maintained. 6-3-2: LICENSE REQUIRED: (A)Requirements: Any person desiring to operate and maintain a deg commercial kennel or residential hobby kennel within the city, . . . . • . .. . - . :2- . • •- premises;shall be required to obtain a the required license therefor from the clerk of the city. The license application shall state the name and address of the kennel owner,they type of kennel,the location of the kennel,and the number of animals proposed to be kept. The license to operate a commercial or residential hobby kennel shall be for one year and expire on December 31 of each year. The fee for said license shall be as set by the council from time to time,and the clerk sha" 'isue -- • -- _. .. •. . . .- . _ . - • •- . (Ord. 015-698, 6-15- 2015) In addition to the license required herein,the applicant for a commercial kennel license and residential hobby kennel must also secure a conditional use permit when locating in the A-1 (residential hobby kennels only),B-1, B-3, I-1, or IP zoning districts. Each kennel license shall be posted conspicuously on the premises where said kennel is located. Every kennel shall be kept at all times in a clean and sanitary condition and the animals shall be reasonably restrained from annoying the neighborhood or the general public. The council,or its authorized representative, shall have the right of entry for inspection of said premises at all reasonable hours. (B) Standards: Commercial kennels are subject to the following standards: 1. An enclosed exercise area shall be provided to accommodate the periodic exercising of dogs boarded at the facility. Any outdoor exercise area must be fenced to a minimum height of four feet(4'). In cases where the fencing is not 100%opaque a three foot(3')vegetative buffer must also be provided along said fence. Any outdoor exercise area must be maintained in a clean and sanitary condition at all times. All solid waste must be removed a minimum of once per day and the solid waste shall not be allowed to enter a stormwater facility or storm sewer. No dogs shall remain unattended in an outdoor exercise area. 2. In a multi-tenant building,the kennel facility must have a ventilation system that prohibits the transmission of odors or organisms between tenant bays. The ventilation system must be capable of completely exchanging internal air at a rate of 1.00 cfm/square foot of floor space per area dedicated for the keeping of animals exclusive of offices pursuant to chapter 1346 of the Minnesota state building code, as may be amended,these requirements can be met by the submission of an air exchange analysis,acceptable to the city from a Minnesota licensed contractor or engineer confirming with said standards,otherwise,the facility ventilation system must be completely separate and independent of other tenant space within the building. Facility air temperature must be maintained between sixty degrees(60°)and eighty degrees Fahrenheit (80°F). 3. If located within a multi-tenant building, soundproofing shall be installed on all common walls between the commercial kennel bay and adjacent bays within the building. 4. Wall finish materials below forty eight inches (48")in height shall be impervious,washable materials such as sealed masonry, ceramic tile,glass board, or marlite. Floor finish shall be sealed concrete or other approved impervious surface. Liquid tight curbing, at least six inches (6")high, shall be installed along shared walls for sanitary confinement and water wash down cleaning. 5. A sufficiently sized room/cage separate from the facility areas shall be provided to adequately separate sick or injured animals from healthy animals. 6. Animal wastes shall be immediately cleaned up with solid wastes being enclosed in a container of sufficient construction to eliminate odors and organisms. 6-3-3: RECORDS KEPT: Each licensee hereunder shall keep a record of each and every deg animal harbored in said kennel, stating the name, sex and breed of each such deg animal,the date of acquisition and the disposition of said deg animal and any further information as the council may from time to time determine necessary. (Ord. 015- 698, 6-15-2015) I . „ I , (Ord. 015 698, 6 15 2015) SECTION 2. Effective Date. This ordinance shall be effective upon its passage and publication according to law. ADOPTED this /? day of )-7-2c0— , 2018, by the City Council of the City of Farmington. CITY OF FARMINGTON Todd Larson,Mayor ATTEST: David Mc ighty Administrator SEAL Approved as to form the o2 J'day of%,7A.e.r.(„ ,2018 By: City Atto ey • CITY OF FARMINGTON DAKOTA COUNTY,MINNESOTA ORDINANCE NO.018-737 AN ORDINANCE AMENDING SECTION 10-2-1 REGARDING THE DEFINITION OF KENNEL AND ADDING A DEFINITON FOR RESIDENTIAL HOBBY KENNEL AS WELL AS AMENDING SECTIONS 10-5-5(C)2, 10-5-13 (C)2, 10-5-15(C)2, 10-5-21 (C)2,and 10-5-22 (C)2 OF THE FARMINGTON CITY CODE CONDITIONALLY ALLOWING RESIDENTAIL HOBBY KENNELS IN THE A-1 ZONING DISTRICT AND COMMERCIAL KENNELS IN THE B-1,B-3,IP AND I-1 ZONING DISTRICT RESPECTIVELY THE CITY COUNICL OF THE CITY OF FARMINGTON ORDAINS: SECTION 1. Sections 10-2-1, 10-5-5 (C)2, 10-5-13 (C)2, 10-5-15 (C)2, 10-5-21 (C)2, and 10-5-22 (C)2 of the Farmington City Code, are hereby amended as follows(deleted text is struck and added text is underlined): 10-2-1: ZONING DEFINITIONS: KENNEL, COMMERCIAL: Any place where . - - - • • - •• •-• three(3)or more domestic antes-dogs(male or female)over six(6)months of age, or more than ten(10)cats(male or female) over six(6)months of age,or more than ten(10)ferrets (male or female)over six(6)months of age, or any combination thereof,not including offspring under seven(7)months of age are commercially kept, bred-for-sale;boarded,trained or kept or offered for sale except when located in a pet shop or animal clinic. A kennel may include secured outdoor runs and/or play areas. KENNEL, RESIDENTIAL HOBBY: Any building, structure,enclosure or premises located on a residentially used property where three(3)or more dogs(male or female)over six(6)months of age are kept or maintained. 10-5-5: A-1 AGRICULTURAL DISTRICT: (C)Uses: 1. Permitted: Agriculture. Daycare facilities, in home. Dwellings, single-family. Greenhouses and nurseries,commercial. Public parks and playgrounds. Recreational vehicle storage facilities. Seasonal produce stands. 1 Specialized animal raising facilities. Truck gardening. (Ord. 002-469,2-19-2002) 2. Conditional: Accessory apartment. Agricultural services. Cemeteries. Churches. Commercial recreational uses. Community solar gardens. Equipment maintenance and storage facilities. Feedlots. Golf courses. Kennels,Residential Hobby. Mineral extraction. Public and parochial schools. Public buildings and facilities. Public utility buildings. Stables and riding academies. Towers. (Ord. 015-700, 8-17-2015) 3. Accessory: Accessory structures. Home occupations. Solar energy systems. (Ord. 002-469,2-19-2002) 4. Interim: Soil pulverizing operation. (Ord.002-474, 5-6-2002) 2 10-5-13: B-1 HIGHWAY BUSINESS DISTRICT: (C)Uses: 1. Permitted: Animal clinics. Clinics. Clubs. Coffee shops. Commercial recreational uses. Convenience store,without gas. Data centers. Health clubs. Hotels. Motels. Offices. Personal and professional services. Personal health and beauty services. Recreation equipment sales/service/repair. Restaurants,class I,traditional. Retail facilities. Sexually oriented businesses-accessory. 2. Conditional: Auction houses. Auto repair,minor. Auto sales. Brewpubs. Car washes. 3 Child daycare center,commercial. Convenience store,with gas. Dental laboratories. Grocery stores. Group daycare centers,commercial. Hospitals. Kennels,Commercial. Nursing homes. Outdoor sales. Public buildings. Public utility buildings. Restaurants, class II,fast food, convenience. Restaurants,class III, with liquor service. Restaurants, class IV,nonintoxicating. Solar energy systems. Supply yards. Theaters. Wholesale businesses. 3.Accessory: Parking lots. (Ord. 015-706, 10-19-2015) 10-5-15: B-3 HEAVY BUSINESS DISTRICT: (C)Uses: 1. Permitted: Animal clinics. Auto repair,minor. Auto sales. 4 Breweries. Commercial services. Convenience store without gas. Data centers. Distilleries. Light manufacturing facilities. Mechanical sales, service and repair. Microdistilleries. Offices. Public buildings. Restaurants, class I,traditional. Retail facilities,greater than three thousand(3,000)square feet. Sexually oriented businesses-accessory. Small breweries. Supply yards. Truck terminals. Wholesale businesses. 2. Conditional: Auto repair,major. Car washes. Cocktail rooms as accessory to a microdistillery. Convenience store with gas. Greenhouses and nurseries, commercial. Group daycare center, commercial. Home and trailer sales/display. Impound lot. Kennels,Commercial. 5 Manufacturing facilities. Mini-storage units. Outdoor sales. Petroleum bulk storage. Public utility buildings. Recreational vehicle storage facilities. Solar energy systems. Taprooms as accessory to a brewery or small brewery. Warehousing facilities. 3.Accessory: Parking lots. (Ord. 017-725,4-17-2017) 10-5-21: IP INDUSTRIAL PARK DISTRICT: (C)Uses: 1. Permitted: Breweries. Data centers. Distilleries. Light manufacturing facilities. Microdistilleries. Office showroom. Office warehouse. Research facilities. Small breweries. Warehousing facilities. 2. Conditional: 6 Bus terminal. Child daycare facilities, commercial. Cocktail rooms as accessory to a microdistillery. Commercial recreational uses. Food processing facilities. Kennels,Commercial. Manufacturing facilities. Public utility buildings. Recycling facilities. Taprooms as accessory to a brewery or small brewery. Truck terminal. Warehouse retail. 3. Accessory: Parking lots. 4. Interim: Mineral extraction. (Ord. 015-711, 12-21-2015) 10-5-22: I-1 INDUSTRIAL DISTRICT: (C)Uses: 1.Permitted: Auto repair,major. Breweries. Data centers. Distilleries. Light manufacturing facilities. Microdistilleries. 7 Ministorage units. Offices. Research facilities. Sexually oriented businesses. Small breweries. Supply yards. Truck terminal. Warehousing facilities. 2. Conditional: Agriculture. Cocktail rooms as accessory to a microdistillery. Commercial recreational uses. Food processing facilities. Kennels,Commercial. Manufacturing facilities. Public utility buildings. Recycling facilities. Solar energy systems. Taprooms as accessory to a brewery or small brewery. Towers. 3.Accessory: Parking lots. 4. Interim: Mineral extraction. (Ord. 015-705, 10-19-2015) SECTION 2. Effective Date. This ordinance shall be effective upon its passage and publication according to law. 8 ADOPTED this /9 day of '? ---c-Z , 2018, by the City Council of the City of Farmington. CITY OF FARMINGTON By: —__ Todd Larson,Mayor ATTEST: By: OIL" C' David McKnig t, ' Administrator SEAL Approved as to form the i23'"day of i��it4-t4. ,2018 By. City Atto y 9 CITY OF FARMINGTON DAKOTA COUNTY,MINNESOTA SUMMARY ORDINANCE NO. 018-736 and 018-737 ORDINANCE AMEDNING TITLE 6,CHAPTERS 2 AND 3 And TITLE 10,CHAPTERS 2 AND 5 NOTICE IS HEREBY GIVEN that, on March 19, 2018, Ordinances Nos. 018-736 and 018-737_ were adopted by the City Council of the city of Farmington, Minnesota. NOTICE IS FURTHER GIVEN that, because of the lengthy nature of the ordinances,the following summary of each ordinance has been prepared for publication. Ordinance No. 018-736 amends section 6-2-14 and 6-3-1 of the city code to define commercial and residential hobby kennels, outlines procedures for approval of permits and licensing of commercial and residential hobby kennels,and provides standards for commercial kennels. Ordinance No. 018-737 amends section10-2-1 of the city code defining commercial and residential hobby kennels within the zoning ordinance. This ordinance also amends sections 10-5-5(C)2, 10-5-13(C)2, 10-5-15(C)2, 10-5-21(C)2, and 10-5-22(C)2 adding residential hobby kennels as a conditional use in the A-1 (Agriculture)zoning district and commercial kennels as conditional uses in the B-1 (Highway Business), B-3 (Heavy Business), IP(Industrial Park), and the I-1 (Industrial)zoning districts. Printed copies of each ordinance in its entirety are available for inspection by any person during the city's regular office hours and are posted on the city's website. APPROVED for publication by the City Council of the city of Farmington, Minnesota,this 19th day of March,2018. CITY OF FARMINGTON Todd Larson,Mayor ATTEST: • By: 07.1„4". David McKni htrre.dy Administrator ed Approved as to form the &3 'day of 771.4..v...L 2018 B . City Att rney Published in the Farmington Independent the day of 77.-1oa-=.cam 2018. CAtkii�► City of Farmington Z 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 + www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Teah Malecha, Finance Director SUBJECT: 2017 Interfund Transfers Review and Expenditures Discussion DATE: March 19, 2018 INTRODUCTION Transfers of money between funds occur for various reasons. The following is not a comprehensive list,but will provide you with some examples. • Transfers can be made as part of a long-term funding strategy often in conjunction with a capital improvement plan(CIP). Some specific city examples would be transfers made to the sealcoating, building maintenance, trail maintenance, and ice arena capital accounts. • Money may be transferred from one fund into another fund to cover day-to-day operations such as the transfer made from the General Fund to the EDA. • The city may want to save money over several years for a larger purchase(such as the fire engine planned for 2019), or recurring replacement purchases (for example, items replaced on rotation schedules, such as police and fire equipment), or items for which the delivery time is uncertain, such as, ammunition and guns (may order one year,but delivery is not available until the following year—a different budget year). • Transfers are made when the city invests the liquor store's community improvement funds. • Administrative transfers provide for the reimbursement of human resource and administrative costs incurred in one fund for the benefit of another fund. Another type of administrative transfer would be more house-keeping in nature, for example completing closing entries for accounts that are no longer needed. • No matter how thorough and well thought out the city's budget or current year plan may be, new and unanticipated opportunities often present themselves. During year-end staff reconciles the actual transfers which were made to the budgeted amounts. The differences are identified and reviewed with you. Reviewing this information annually also provides an excellent opportunity for you to see the positive impacts you have had with these transfers. DISCUSSION The attached comprehensive schedule details the interfund transfers that occurred during 2017. It may be difficult to review this report on your iPad. Larger copies of this information will be available for your review during your March 12, 2018 work session. The transfers are grouped into six color-coded categories. • Gray–Amounts highlighted in gray represent amounts that were included in the 2017 budget and transferred accordingly. • Green—Amounts highlighted in green represent amounts that were included in the 2017 budget,but were transferred in 2016. • Blue— These amounts represent budgeted transfers plus the payoff of the Series 2010B bonds that was completed in February. • Peach—These represent amounts that were included in the 2017 budget,but not as transfers. For accounting purposes these amounts are included as transfers. One example would be the insurance deductible replenishment. During the year, this money is transferred from the respective funds to the Property and Liability Insurance Fund where the insurance claims are actually paid. • Yellow—Included in the yellow cells are amounts which were listed as transfers for budget purposes. These amounts were for interfund loans. For accounting purposes these amounts are not recorded as transfers,rather they are recorded as interfund receivables and payables. The city's budgeting process is for revenues and expenditures/expenses. We include these items as transfers in the budgeting process so it is clear to council we envision these types of transactions and they are part of the budgeted activities. • Pink— These transfers occurred during the year but were not included in the 2017 budget. Many of these items were discussed with council during the year. Examples would include funding for trail maintenance or for the purchase of the bucket truck.Another reason for these transfers may be more administrative. For example, the city paid off its Series 2007A and 2008AB bonds. The remaining funds were transferred into the Series 2016A and 2016B bond funds so that the related bond fund could be closed. There are explanations for all of the amounts highlighted in pink in your packet. The row(numbers)and column(letters)references have been included in the spreadsheet. This will enable you to cross-reference the cell on the worksheet with the corresponding comment on the following pages. Similar to the update staff shared last August, the 2017 General Fund budget continued to do well. There were several revenue line items (e.g. new liquor license revenue)that exceeded budget and several expenditure areas (e.g. snow removal)that were under budget.A more in depth review of the 2017 financial statements will be provided to you during your April 16, 2017 council meeting. BUDGET IMPACT Budget variances have been explained above. ACTION REQUESTED • Review the material presented, ask questions and provide direction to staff. • Make a motion to approve the comprehensive list of transfers for 2017. ATTACHMENTS: Type Description I3 Backup Material 2017 Operating Transfers ,| • Erel( !§! [E /[E / / ! • !- !�` . - r - _ \\\ # ! r \ ° } \) / � # | \ )\ '(I . . / . q\! ,' ; .//} ( \ }\/ I III A. \ / )\) )(• . q/\/ E. { 2 b\: \ \ 3\2 b!l. ! ' I g g I I , \ / W U ' z . { 1 . -,.• \ �8 . . . . . ,[§ || E! . i . ;! ; . ! ° / '..1 » • z \ § \ / . J \ II ( | k. \ \- . ' a {|) |](; ' ( -\e | ! \ . , ^• \ / \ | \\ ~� \\ _ ))(§ ` § • -l',. - ° .,g } t§ I ,, . Je/ C \f/; '• 0 " . •. - :__§!! - IF, . §|;| «• ' 1;14!! Mill \ Ilk. 8 !/)8 8 8 <& •- \ i ,fli q11," r{(!!,flfi o §80 F.'!!§( ,ffi qh aaap a ,!4.,!!!;;a:°1 .ly;.l ;,/: \ Ir {) § E • ((|(\(f • /}}2|(/}$ / (o 2os3A an! I `H H @HaHHH81 8181§gm«§Q;;m44g;mmAA A, �o�FARMi, � City of Farmington 74, n px 430 Third Street df Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 141". moo' www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brenda Wendlandt, Human Resources Director SUBJECT: 2018 Paid On-Call Fire Fighter Wage Adjustment DATE: March 19, 2018 INTRODUCTION The city council reviewed the compensation of the paid on-call fire fighters and determined an increase was justified. DISCUSSION The hourly wage paid to paid on-call fire fighters has been reviewed and a wage survey was conducted. Based on the information received and in conjunction with input from fire personnel, it has been determined that an increase to the fire fighter hourly wage is warranted. The fire fighters wage would increase from$11.55 per hour to $12.50 per hour effective April 9, 2018. This date is the start of a new pay period. BUDGET IMPACT The cost of this adjustment will be funded through either unspent line items in this or other budgets or by the fund balance if the funds are not available through other line items. This mid-year adjustment was not included in the approved 2018 budget. ACTION REQUESTED By motion, approve the attached resolution adjusting the 2018 paid on-call fire fighter hourly wage to $12.50 per hour effective April 9, 2018. ATTACHMENTS: Type Description D Resolution Fire Fighter Wage Adjustment Resolution RESOLUTION No. R 1 5 -18 APPROVING WAGE ADJUSTMENTS FOR ALL PAID ON-CALL FIRE FIGHTERS FOR 2018 Pursuant to due call and notice thereof, a regular meeting of the City Council of the city of Farmington, Minnesota, was held in the Council Chambers of said city on the 19th day of March 2018 at 7:00 p.m. Members Present: Larson, Bartholomay, Donnelly Members Absent: Bernhj elm, Craig Member: Bartholomay and Member: Donnelly introduced and seconded the following: WHEREAS, the hourly rate for paid on-call fire fighters be increased to $12.50 per hour effective April 9, 2018. NOW THEREFORE,BE IT RESOLVED that the City Council hereby approves the aforementioned adjustments for all paid on-call fire fighters. This resolution adopted by recorded vote of the Farmington City Council in open session on the 19th day of March 2018. Mayor Attested to thedpf"day of , 2018. 624-^* 01 City Administra ot) SEAL 4FARiz , City of Farmington e _` 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Cynthia Muller,Administrative Assistant SUBJECT: Ordinance Amending Title 2 of the City Code-Boards and Commissions Stipends DATE: March 19, 2018 INTRODUCTION The city council discussed increasing the stipend for boards and commissions at the annual goal setting meeting in January. DISCUSSION Currently board and commission members are paid $20 per meeting attended. The city council has suggested increasing the amount to $30 per meeting attended. There are four active commissions, excluding the Water Board, with a total of 22 members. The majority of commissions have 11 meetings per year. The city council wanted to take this action to recognize the commission members for the time that they commit to the community in their various roles. In addition, the city council thought this increase could help increase the number of future applicants to these bodies. BUDGET IMPACT The current amount of$20 per meeting if there were full attendance would amount to $4,840 per year. The increase to $30 per meeting if there were full attendance would amount to $7,260 per year, an increase of $2,420. This increase was not included in the 2018 budget. The increase can likely be paid for through various unspent dollars in various budgets at the end of 2018 but if those dollars are not available the additional$2,420 will be paid out of the General Fund balance. ACTION REQUESTED Adopt the attached ordinance amending Title 2 of the city code increasing the stipend amount to $30 per meeting attended for all boards and commissions, excluding the Water Board. City staff is recommending that this increase be made retroactive to February 1, 2018. ATTACHMENTS: Type Description Di Ordinance Ordinance a Ordinance Ordinance Summary • CITY OF FARMINGTON DAKOTA COUNTY, MINNESOTA ORDINANCE NO. 018 - 738 AN ORDINANCE AMENDING TITLE 2, CHAPTER 2, SECTION 2-2-3G, CHAPTER 6, SECTION 2-6-3F, CHAPTER 8, SECTION 2-8-2E, CHAPTER 10, SECTION 2-10-3E, CHAPTER 11, SECTION 2-11-3F OF THE CITY CODE AS IT RELATES TO COMPENSATION FOR VARIOUS BOARDS AND COMMISSIONS THE CITY COUNCIL OF THE CITY OF FARMINGTON ORDAINS: SECTION 1. That Title 2 of the Farmington City Code, is hereby amended by replacing the current code with the following language: Chapter 2, Section 2-2-3 (G) Compensation: Members shall receive twenty dollars ($20.00)thirty dollars ($30.00)per meeting attended in addition to reasonable personal expenses. Chapter 6, Section 2-6-3 (F) Compensation: Members shall receive twenty dollars ($20.00)thirty dollars ($30.00)per meeting attended in addition to reasonable personal expenses. Chapter 8, Section 2-8-2 (E) Compensation: Members of the authority who are council members shall serve without pay, but may be reimbursed for reasonable personal expenses. Members of the authority who are not council members shall receive twenty dollars ($20.00)thirty dollars ($30.00)per meeting in addition to reasonable personal expenses. Chapter 10, Section 2-10-3 (E) Compensation: Members shall receive twenty dollars($20.00)thirty dollars ($30.00)per meeting attended in addition to reasonable personal expenses. Chapter 11, Section 2-11-3 (F) Compensation: Members shall receive twenty dollars ($20.00)thirty dollars ($30.00)per meeting attended in addition to reasonable personal expenses. SECTION 2. This revised compensation shall be retroactive to February 1, 2018. SECTION 3. Effective Date. This ordinance shall be effective upon its passage and publication according to law. ADOPTED this 19th day of March, 2018, by the City Council of the city of Farmington. - . CITY OF FARMINGTON By: Todd Larson, Mayor ATTEST: By: • '� avid McKmg ' Administrator SEAL Approved as to form the /914day of 2018 By: City Attorney Summary published in the Farmington Independent the, "day of 2--")--72 L , 2018 CITY OF FARMINGTON DAKOTA COUNTY, MINNESOTA SUMMARY ORDINANCE NO. 018-738 AN ORDINANCE AMENDING TITLE 2, CHAPTER 2, SECTION 2-2-3G, CHAPTER 6, SECTION 2-6-3F, CHAPTER 8, SECTION 2-8-2E, CHAPTER 10, SECTION 2-10-3E, CHAPTER 11, SECTION 2-11-3F OF THE CITY CODE AS IT RELATES TO COMPENSATION FOR VARIOUS BOARDS AND COMMISSIONS NOTICE IS HEREBY GIVEN that, on March 19, 2018, Ordinance No. 018-738 was adopted by the City Council of the city of Farmington, Minnesota. NOTICE IS FURTHER GIVEN that, because of the lengthy nature of the ordinance, the following summary of the ordinance has been prepared for publication. Ordinance No. 018-738 amends Title 2 of the city code changing the compensation for various boards and commissions from $20 to $30 per meeting attended. A printed copy of the ordinance, in its entirety, is available for inspection by any person during the city's regular office hours and is posted on the city's website. APPROVED for publication by the City Council of the city of Farmington, Minnesota, this 19th day of March, 2018. CITY OF FARMINGTON Todd Larson, Mayor ATTEST: By: 6/24,‘: AW? David McKr t Ci Administrator Approved as to form thep`3=aay of i774.Lt 2018. By: City Attorney Published in the Farmington Independent the ,,,y417 day of -7c`. 2018.