Loading...
City Council Agenda Packet 12-08-1986AGENDA FOR THE MEETING OF THE CITY COUNCIL ` Monday, December 8, 1986 - 7:30 p.m. Mayor: Arne A. Grimsmo Council Members: Fran Fair, Bill Fair, Jack Maxwell, Dan Blonigen 1. Call to Order. 2. Approval of Minutes of the Special Meeting Held Monday, November 24, 1986, and the Regular Meeting Held Monday, November 24, 1986. 3. Citizens Comments/Petitions, Requests and Complaints. Old Business 4. Consideration of Authorizing Final Closeout and Payment for the Construction of 6th Street. 5. Consideration of Continuing with City Computer System Selection. 6. Consideration of Revised Bid for City Hall Ceiling Sealing. 7. Consideration of Band Shell Designs. New Business S. Consideration of Adopting a Resolution Joining a Joint Purchasing Consortium. 9. Consideration of Ratifying 1987 Salarias/Mages for Non -Union Employees. 10. Consideration of Conveying a Small Parcel •or Driveway Purposes to Northwest Clinic. 11. Consideration of Cancelling Second Meeting in December. 12. Consideration of Bills for the Month of December. 12. Adjourn. MINUTES SPECIAL MEET114G - MONTICELLO CITY COUNCIL Monday, November 24, 1986 - 6:00 p.m. A special meeting of the Monticello City Council was duly held at 6:00 p.m., Monday, November 24, 1986, in the City Hall. Members present were: Dan Blonigen, Bill Fair, Fran Fair, Arve Grimsmo, and Jack Maxwell. Members Absent: None. Also present were Tom Eidem, City Administrator; and Council member elect, Warren Smith. The Mayor called the meeting to order. The Mayor requested that Administrator Eidem review the results of the comparable worth study to date. Eidem explained that the comparable worth study was not as yet in its final reporting form, but substantial progress had been made;'*and the findings and results were virtually final. Eidem indicated that the results of the study show that the City of Monticello will be required to make some minor adjustments to establish pay equity, but that overall pay equity currently exists within the City. Eidem noted that the process yet to be completed would be to take the results that were being shown to the Council at this meeting to the entire City staff and review with those employees. Upon completion of that review process with City employees and final fine tuning of the pay equity plan, the plan in its final form would be returned to the Council for final adoption, after which it would then be submitted to the State of Minnesota to demonstrate the City's compliance with the pay equity act. Eidem spent a brief amount of time summarizing the entire 2 -year process that staff has gone through. He explained that all City employees participated in the occupational analysis questionnaires and that all employees completed time spent profiles. He provided brief information on the role of Control Data Business Advisors in assimilating all of the data collected. Eidem reviewed the hierarchy of job points as established by Control Data Business Advisors and illustrated the City•s hierarchy In comparison to the benchmark hierarchy established by the over 100 jurisdictions in the study. Eidom then covered the basic definitions of comparable pay, comparable vorth, competitive worth, and proportional pay. He noted that the definitions of comparable and proportional generally needed to be determined with respect to classes of employs*& and their relationship to a pay corridor. He explained that proportional worth means generally that higher points will generate proportionally higher pay. He noted that for the purposes of establishing the Comparability within employee ciasses, he first established a pay line reflecting actual salaries currently issued. Based on that pay line, he then established e corridor to be 10% either side of the pay line. He further noted that the employee classes ware broken down at 15 point intervals so that any two employees within a given 15 point interval should be determined to be of comparable worth. He noted that once the me t A-) Special Council Minutes - 11/24/86 comparable worth has been established within the employee class, then it would be necessary to compensate within the pay corridor established for that employee class. Eidem emphasized that other factors such as longevity, excellence in performance, and the competitive market can account for fluctuations in actual pay which would not be seen as violations of the pay equity act. He noted that pay equity or comparable worth did not mean identical pay. Similarly, he noted that proportional pay did not mean every salary had to be on the actual pay line. Eidem asked the Council if there were any specific questions about specific positions and/or about the methodology. Some discussion followed with respect to how City wages compare to the private sector in the general vicinity surrounding Monticello. It was noted that in several 'cases the City's employees were in the upper half of the competitive market. Eidem explained that the City pay plan did not demonstrate a discriminatory patterl. for female dominated classes. It was noted that while, in fact, public works maintenance employees are currently an all male class, a female employee could be hired in that class and would receive the same pay. Similarly, the clerical staff, which is a female dominated class, is only slightly lower than male dominated classes with comparable points. The compensation is considered equitable and is controlled to a certain degree by the competitive market in the area. There being no additional questions, the Council, by consensus, indicated their general approval to the pay equity plan that will be presented to the employees and indicated that the process should continuo so that the final plan may be brought back to the Council shortly after the first of the year. The Council then turned their attention to the establishment of a salary pool for the 1987 salaries for non-union personnel. Eidem suggested to the City Council that a minimum pool of 4% of the 19BG payroll be established based on economic foretaste cited in various professional journals. He noted that the journals projected that 1987 inflation to be estimated at 4%. It was Eidem's contention that the City should award at leant a cost of living adjustment so that employees would keep up with inflation. Councilmembor Blonigen stated that the Council used 4% inflation forecast for 1486 and awarded that amount as a cost of living increase when, in fact, it appeared the inflation rata would only be 2%. He was concerned that perhaps the City had paid more in 1986 than the actual inflation and wondered if using forecasts was adequate. Eidem responded that using foretaste did involve a calculated risk, but the risks were not considered to be great. Eidem stated that he didn't think it was a problem that salary increases exceeded inflation, for that simply allowed each employee to better his/her station in life. Eidem noted that it -as his opinion that that really is the reason a person attempts to do a good job and stay in a position. A question was raised with respect to the performance increases that were granted in 1986 and -2- Special Council Minutes - 11/24/86 the addition of the dental plan. Councilmember Maxwell felt the increases granted in 1986 amply rewarded the employees and that the City should exercise greater fiscal restraint for 1987. Councilmember Bill Fair indicated that it seemed appropriate to establish a pool that would allow for a minimum 4% cost of living adjustment to match the inflation forecast, and that the Council should consider an additional 1-2i available for performance adjustment or merit increase. Councilmember Bili Fair went on to state that the performance adjustment increases granted in 1986 were across the board and that if any increases over and above cost of living were given this year, then, in his opinion, they should be extremely limited. It was Fair's contention that granting across the board performance adjustments did not make real distinctions for superior performance and consequently became simply an increase without documentation. Councilmember Fran Fair and Mayor Grimsmo both endorsed Bill Fair's comments that increases should reflect the forecasted inflation rate, but the notion of performance and/or merit adjustment should be used sparingly in light of the adjustment percentages issued in 19e6. Motion by Bill Fair, second by Jack Maxwell, that a total salary pool equaling 5% of 1986 salaries (excluding City Administrator's salary) be established for the granting of 1987 wage increases, said pool to be $15,020.00. Motion carried unanimously. The Mayor then turned the discussion to the Administrator's salary. Mayor Grimemo asked Administrator Eidem if he had prepared any data or a specific request. Eidem indicated he had not anticipated his salary being considered at this meeting, and consequently had not prepared a formal request. He did, however, note that on the data provided with the comparable worth information it was shown that the City Administrator's position was the lowest paid in the public sector administratiun in the area. Eidem went on to state that he felt the rapid growth of the City placed additional demands, visibility, and vulnerability on top management positions. Eidem stated that he felt the stream associated with the increased demands of the position warranted an increase beyond pure cost of living. Mayor Grimamo stated that he came into the meeting feeling that a 51 increase was adequate. He stated that because of the election campaign, he had become aware of an anti-Eidem sentiment among some persons and that that negative attitude was enough justification to not go beyond the 5%. with that, the Mayor made his own motion to increase the Administrator's salary 5%. Motion was seconded by Jack Maxwell. Councilmambers Bill Fair and Fran Fair spoke to the competitive salary issue. Both felt that the City's Chief Administrator should receive a wage comparable to the Chief Administrator in the Hospital District. Bill Fair noted that an increase of 6% weuld place Eidsm's salary in that comparable range. Couneilmembers Blonigen and MAxwoll both stated their support of tho Mayor's motion. There '1- 0- Special Council Minutes - 11/24/86 being no further discussion, the Mayor called the vote on the motion. Voting in favor of increasing the Administrator's salary 51: Grimsmo, Maxwell, Blonigen. Voting in opposition: Fran Fair, Bill Fair. Motion carried. There being no further business, the special meeting was adjourned. Thomas A. Eidem, City Administrator MINUTES REGULAR MEETING - MONTICELLO CITY COUNCIL Monday, November 24, 1986 - 7:70 p.m. Members Present: Arve A. Grimsmo, Fran Fair, Bill Fair, Jack Maxwell, Dan Blonigen. Members Absent: None. 2. Approval of Minutes Motion was made by Fran Fair, seconded by Bill Fair, and unanimously carried to'approve the minutes of the regular meeting held November 10, 1986. 4. Consideration of Executing a Cost Sharing Agreement with Wright County for the Installation of Highway 25 Traffic Control Signals. Since the Highway 25 project involved improvements to intersections of county roads, Wright County was responsible for a certain portion of the cost for the highway improvements, as well as the traffic signalsto be located at County Road 117 and 7th Street. The County's funding policy was to pay 1001 of the highway related cost at County Road 117 and County Road 75, along with 50% of the signal cost at County Road 117, 7th Street, and County Road 75 intersections. Based on cost established from the bid tabulations for the project, Wright County's share of the total Highway 25 construction project is estimated at $47,987.70. An agreement has been prepared by the Wright County Highway Department establishing their funding requirements based on the above pe rcontages. Motion was made by Bill Fair, seconded by Maxwell, and unanimously carried to approve entering into an agreement between the City of Monticello and Wright County regarding the funding for the construction cost and traffic signals. 4a. Consideration of Acce ptinq Documents to Establish an Escrow Account and Contracting for tho Construction of a Sower and Chelsea Street Extension and Authori ^ing the Mayor and Administrator to Execute. Mr. Jim Metcalf, Legal Counsel for the School District, updated the Council on the progress being made in acquiring the Boyle property for the middle school site. Mr. Metcalf noted that the sale is scheduled to be finalized prior to the next Council meeting and requested that the City authorira the Mayor and Administrator to execute all necessary documents that would establish an escrow account that will be used to pay for the construction of the Chelsea Road extension and sever line to the new middle school sits. In addition, it was noted that -1- Council Minutes - 11/26/86 contracts will be provided to the City for the construction of the improvements in an amount not to exceed 5350,000.00. Councilmember Blonigen questioned whether the City would be responsible for any cost overruns snould the improvement project cost more than the 5350,000.00 escrow; and Administrator Eidem noted that any cost overruns would still be the responsibility of Mr. Jim Boyle. Both Boyle s engineer and the City Engineer have reviewed the construction cost estimates and feel the 5350,000.00 should be adequate. Motion was made by Bill Fair, seconded by Fran Fair, and unanimously carried to authorize the Mayor and Administrator to execute and sign the required agreements upon final approval being given by the City Attorney. 5. Consideration of Approving City Partici?ation in the Reconstruction of the Intersection of County Road 75, County Road 118, and East County Road 39. Recently, Public works Director, John Simola, requested the Wright County Board look into the possibility of a future signal light at the intersection of County Road 75, 39, and 118. The County Highway Department recently completed a study of the intersection to determine whether any improvements were needed and noted that the intersection has some problems with traffic, but they did not feel that traffic signals at this time were warranted. Based upon the traffic study, there appears to be an immediate need for some reconstruction and re -alignment in this intersection, by moving County Road 39 and 118 to the cast slightly to provide for 90 degree entrances onto County Road 75. In addition, traffic flow through the intersection could be made safer with raised channelization along County Road 75 with right and left turn lanes. The County has agreed to consider the rs-alignment and upgrading of this intersection with the construction of County Road 39 which i■ scheduled to begin in 1987. The additional upgrading of the intersection would be funded through the County's municipal funding policy, which would require the City to contribute 30% of the grading, base, and surfacing cost, along with 501 of the concrete median and 50% of any additional right-of-way required. If after further study traffic signal■ vera constructed, the City would share in this cost at 50%. The estimated cost of improving the intersection without signals was $87,000.00, with the City's cost being projected at approximately 533,500.00, excluding engineering costs. If after further study, traffic signals at this intersection would be included in the project cost, the City's share would approach $70,000.00 to $75,000.00. Public works Director, John Simola, recommended that the City participate with the County in a study of the intersection to determine the actual design that should be considered and to further study the need for traffic signals at this location. The estimated cost of the engineering study for the City would be between $2,000.00 and 55,000.00. j -2- Council Minutes - 11/24/86 Motion was made by Fran Fair, seconded by Dan Blonigen, and unanimously carried to authorize the City to participate in the intersection engineering study per the County Municipal Funding Policy. 6. Consideration of Hiring a Technical Arbiter to Evaluate Financial Responsibility of Excess Cost Related to Interceptor Sewer and Sixth Street Station. At the beginning of 1986-1 Interceptor Sewer Project, Raindance Corporation was in the process of soil excavation for their development known as Sixth Street Station located between Cedar Street and Highway 25. The interceptor sewer was planned for construction at the northerly end of this property prior to Raindance Corporation starting their building program. Raindance Corporation had requested that the City allow them to begin soil corrections for their building located close to the interceptor sewer line before the interceptor sewer was completed: and as a result, the City took extra steps to make sure that the On replaced over the interceptor sewer pipe would be sufficient end not cause any problems for a future building. During the construction of the sewer line, the City hired Braun Engineering, along with its own engineering consultant, OSM, to ensure that proper soils were replaced during the sewer construction; and it was recommended by the engineers that some of the unsuitable soils be replaced with new material to ensure that the City could not be held negligent in the future. A problem aroso in that Raindance Corporation had agreed to special conditions for their early start, one of which required Raindance to pay any extra cost, if any, for special backfill requirements in the interceptor sewer line trench. Because of the replacement of unsuitable materials, the City has incurred extra coat between 520,000.00 and $30,000.00, which Raindance Corporation does not feel responsible for. Raindance Corporation felt the materiel that was excavated was suitable for compaction in the interceptor aswer line trench and would not have retroed any problems for their naw building; and as a result, do not feel the extra cost should be charged to them. Representatives of Raindance Corporation, Braun Engineering, the City's Consulting Engineer, and City staff, along with the contractor, L 6 0 Rahbein, have met to try and work out who, if anybody, should be responsible for the extra cost incurred. To date, no solution has been arrived at; and it was recommended by the Public works Director that if one more additional meeting did not solve the problem, a technical arbiter be hired by the City to evaluate the circumstances surrounding the extra cost and determine who should be liable for the cost. After further discussion by the Council, it was their consensus that the City staff should meat with all parties one more time to try and work out a solution; but if an agreement cannot be reached, the Council would hold a special meeting with all parties involved to try and arrive at a solution. Council Minutes - 11/24/86 7. Consideration of Approving the 1987 Fire Contract with Silver Creek J Township. A current fire protection agreement with Silver Creek Township expires on December 31, 1986, and a new contract has been submitted to the Township for their approval. The new contract calls for an annual flat charge of $7,625.00 per year on a 3 -year contract, which has been approved by the Silver Creek Board. Motion was made by Maxwell, seconded by Blonigen, and unanimously carried authorizing the City to enter into a new contract for fire protection services for three years with Silver Creek Township at an annual flat charge of $7,625.00 per year. 8. Consideration of Executing the 1987 Law Enforcement Contract with the Wright County Sheriff's Department. For the past three years, the City has contracted with Wright County Sheriff's Department for lav enforcement coverage based on 6,905 hours of patrol coverage. The hourly rate for 1987 has been set at 518.50 per hour by the Wright County Sheriff's Department, which would total 5127,742.50. Motion was made by Bill Fair, secondad by Maxwell, and unanimously carried to ratify the contract with the Wright County Sheriff's Department for law enforcement protection for 6,905 hours of coverage at 518.50 per hour. % 9. Consideration of Authorizing Inter -fund Transfers for the 1986 Budget. Motion was made by Blonigen, seconded by Maxwell, and unanimously carried to approve the following transfers. 1986 Item -Purpose Amount Transfer From Transfer To Amend Budget-Porsonal Services 5 2,425.00 Contingency General Amend Budget -Personal Services 525,000.00 Contingency LCMR Amend Budget -Personal Services 5 41000.00 Contingency Water Amend Budget -Personal Services 5 2,500.00 Contingency Sewer Contingency Fund Balance- 527,700.00• Contingency General Close Out Fund To cover deficit created in 571,350.00 General OAA 1985 -Naw Twp. Aid Agreement To close out surplus balance 526,896.66 1975 G.O. 1980 G.O. in Debt Service Fund Maint. Bldg. Library Bond To close out construction S 1,610.08 Hart, Bdvy, 1984 G.O. fund balance to Debt Service Cedar Const. Impr. Bond Fund 4- O Council Minutes - 11/24/86 1986 Item -Purpose Amount Transfer From Transfer To Transfer approved by Council $27,925.00 Capital Outlay LCMR Fund 7/28/86 for sprinkler, S 6 W Revolving hookup, electrical service for NSP softball complex •Figure is approximate - depends on final tax collection in December, 1986. 10. PSG Monthly Report. Mr. Steve Sunt, Plant Manager at the wastewater Treatment Plant for PSG, Inc.,. reviewed with the Council the monthly report of the operations at the wastewater Treatment Plant. Af_cr discussion, the report was accepted as presented. 11. puarterly Liquor Store Report. Mr. Joe Hartman, Manager of the Liquor Store, was present to review with the Council the third quarter and nine month financial statement of the Liquor Store. Total sales for the first nine months were up approximately $29,750.00, with gross profit up approximately 519,000.00. The net operating income was also up almost 524,000.00 to $62,700.00. It was noted by Mr. Hartman that if the fourth quarter equals last years sales, sales for the year will exceed 51 million. The Council accepted the financial report as presented. 12. Consideration of Bills for the Month of November. Motion was made by Maxwell, seconded by Bill Fair, and unanimously carried to approve the bills for the month of November an presented. RSCk wolfateylor Assistant Administrator O Council Agenda - 12/8/86 4. Consideration of Authorizing Final Closeout and Payment for the Construction of 6th Street. (J.S.) A. REFERENCE AND BACKGROUND: The City Engineer has established final pay quantities for the 6th Street improvement project between Cedar Street and Highway 25. He has established a total of all pay quantities of $84,700.00. The original contract for this work was $66,152.00. The overrun, which amounted to 518,548.00, was primarily due to the more extensive soil correction work than was originally anticipated. It is our intention to deduct from Veit Construction Company an amount of 5845.69 for sealcoating of Cedar Street which was required due to damage done to this street from heavy equipment during the construction. In addition, we are deducting $242.00 for density testing of the paving operation, as the contractor failed to give proper notice prior to the start of his paving operations. This leaves the total amount of the project to be 583,612.31. The total paid on this project to date is $75,664.00, leaving a balance due of $7,948.31. B. ALTERNATIVE ACTIONS: 1. Alternative 41 is to authorize final payment to Veit 6 Company, Inc., for project 86-6 in the amount of $7,948.31. 2. The.sacond alternative would be not to authorize payment. This does not appear to be practical, as the City Engineer has verified that Veit Company has performed the work. C. STAFF RECOMMENDATION: It is the staff recommendation that City Council authorize final payment as outlined in Alternative 01 in the amount of $7,948.31. D. SUPPORTING DATA: Copy of the final pay estimate from OSM. M15TRUCTIIN PAYMENT VOUCHER Estimate Voucher No. 3 Uinal ------ ------- Date Decmber 4, 1986 For Period Ending November 30, 1986 ----------- Oct ------- act Number 86-6 ------------ — ---------------DD-----------'-----•- ---------------- — ---- —' Class of L'ork Street Construction and Appurtenant Vora To Veit 8 Co., Inc. -------- '----------------- --- — -- — --- 1400 Veit Place Location Cis Street Rogers, Mn. 33374 For City of Monticello, Uript County, Minnesota ----------- — A. Original Contract Phount • 66132.00 0. Total Additions 1 0.00 --------------- C. Total Deductions f 0.00 0. Total Funds Encumbered -- f 66132.00 E. Total Value of Uork Certified to Date t 83612.31 ---• ----------- F. Liss Retained Percentage 0 'L s 0.00 8. Liss Total Previous Payments s 7;664.00 ----------------------- H. Approved for Payment, This Report S 7948.31 ' ------ ................. �1I. Total Payments including This Voucher It 83612.31 ----------------------- d. Balance Carried forward s -17463.31 ......................... AFPROAiLS J ORR-SCHELei-MAYERM 6 ASSOCIATES, INC. ...................................... - Pursuant to our field obstruction, is performed in accordance with our contract, we hereby certify that the materials ire Satisfactory and the work properly performed in accordance with the plans and specifications and that the total work is 103 % complettd as of November 30, 1986 Ve hereby recontad payment of this voucher. Signed : Signed ......................... »... »........ .......................... ..... .-»..... Eonitruction Observer .....................................................................................—...............__._......__....... This is to certify that to the bill of my knowledge, information, and belief, the guar,titiu and values 04 wort certified herein is a fair approsimle estimate for the period covered ty this voucher. Contractor : Vert a Co., Inc. signed By .............................................................................. Dale : Tille ........................................... »._..................................... ............................................—»»_........».......»—_..».»... — ..... _...... City of Monticello Approved for Payment r her ---- ------ --- ._.»..._...� p D..ked 8r : Authorised Re resentative Date e Dale r —.».----• ..............». ....... Page 1 of 2 -»� W-3736.00 r1 :atimate Voucher 140. S 6 Final .ate December 4, 1986 reel Construction and Appurtenant Work :a Street - Project No. 86-6 :r the .ty of Monticello, Wright County, Mintsota Contractor : Veit 8 Co., Inc. 1400 Veit Place Rogers, Mn. $5374 .antract Date : April 22, 1986 Work Started : April 23, 1986 -ark Ccrpleled : Novem:er 30, 1986 Completion Dale June 15, 1986 Contract Total to Date all Unit Guantity Unit Price Total Price Quantity Total Prict .................................... ----------------------------------------------------------------------------- .orm,n Excavation C.Y. 2000 LOD 6000.00 3410 1023C.00 :ranular Borrow C.Y 7000 4.00 26000.00 11600 46400.00 .,ggregaly Bast, Class S Tn 630 5.00 3:50.00 333 1915.09 :2331 Bituminous Base Course Mixture ( loci. :i:minous Material for Mixture ) Ton 280 22.00 6160.00 225 4950.00 :2341 Bituminous gearing Course M:xtere t loci. ';luminous Material for Mixture ) Ton 170 25.00 4250.00 IIB 3200.00 ?ilminous Material for Tack Coat Gal. 90 1.00 90.00 77 77.00 .oncrt4 Curb and Gutter 9-618 L.F. BCD 5.00 4000.00 OSB 4290.00 :• Driveway Entrance S.Y. 70 23.00 :610.00 70 1610.00 .adding ( Incl. Topsoil J S.Y. 2000 1.20 2407.00 1500 1800.00 :2• R.C.P. Class III C.F. 186 22.00 4092.00 184 4048.00 :5• A.C.P. Class 111 L.F. 60 24.00 1440.00 55 1320.00 standard Manholes Ea. 1 950.00 950.00 1 950.00 :itch Basins Ea. 3 930.00 2790.00 3 2190.00 uranular Trench Material L.T. 30 18.00 540.00 30 540.00 .urb and Gutter Removal Lump Sum Bid Item 1-1 L.S. 1 300.00 300.00 1 300.00 Pelocatt Hydrant Lump Sun Bid Jim 1-8 C.S. t 280.00 280.00 1 280.00 %.aJutt Valut Box and Extension Rod Lump Sm Bid lies 1-C L.S. 1 100.00 100.00 1 100.00 Total ............................................./ 66152.00 • 84700.00 NSeal Coating Cedar Street Deduct 845.69 Loring and Testing Bituminous Base Deduct 242.00 Total to Date.................................................................1 83612.31 0 Page 2 of 2 068-3736.00 V Council Agenda - 12/8/86 5. Consideration of Continuing with City Computer System Selection. (T.E.) A. REFERENCE AND BACKGROUND: on Tuesday afternoon, November 25, we received ten proposals to supply the City's computer system. After we completed the bid opening, we sent the proposals along with Anne Carroll to analyze in depth. As we anticipated, the proposals ranged greatly in price and in the various elements offered. For instance, some companies included the cost of maintenance and supplies and installation into their overall bid, while other companies kept those items separate. It has been Anne Carroll's job to separate all of those various elements into their appropriate categories so that a reasonable comparison can be made among the bids. In addition, Anne Carroll compared to the original request in an effort to evaluate how closely each bidder came to the original request for proposals that was sent out. At this point, Anne has reduced the number of serious contenders to two. She is currently arranging for on-site demonstrations for staff members (and Council members if you so desire) so that we have an opportunity to evaluate the various software and hardware elements being proposed. As we informed the Council in the beginning, this is a major expenditure for the City, and it is our desire to keep you totally informed as we go throughout the process. we also indicated at the beginning that at each particular crossroads or junction the Council would have an opportunity to review our process and indicate their preference for going ahead or stopping. This is one of those significant crossroads. A detailed summary report 1s being provided by Anne Carroll for your review. If we wish to continue with the process, no action is necessary by the Council. If, however, you wish to "abort" the mission, a formal motion should be adopted terminating our search efforts. One informational note: As we indicated in the beginning, we have prepared the RPP to address all of the major functions we identified in our work sessions. That, in essence, became our computer wish list. The proposals, addressing all of the elements we had cited, are higher than what we had originally projected for basic computer services. After the completion of the demonstrations, it will be essential for Anne and City staff to evaluate cost versus benefit for the various alemants. Those elements that cannot generate their own exponse in savings will need to be wended out and a refined system acquired. we are all vary wall aware of this process, and we are not trying to pass through to the Council any hidden coat. City staff'a objective has not changed since the very beginning. That is, we desire to inetall a system that will increase our productivity and efficiency, but not by a sophisticated plaything that has little or no usa. 1 do not believe anyone on staff has allowed themselves to lose site of our automation objective. -2- Council Agenda - 12/8/86 B. ALTERNATIVE ACTIONS: I. By consensus, indicate a willingness to proceed further. 2. By motion and vote, terminate the process. C. STAFF RECOMMENDATION: Staff recommends that we continue further. D. SUPPORTING DATA: Copy of Anne Carroll's report. -3- a� CARROLL, FRANCK & ASSOCIATES TRAINING. ENGINEERING. AND PLANNING 533 LAUREL AVE.. ST, PAUL, MN 55102 W2.22&0151 TO: City of Monticello FROM: Anne Carroll�V_ RE: Review of computer system proposals received DATE: 2 December 1986 PROPOSALS RECEIVED At the bid opening on 25 November 1986, the City received proposals from the following vendors: NCR/Eden Systems Hewlett-Packard (HP)/,Minnesota Municipal Leasing Corporation (MMLC) National Computer Systems (NCS)/Rodin and Associates McDonnell -Douglas Data Management Design, Inc. (DMDI) Computoservice, Inc. Computer Concepts and Services (CCSI) UNISYS (formerly Burroughs and Sperry) Ameri-Data, Inc. Wang/Information Development Consultants (IDC) VENDOR EVALUATION Purpose The first review identifies the vendors who offer the most comprehensive software capabilities, in relation to the needs specified in the RFP. The object is to eliminate, at least for the present, those vendors who do not propose to provide the majority of the items requested. While it is possible to reconsider these vendors at a later date if no other vendors prove acceptable, that is usually not necessary. Evaluation Procter The primary focus of the vendor evaluation is on software, not hardware: Once we have confirmed that the proposed hardware meets the basic specifications and the reference checks verify hardware reliability and ease of use, hardware need not be used as a decision-making criterion. From the perspective of user functionality, the various hardware products proposed by vendors at this scale are nearly identical, and in itself, the hardware offers essentially no value to the user. It is the software that provides the computer capabilities -- the hardware is simply a means to access those capabilities. Vendors were asked to present their software offerings using the forms provided in the RFP. This allowed straightforward °apples to apples' comparisons between vendors. MO -01: Review of Verdnr Proposals 2 December 1986 Page 1 Each vendor's capabilities were scored, and staff will participate in demonstrations from the top vendors. Selection of Tap Vendors The top vendors were selected based on their ability to provide comprehensive software capabilities. You will recall that even though the implementation of the software may be staged, it is important to try to find a vendor who can be the sole source of all software for the City, thereby assuring long-term system integration and coordinated maintenance. The following vendors were eliminated for the reasons stated: Lacking) most or all Lacking most or all property activity software public works software HP/MMLC NCS/Rodin NCS/Rodin McDonnell -Douglas Compu toseryi ce Compu toservi ce CCSI Unisys Unisys Wang/IDC That left NCR/Eden Systems, Data Management Design, and AmeriData as offering the most comprehensive software capabilities, all scoring over 858 and within 48 of each other. At this point, the issue of software cost became a decision-making criterion. This Is not usually an issue at such an early stage in a system evaluation, because costs usually cluster within 20-30% of each other. In this case, however, the cost of AmeriData software was 100% higher than one top vendor, and 50% higher than the other. Compared to the other vendors, AmeriData's software capabilities were not relatively 50-100% better, so AmeriData was eliminated from further evaluation. The top vendors at this point are NCR/Eden Systems and Data Management Desic,6 General Information on Top Vendors NCR/Eden Systems: NCR and Eden Systems jointly bid this project. NCR is an international provider of computer hardware (and cash registers, of course). They provide hardware support and maintenance from their Minneapolis office. Eden Systems is based in Seattle, and has a variety of governmental and non-profit software Installations, primarily in the western states. They provide software MO -01: Review of Verrinr Proposals 2 December 1986 Page 2 support and maintenance to their customers via modem. Data Management Designs (DMDI): DMDI provides the software which runs on Wang hardware. Wang is an international provider of computer hardware. They provide hardware support and maintenance from their Minneapolis office. DMDI is based in Reston, Virginia, and has a variety of governmental and non-profit software installations. They are primarily in the eastern states, although the Science Museum in St. Paul installed their software in 1984. They provide software support and maintenance to their customers via modem. Reference Checks: For each vendor, several existing clients have been contacted. We asked about quality of software, ease of use, training, software and hardware support and maintenance, and general relationship. Both vendors received very positive reviews. WHERE WE GO FROM HERE Demarstratiom We are currently arranging software demonstrations from NCR/Eden Systems and Data Management Designs. Staff and the consultant will attend, and Council members are invited. These will be on the 12th and 15th of December. Following the demos, participants will select the vendor of first choice, and the consultant will prepare the Vendor and System Recommendations for the Council. Vendor and System Recommendation This report will be presented for the Council's review at its first meeting in January, and will include the following: Results of the system demonstrations Staff analysis and recommendation of vendor of first choice Request to enter into contract negotiations with the vendor of first choice Council will be asked to approve staff's request to enter into contract negotiations with the top vendor. These negotiations will take 30-45 days, and will yield the following for Council review: Summary of recommendations In date Itemized list of software and hardware to be acquired All costs Staging plan Acquisition method and plan (result of negotiations with financing source) Specification of any software modifications required MO -01: Review of Vender Prnpnsals 2 December 1986 Page 3 Conditions of contract, including timing, performance requirements, testing and acceptance, etc. Training plan and costs At that point, Council will be asked to review the contract with the selected vendor. If approved, the system (first stage) will be ordered. First stage implementation would be a)petted in March or April. AAO -01: Review of Verdm Proposals 2 December 1986 Page 4 Council Agenda - 12!8/86 6. Consideration of Revised Bid for City Hall Coiling Sealing. (G.A.) A. REFERENCE AND BACKGROUND: Back on July 14, 1986, this agenda item was up for your consideration. At that time, a discussion was hold and a motion was made, seconded, and unanimously carried to approve the awarding of the contract in the amount of 52,984.60 to seal the entire Monticello City Hall roof decking and beams. In further discussion with Mr. Charles Lindberg, owner of Lindberg Painting 6 Decorating, Mr. Lindberg indicated he had only proposed to do the interior roof beams and not the decking for the specified amount of $2,984.60. I apologize for the misinformation that was given to you that it did include the roof decking as part of their bid. For your consideration tonight is the possibility of awarding the contract to Lindberg Painting and Decorating for the resealing of the interior wood roof decking and wood beems. As you will note on the enclosed proposal is a description of what Mr. Lindberg is proposing to do with a figure not to exceed $4,897.00. As you will note in Mr. Lindberg's bid proposal, there is a 4 -step process for accomplishing the sealing of the interior roof beams and decking. Also before you is an option of the actual finish to be applied on the roof decking and beams, whether it be two coats of lacquer finish or two coats of sealer. B. ALTERNATIVE ACTIONS: 1. Accept the proposal for the sealing of the interior roof decking and beams for an amount not to exceed $4,897.00. 2. Deny the proposal for the sealing of the interior roof decking and beams for the figure not to exceed $4,897.00. C. STAFF RECOMMENDATION: City staff recognizes the incorrect information which was submitted from one of its staff members, myself, at the July 14. 1986. City Council mooting. The City staff would like to recommend the Council consider accepting the proposal submitted by Lindberg Painting S Decorating. with the proposed application, the number of steps in the application, and the proposed desired finished product when completed, and with s figure not to exceed $4,897.00, we feel this would be a fair amount of money to spend to accomplish the finished product which we aro looking for. D. SUPPORTING DATA: Copy of the bid proposal dated December 2, 1986, from Lindberg Painting C Decorating. -4. r PROPOSAL Lindberg Painting & Wallcovering (Since 1902) • A'.. 118 East Broadway MONTICELLO. MIN 55362 PITTSBURGH' - I—riot Phone (612) 295-3030 PAINTS To The Citv of Monticello Date December 2, 1905 We are pleased to Quote you on the following• subject to the conditions and terms stated herein: Job Address Monticello, Minnes,ita Description of work: Ceiling decKing and beams: Apply one coat of wood bleach #A, when set, or nearly dry apply one coat pB solution. This will be applied by spraying. When dry, we will check for water stains that may be present and (eat er these out by using a palm sander. When the deckina and beams are read'r, we will aoply twc coats of laquer wood finish. This will give decking and bea=s a satin finish look, or apply two coats of umbrella. This will protect wood, deck, and beams but will look like raw wood. You can splash water on it and it will bead up and not penetrate the ~rood. The finish &iso to be applied by spraying. The desired finish look will be determined by the council. The laquer finish will give the wood a little deeper tone. The umbrella will leave the wood almost the same, very little change in tone. Walla, carpets and equipment to be ._..__protected. Lindberg's will propose to do the sob for ff f.0 . We wall be willing to go on a time and material basis not to exceed d'yr,49700, If there is a savings by doing this, a credit will be given. Yhia concern agrees to furnish all labor a^d mato r{a1 workmen's compensation Insurance for the stove work and will do everything In a nest workmanship manner for the sum of �su,f 7_�%u f4�ri[i9���u.r-r,�(�•yi�v[ Sri/fYi Y c=dc=e aC 0 Eserptlonr. Terms Paid goon oomnletion Delivery b— of acceptance I hereby sires to accept the pttposal as he"Its statad. Purchaser AOeeptttd by: CHAIIL118 LINDBL80 Council Agenda - 12/8/86 7. Consideration of Bank Shell Designs. O .S.) A. REFERENCE AND BACKGROUND: The Council last discussed this subject on May 27, 1986, at a regular Council meeting. At that time I presented information about the approximate value of the old structure and recommended asking for bids to obtain cost information for MN/DOT. At the same time, it was recommended that the new band shell be located in Ellison Park. After some discussion, Council members discussed relocation, and it was the consensus that the new band shell be built in Ellison Park but that the City should not be in a hurry to build a structure identical to the old one, but to look at other designs or alternatives for a structure. Currently there have been some discussions going on between the City and MN/DOT as to the value of the old structure. In addition, Tom has asked me to look at some existing designs and anticipated costs for a wood structure rather than a concrete structure. In researching this, we found that a bare bones wood structure flat on the ground could be purchased pre -fab for approximately $10,000.00. Placing the structure on an elevation and providing a stairway could add a few thousand dollars more. In addition, to actually build a structure, one could estimate labor costs would be at least as high as the material cost; so we're probably in the area of $20,000-525,000 for a plain Jane type of wood structure. In looking for an out of the ordinary type of structure, I located one in a small community in northern Minnesota; this structure,rathor ornate and unique,is laid out in Biwabik's city park. It has quickly become well known throughout many of the towns in the area and is commented upon for its warmth and uniqueness to the area. The City of Biwabik is currently looking at a renovation of the park and the main streets into an Alpine theme design. This gazebo is merely a small part of the overall design. The gazebo, I believe, is made out of native cedar and is quite ornate. It is placed on a concrete slab with a very vide concrete sidewalk loading to the structure. The concrete itself is also ornate in that it is red in color through the use of an add mixture trowelled into the surface prior to final set. At this time, the structure is not complete in that it will receive several different stains and also soma unique trim boards and special colored stenciling. The structure was designed as part of the overall renovation by Rafferty, Rafferty, 6 Mikutowski, an architectural firm from St. Paul. The cost of the construction is estimated at 535,000.00, which includes all of the final staining, stenciling, and the concrete work, but not the design cost. Mr. Mark Flaherty, the Director of Development for the City of Bivabik, indicated when the job was lot that the city looked toward having the structure built by a craftsman rather than a regular or rough -in carpontor. I asked Mr. Flaherty it we would be able to obtain plans for the structure. 1io indicated that was impossible and sent me a small sketch which I have included for your review along with his Setter. -5- Council Agenda - 12/8/86 In discussing this with Tom Eidem, he felt that if we were to use the plans and design of the architect, we would need a release from him. While I don't feel an immediate need to build a structure, we are coming to a crossroads again with the State of Minnesota as to what value they will give us for our old structure. And I feel we should at least press on and determine the direction which we intend to take with the structure. Certainly we have both ends of the scale here now with wood structures that could be built anywhere from 520,000- $35,000.00. The Council, I believe, should give us some additional direction as to what type of structure and cost they would feel comfortable with. B. ALTERNATIVE ACTIONS: 1. Alternative Y1 is to do nothing and attempt to gat $20,000.00 or $22,000.00 from the State of Minnesota for our old structure. 2. The second alternative would be to select a pre -fab wood structure and bid the erection of a structure, possibly coming in in the $20,000-525,000 range. 3. The third alternative would be to pursue the City of Biwabik's design, attempt to obtain rights to their plans, and bid ouch a structure expected to cost in the neighborhood of $35,000.00. e. The fourth alternative would be to solicit or develop rough sketches for the unique structure and have an architect develop those into a set of buildable drawings. It would then go out for bide on the entire structure and have it built. The coat of this could range anywhere from 530,000-550,000.00, depending upon the uniqueness of the building and the materials used. C. STAFF RECOMMENDATION: Although I was personally impressed by the structure in Biwabik, others may not be, so the staff provides no recommendation on this agenda item other than to ask for the Council's direction. D. SUPPORTING DATA: Copy of latter from the City of Bivabik; Copies of the pictures if possible; Copies of the pictures from the catalogs and cost shoots. -6- n CITY OF BIWABIF BOX 829 BIWABIR, INL\TI'ESCytA 88708 OFFICEOF: DIRECTOR OF DEVELOPMENT December 1, 1986 John Simola, Pubiic Works director Monticello City Hall 250 East Broadway Monticello, MN. 55362 Dear Mr: ,Simola: As per your request of last Friday, enclosed is the following information on the Biwabik Gazebo. 1. Sketch drawing of the structure. 2. Photo of Gazebo - Note that it is not fully finished. We will use three shades of opaque gray stain on the wood sur- faces. We will then use a special stencil paint tecnique to add bright colored fruit forms on the trim boards (trim boards are not yet placed on the gazebo). This treatment will be in keeping with our Alpine Theme for design. 3. The Gazebo is just a small first phase in our renovation of the park into an alpine "Town Square." 4. Architect on the project is Rafferty, Rafferty S Mikutowski 253 East Fourth Street St. Paul, MN. 55101 Craig Rafferty is the principal on the job. 5. Cost of the Gazebo construction is $35,000. There are a lot of complex angular cuts in such a structure. It takes a craftsman and not just a regular carpenter to do a good job. I hope you will find this information useful. 5 i�yC/� Mark C. Flaherty Director of Development Enc 1 osures 0 me%t "T NO IT", P46F IN. % KtTA6 CPP a Stl0.e. nET o 6. RaePING (% D°M1MERS WeeD Srkr-CN AS p P AI,J 4i1N(.L:I fflovlDe PAINT STEWIL Af. Pt A- METE,,- b;,% M, Si: 1xS fir GV(LVED 110,41-1 bET wEEN we�D I' PONS - I. VA ,,j ATE NAhd J L o.o. P6Y•WD W1 EDo2 T%IM, WOOD ILA1614jr. rd Ztilr bD.'E`- Pest zv� EI SILL boa �i I ` i 11 I a i✓ i I MG wool) ,�I�/ 6�o IN6. ooeo n cog o0 0oddo om q m oa gyv CST aETo.ic - %) .6 ND - >aiv6. PIt°vto; • AqQ% SfAiN: too. �. ATS%6 �INICNcU st;6Ecre %Y Pt4MIT 'r. tTAN�1�IN6' 1NG�u0tD it a 2!;-v use d0' • W£ to 5TL. Wz -r- co JE 13 X/ \ CC,OAOL 514"ir.L.C9 'w r"" PLA5 Cdi-'-J5 L COU ♦ ERI FY 005 . I GM FX) FRONT L F- 0. 1FINDER BRIDGE SO.n 4' wtb. 6' W.m 6' wkm 40 610272 6,0567 s 9620 42 10723 11030 10234 u 1,126 1,u3 „175 .6 11$39 11822 1,823 48 11631 13693 12496 s0 ,2279 13613 13223 52 129M 14330 1.010 64 ,3312 15029 ,u 75 56 14592 15747 tsms 515333 23342 24339 16529 ,6003 60 16034 ,7280 15769 62 1.940 ,6247 17555 64 167+2 17016 ,6246 66 tabs{ 16066 20700 68 17096 18670 21255 70 17874 19461 22216 72 1047, ,9978 23197 74 19332 22462 TINS. PIMYi Y..K.73M n W�.00y.•.Ot•M. 78 ,9635 23509 25269 TB 20663 24515 26315 60 21508 24991 26925 62 22043 26075 26055 8. 24631 27135 29284 88 25959 26218 30-15 b8 2624629004 31650 90 273U 3017- 32356 92 27912 31318 36527 94 29130 32483 37258 96 30252 33120 38801 98 30683 34463 40229 100 32039 38129 41594 8r.t0ei 4." 6'm. Y+0- w 0 W WVM 0-r. Prc.v.nb un m VNWPO flow ..a,mbW 7Ma ONCIs .r. IM180 n m. /bb DO.. P.B. I 16.17 i 26.271 A* (2b27f P.9• �26s7i '26 28.21 f �'I7 2627 f tI 2627 r) 29 27 i 26.27 �2ea/f 12621 ) he•l v PIONEER BRIDGE THE GAZEBO so- .' wm 6' wta B woo so I si9+69 3,9604 1 6,8506 62 16201 1863, +9060 64 +6777 19237 19696 6619535 2000. 20.73 68 20066 205.8 21014 70 20596 21088 21575 72 21+30 21829 22545 7. 2,702 22210 23574 76 22277 22011 2.669 79 22609 23807 25704 60 23342 24339 2630+ 62 23912 2542. 21.08 6. 24w 2647+ 31Cs, 882.976 27539 31727 ea 25553 I631, 33+05 90 zW-O 29+62 326 92 27183 32600 338+4 9. 28389 336.2 365:3 % 191,183W50 37619 96 30,05 36856 Mel 100 3,2.7 37350 4725 snag..4'aroW-W,a'...ne W 060'm W, Y. P`C4a 4nar�n ad . -..7W,, ISa+ne4a TINS. PIMYi Y..K.73M n W�.00y.•.Ot•M. obt mnp r.umg.PY ..cubo { 109 I .5 1. ,s'O•..W I MoN i 1 1W FFQRG�iE A 91 1. he•l v THE GAZEBO with yDw Choice of Lsminsil" Pine Of Steat Columns and Pine or Western Ceder Decking L.mwwe PIM 6..m. L.m.n.u. PIM e..7.. LA—sums w,. e.mm. L.m.uu s vN. B..,P. 04mw:1 to ONO iT L.. NOW Pl,u YM L.Y,Y,.uO vow NW, stow C.Nm4m, am m sIN. CYumn. wo 9"aftc RW FM 4m Cewm.. PON, C.Nmni Y.n Wss n v0-. Doodle wnurn Ca-tY Rms%e." IC...,0-mv D.mp .c OM.lne weight 14• + 12.79! 92.996 , 62.793 62.60! 6 m 3700 ,6' I 3,696 3 696 ..22! 116 .200 26- f4.225 6,905 7.595 6916 7.$96 267 7500 u.. D.-,~ PnC. %I 14 Op,.7n.i F,oOr I s 595 7I ,200 I 18' III I Oa.nY F,tw, t 696 i ,490 I •..terve. my.1M..W...afeay. V--0' 4PM,R uw m. wuNI-9511.— IY Opt uw Fb., 1.905 I 2100 , 11 size 21 TYPE OF G4ZC80 ,.• r.ag4 or acorn ,Op �! 31 7 PE OF COLUMNS P.mn.m0 Ow d 0-10-0 "PE OF DECKINC Ib,M & w.N.,n CMF) �Ov.vnv OP'—' i»re,us PY aCnbn f 1 !i 5.114LE P.C.AGE OR NO'd IIIGLC P-C4nGT i.' " obt mnp r.umg.PY ..cubo { 109 I .5 1. ,s'O•..W I 1W 1 !IOF, w.Y O.nCM. Por 4KtrCM'. 1.6 1 91 1. 25' fOM-6 .-mg. OY ancn 229 f 66 i ,a 25'o ... a* 25, 1 om—1 O ". PY —C 199 f Bg {a 2s' 0•••m he•l v GENERAL SPECIFICATIONS Support columns shall be 6 x 6 South. Yel. Pine, C.C.A. pressure treated to .4 f lbs./cu. h. retention w/30 -yr. warranty: Rafters shall be K.D. 6 x 6 Doug. Fir, Structural grade roof decking shall be 2 s 6 select deck K.D. West. Red Ced.: Roof shingles shall be al -5X red ced. shingles laid with 5' exposure: Fascia shag be 1 x 6 tight knot K.D. West. Red Ced.: Connector plates shall be 5 x 12Y4 prime coat w/11e x 2112 screw drive nals: Top and bottom rads shall be prebuilt of Doug. Fir: Implant mouldings shall be white pine or ceder,' Ornamental brackets sha3 be Doug. Fu: Cupola shall be pre -built. POPtnall DESIGNS Mand 91.. 04AM 27 OGA''J ii GENERAL SPECIFICATIONS Support columns sha3 be 6 x 6 Scuth. W. Fine, CCA preswro treated t3.4 ft. retention w/Myr. warranty,. Lam, archco droll be kiln-driod, p!ue Lm, & mirJ. to AITCtrds . architeccual appcaranca �•ao, cca'.cd & wrapped: Ra,f ecekin3 chell be 2 x 6 cdect deck ryada k" n dried Wca. Red Cad, or 12 t uth.1.1.P:nD,onnteVed,voa•pvd. Gn En.1xa; Roofin3 mat&&;] chaJ be RL•nv-!e 2250 f.bcr fscs &nC'.ct. A' tic ra:cd wi �J yr. warrnty, pLeed wcr 150'(0 & laid w,Siila'D' wf edge: r-1:c:3cF hoz x8t�tknAUndt:cd l'c9, r;�rcea;rp?�:cid;a:] Ce3 x 12 x � e c:ce1, prmo ra:cd. u,+.'� s.l'ac_:,w�rv.na:a.;13p mat.Dv;3). PnPrl Aa W bIGNS Mead au. _�� ��_ _ All deslDna andspKlllutlor `_ "�1�. Wubien to change without —Me {. 1 This octagon Gazebo would grace the towns of any estate or open space recreation area. Provides a pleasant rest site for the hiker or `�•, family picnic. Rails we standard. �rid.._ All dsdgns and spaclllc 11on► wbJnct to chance without noes I;, w Idasl for wn•pockn pahW, gall course rain Whetters. senior citizen n' wsalhec shades. lakeside plcnln, large formal gardens. Three slava •'7 provide cholcas for say wttlags. Floor system. calls, and benches sbowa ars optloaol. -LZ 4;mm p i 472.00 ' Insulated Gtass " Wood Ow - Insulated Glass Page Model Size Shown Cedar Deck Pine Deck 6 Summer Raven 20 Diam. 4,975 6 Summer Raven 28 Dram. 6.900 0 Gazebo 16 Dram. 3.798 3.539 6 Gazebo 21 Dian. 5.025 4.520 *-sc' 6Crazebo'.'= :_. ...... 25 Dam: 7,107-` "6.432 'Building specifications and blue prints available upon request. **Separate literature available upon request. 11 ! OX•D•2 40' R 11 OX -0-3 40' PRICE UST 166 Panels 359.00 Weather 6eazer Peach Cstabp Pape Nl" 11 OX -WD -3 30' 510.00 11 I LP•WD-1 180.00 11 0X•0.2 30' 11 I LP•WD•2 • Insulated Glass " Wood Door • Insulated Glass I 11 ' LP.WD•3 11 I LP -Plain 11 LP•0.1 11 LP02 Rails Bench Included in Price Inciaded in Pace 110. ea. 125. ea. 130. ea. 150. ea. 190. ea. 175. ea. 1 Side Enclosed $377.00 347.00 527.00 227.00 600.00 759.00 11 - LP -D-31 472.00 ' Insulated Gtass " Wood Ow - Insulated Glass I SPECIFICATION FOR LP 1 Sides enclated w10n 1 If 8 cedar pane8ng applied 2 Sides erKlosed, cedar paneling applied on exterlbr, insulation applied, interior cedar paneling precut :,m not applied. Octog- 1 S* Paam Enclosed Camlog Pap Nadal 11 OX -WD -1 40' 5:86.00 11 OX•WD•2 40' 35600 11 OX•WD•3 40' 537.00 11 OX•Plam 40' 209.00 11 OX•0.1 40' 592.00 11 ! OX•D•2 40' 762.09 11 OX -0-3 40' 475.00 11 OX•WD-1 30' 359.00 11 OX•WD•2 30' 330.00 11 OX -WD -3 30' 510.00 11 OX•Dlam 30' 180.00 11 0X•0.2 30' 644.00 • Insulated Glass " Wood Door • Insulated Glass I wdr System 1.270 2.490 815 1.270 11.800 2 Sides Enclosed Insulation $491.00 594.00 641.00 377.00 •'845.00 871.00 530.00 2 Sblea .nclew h::utWen $503.00 608.00 645.00 31&00 830.00 878.00 543.00 448.00 876.00 275.00 828.00 SPECIFICATIONS FOR OCTAGON PANELS 1 Side enclosed. 518 exterior rough plywood Sawed, reverie board & hation applied on eltenor m 1 r0 cedar paneling 2 Side enclosed 510 exterior rough plywood sawed. reverse rough sawed. or 1 x8 cedar paneling, plywood board 6 applied. inr-elation app4eo, in terror paneling pre -cul but not applied, HPB 35' 6 45' and OC 34'.44' will need 2 panels per section. OPTIONS FOR SHELTER8 6 BUILDINGS * Steel columns * Bat' S:`,3e * Cedar Shakes & Shingles Fictr Svslains * Pre -built Screened Louvers Concession Ainlavvs * Various Types of Windows >} IV13dite Interior 93rtitions. CUSTOM DESIGN AVAILABLE YOUR PLAN OR OURS v Council Agenda - 12/8/86 8. Consideration of Adopting a Resolution Joining a Joint Purchasing Consortium. (R.W.) A. REFERENCE AND BACKGROUND: Fire Chief, Willard Farnick, recently received information from an association called The Minnesota Fire Agencies Purchasing Consortium, which the City Fire Department is able to join. The purpose of the organization is to reduce cost, improve quality, and establish standard specifications for services, supplies and equipment through a joint purchasing program throughout Minnesota. The purchasing consortium currently has 87 fire departments as members. The organization currently has prepared specifications and received contract bids for numerous items purchased by fire departments such as breathing apparatuses, coats and boots, fire hose and couplings, along with radio equipment. The purchasing agent for the organization is Mr. Dick Monn, who is the purchasing consultant for the City of St. Paul and County of Ramsey. Any Minnesota Fire Department is eligible to join the purchasing consortium upon adoption of a resolution by the City Council and membership dues of $25.00 per year. The organization actually prepares all specifications for each type of equipment or supply item and receives a bid or contract price that all organizations are eligible to purchase the items for. In a recent conversation with the purchasing agent for the City of St. Paul, it was his opinion that the City of Monticello would not receive a lower price from a supplier they have a contract with if the City were to bid individually. Although there are possibly many items in the future that the fire department may be interested in purchasing through the consortium, the primary reason at this time would be to purchase the now pagers through this organization, as Motorola Company does have a contract with the consortium on pagers. The purchasing agent also noted that the State of Minnesota has even used the contract price from the consortium for purchasing Motorola equipment items, as they could not gat a lower price than what the consortium had. Upon joining the purchasing organization, the City of Monticello is free to use any of the contracts that aro currently available, or they can soak their own equipment through their own bids if they desire. In addition to membership in the Minnesota Fire Agencies Purchasing Consortium, the City of Monticello also can elect to enter into a joint powers agreement for purchasing with the City of St. Paul which has over 300 currant open and contracts available to the City. There is no coat for joining the City of St. Paul joint purchasing agreement, and the City may find itams available at a lover coat in the future. B. ALTERNATIVE ACTIONS: 1. The first alternative would be to adopt a resolution to join the Minnesota Firs Agencies Purchasing Consortium at an annual membership fee of 525.00 -7- Council Agenda - 12/8/86 2. The second alternative would be to join both the Minnesota Fire Agencies Purchasing Consortium for $25.00, and to also enter into a joint powers agreement with the City of St. Paul purchasing department. C. STAFF RECOMMENDATION: It is the staff's recommendation that the City join both the Minnesota Fire Agencies Purchasing Consortium and the joint powers agreement with the City of St. Paul. with the fire department currently in the process of purchasing new pager equipment and their desire to obtain Motorola equipment, it appears the purchasing consortium would have the best price available to the Monticello Fire Department on this type of equipment due to the bid price already received from the consortium. Even without considering the possible radio purchase, the $25.00 fee seems a small price to pay to be able to purchase other fire department equipment at the lowest price available. Although each item may be hard to determine without actually going to separate bids, the purchasing power of a large organization consisting of 87 separate departments and the City of St. Paul would appear to have the best price available from the vendors. Also, the fact that the State of Minnesota has purchased, for example, their radio equipment from Motorola through the consortium seems to indicate the organization must be receiving competitive prices. If the City elects to 8180 enter a joint powers agreement with the City of St. Paul, we will be receiving a listing of the over 300 contract items that would be available to the City of Monticello. D. SUPPORTING DATA: Resolution authorizing fire dopertment to join the Minnesota Fire Agencies Purchasing Consortium; Resolution authorizing a joint purchasing agreement with the City of St. Paul; Fact sheet on some of the contracts available. J -e- RESOLUTION 86 - RESOLUTION AUTHORIZING JOINT PURCHASING AGREEMENT WITH CITY OF ST. PAUL WHEREAS, two or more governmental units, by agreement entered into through action of their governing bodies, may jointly or cooperatively exercise and any power, common t0 the contracting parties, and; WHEREAS, the City of Monticello desires to enter into a purchasing agreement with the City of St. Paul for the joint purchase of equipment, material and supplies as needed; NOW, THEREFORE, BE IT RESOLVED, that pursuant to Minnesota Statutes 471.59, commonly referred to as the "Joint Powers Act," the proper City officials are hereby authorized and directed to execute a joint purchasing agreement with the City of St. Paul, a copy of said agreement to be kept on file and on record in the office of the City Administrator. Passed and adopted by the City Council of the City of Monticello this 8th day of December, 1986. Arve A. Grlmsmo, Mayor ATTEST: Thomas A. Eidam City Administrator 6) RESOLUTION 86 - RESOLUTION AUTHORIZING JOINT AND COOPERATIVE PURCHASING OF FIRE FIGHTING EQUIPMENT BY THE MINNESOTA FIRE AGENCIES JOINT POWERS PURCHASING CONSORTIUM BE IT RESOLVED by the City of Monticello as follows; WHEREAS, the City of Monticello maintains and operates a fire department, and; WHEREAS, there exists a need and desire of fire departments throughout the state of Minnesota to achieve economies of scale that can be accomplished through cooperative and/or joint purchasing of fire department supplies and equipment, and; WHEREAS, the City of Monticello considers it to be in the beat interests of the City to participate with fire departments in the state in cooperative and/or joint purchase of fire department supplies and equipment. NOW, THEREFORE, BE IT RESOLVED, that the City of Monticello, through its fire chief, does hereby authorize the participation of its fire department in cooperative and/or joint purchase of fire department equipment and supplies, through or with other member departments of the Minnesota Fire Agencies Joint and Cooperative Purchasing Consortium. Passed and adopted by the City Council of the City of Monticello this 8th day of December, 1986. ATTEST: Thomas A. Eidam City Administrator Arve A. Gtlmamo, Mayor J JOINT PURCHASING AGREEMENT THIS AGREEMENT made and entered into this 8th day of December, 1986, by and between the City of Saint Paul, Ramsey County, Minnesota, and the City of Monticello. WHEREAS, the City of Saint Paul and the City of Monticello, pursuant to the provisions of Minnesota Statutes 471.59, are authorized to enter into agreement to exercise jointly the governmental powers and functions each has individually; and WHEREAS, the City of Saint Paul and the City of Monticello desire to combine their purchasing functions for the purchase of equipment, materials, and supplies in order to secure more favorable prices. NOW, THEREFORE, IT IS HEREBY AGREED by and between the parties hereto as follows, to -wit: 1. That the City of Saint Paul shall, pursuant to the procedures set forth in the Saint Paul City Charter and applicable State Statutes, make joint purchases for both the City of Monticello and the City of Saint Paul of whatever same or similar equipment, materials, and supplies are authorized and requested by both the City of Saint Paul and the City of Monticello. 2. Each party shall make payment directly to the vendor according to established procedures. 1 3. Neither party shall assume any responsibility for the accountability of funds expended by the other or the iasuance of a purchase order by the other party. 4. Each party shall be separately accountable for its own expenditures of public funds made hereunder. 5. After bids have boon received by the purchasing department of the City of Saint Paul and awarded, each party shall enter into its own contract or agreement with the vendor. IN WITNESS WHEREOF, the City of Saint Paul and the City Of Monticello have executed this agreement the day and year first above written. CITY OF MONTICELLO CITY OF SAINT PAUL Mayor Mayor City Administrator Department of Finance and Management Services Approved as to form: Assistant City Attorney u ?Qfit2$oLt r2u bCL1C1a ' r6tt6AD140 CwU6tT206 ' 0cteb.r 1, 1786 ' toymcT t2tT0t 7 SATS 8.ct.r i... ffi6IB1 g.utiosadr. [atl:eN .Si. AC'not tfdpolla 011!61186 8.71.41-7: Prq.tlrrwtirtl tettlr.N 65/30/" ooa.r Crr[atr.title tnatbiy App.rattlt (6cmI ' b7 caa...ti— U. p4 w.1t: A5237 -n efPL-d 13107/41 "-now lag01ta CMSrperega - "d.cly ' ep.cit[catif.. tq! rN bid. - Tdd7 {rethK CNtraet w e.t..tiea ' 017-713-1153 .ella0le (261-4AbC") Atted.d. Acno0 t6g028m it. L.*[.inatN 4t61"} ' M. Gulatis[ Cl.a.q) Gat., P -t. 6 w.u; N- A-4.6 te: 12 cath eftn.ir Mtd C.atral, iea, puibl.. t..tlgt 6772141-211! ALTloo uQVLta R t.pin.: 12/]1/" 11/15/" - - C.aayisttLea - tadiqSij� Il -H A-4" W t0alptat: Ryel,Arii1 thfra.r Ct.rnit' Cfater t t1..ft (612) 441+4430 Ibterela C�ketOn Ar Upirw tlfetrb.it. lae. 1271!717 tbna till! 92.1347 12 r nt.riae ' PuDI. r3 r. wa .ad ASl..d GYpll.{./uaptrr. tat ♦' s" uYpIN tle VltheN 1.pir.et A..rdr — 84124141 Ce...7 n'. • Lf.p Cat. rb-.. (Hl) 6134M 1-117" LhrgY{h Y 1-172^ th»yt t-ltl" ?)pain Lnpitq.t Av.rd. rat 6771]141 , CI.n7'. 8.t.t7 {4.[►. I... ' rbnat no-ss8-iNl k3sal-1! LaR1L6/ltatt11u Cltr�.7 a 1.4.7 riV [P,lae. - 8+►It..t "'+'" rbn.t AW534-6611 63117/66 {N, p.r{fn7 6"!4.84 bpp tin: YP.eifiut}a. b.{.2 "n68 UOVILa d ... lased . heat &WI -21 VApirat 6n.6hr 31/" ACT186 twita M.rdnt Iln s1 11/15186 Pbne: 422-!4!'4431 of bYau. Ci.raa ..dCNlNr.t6►aeifltatI... N/.{ ACTIO ugrl11a bav)epN Light., 6ndt or M.:tism. hiy As72"1 110110smlape r+r.ty H.ke., lrrip[!t N.etieY..(r. m- 116611tH ""n 67115!86 site? ' Tni.4-heV rgtllrehrt., 6;;A 611611/17 - P.ter C..... L.athtteNlpb » L trw h»ids Md� hNAr -"a et . tut N 4!3.24 nN. 4172A86<Uel 204 ties it • 4.Irt1. c sad.. M 31113 ' 6o10ttmY u6S 6/ tBPWi Council Agenda - 12/8/86 9. Consideration of Ratifying 1987 Salaries/wages for Non -Union Employees. (T.E.) A. REFERENCE AND BACKGROUND: At the special City Council meeting held Monday, November 24, the City Council established a salary pool of $15,020.00 to be awarded for 1987 salaries, excluding the City Administrator. In my agenda packet to you for that meeting, I emphasized that the economic forecasts for 1987 projected inflation for 1987 to be 44. It was my contention that any cost of living adjustments awarded should reflect that forecast. The salaries and wage increases that I have proposed I felt needed to be defensible to the employee, to the Council, and to the taxpayer. As always, within a given class of employees, I selected the highest paid employee, determined what the dollar amount would be for that position based upon a 4% increase, and then awarded the same dollar amount to each employee in that class. Since any discrepancy that might exist between two employees within a given class is based primarily on the length of service, I utilize a constant dollar figure so that the spread does not increase. In addition to the 4% inflationary adjustment, I utilized the findings of the comparable worth study to make marginal position adjustments. As I noted at the special meeting, a significant adjustment was made to the Director of Economic Development to bring that position into conformance with the findings of the pay equity study. No merit adjustments were granted this year. In my estimation, there is sound rationale for any increase over the actual 4% awarded based on either the comparable worth information or on the changing nature of a position. The fallowing in the rationale I used when offering salary adjustments. All four clerical people were increased 5.44 par hour. Of that 5.44, $.38 reflects the 4% coat of living adjustment, and the remaining 5.06 accounts for the increased work load occurring in City Hall generated by our additional growth. This is a 4.6% increase. 011ie Koropchak, Roger Mack, Walt Mack, Gary Anderson, and Joe Hartman, were increased 51,070.00 annually. This reflects a 4% cost of living adjustment. In addition, 011ie Koropchak received $830.00 to got that position into conformance with the comparable worth law. Roger Mack received an additional 5210.00, and Walt Mack received an additional $35.00 in order to bring those positions more in conformance with the comparable worth structure. Rick Wolfateller and John Simola received $1,382.00 for their cost of living adjustment. In addition, Rick was granted $345.00 and John 5303.00 to reflect the added management responsibility generated by Monticello's increased growth. Karon Hanson's salary was not yet established due to a difference of opinion regarding her employment status being full-time or part-time. In order to accomplish salary ratification for this meeting. I will be withholding Karen until we can solve this matter. Her salary will coma back before the Council vary likely in January. -9- Council Agenda - 12/8/86 B. ALTERNATIVE ACTIONS: J 1. The Council may ratify the salaries agreed upon between the Administrator and the employees. 2. The Council may reject the agreed upon salaries and set them at some other level. C. STAFF RECOMMENDATION: I respectfully request that the City Council ratify the salaries agreed upon between the Administrator and the employees. D. SUPPORTING DATA: A tabulation of existing salaries, proposed increases, and 1987 salaries. Pi -10- IN C r� 1986 Increase 1987 Rick Wolfsteller $36,530 $1,730 $36,260 John Simola $33,470 $1,685 $35,155 Roger Mack $26,550 $1,280 $27,830 Gary Anderson $26,755 S1,070 $27,825 Walt Mack $26,250 $1,105 $27,355 Joe Hartman $25,500 S1,070 $26,570 Olive Koropchak $22,900 $1,900 $24,800 Clerical $8.90-9.56 .44 $9.34-10.00 IN C r� Council Agenda - 12/8/86 10. Consideration of Conveying a Small Parcel for Driveway Purposes to Northwest Clinic. (J.S.) A. REFERENCE AND BACKGROUND: As part of the Highway 25 project, the City of Monticello, in conjunction with the Minnesota Department of Transportation, established a new access for the Northwest Community Clinic off of the alley between Maxwell Realty and the Northwest Community Clinic. As part of this project, the City of Monticello purchased the north 36 feet of Lot 10, Block 52, adjoining Highway 25. This property was purchased for $2,146.00 from Con and Steven Johnson. The Minnesota Department of Transportation, at their own expense, provided blacktop surfacing and curbing as necessary to provide an access across this piece of property to the Northwest Community Clinic. It is now our intention to sell the north 26 feet of Lot 10 to Dr. Brion and his wife so that they may legally own access to the clinic. The sale is recommended to be at $1.00 and would thereby put the liability for this access on the clinic. The City would continue to own the 10 -foot alley access across Lot 10. This Is meant merely as a housekeeping item for the Highway 25 project. B. ALTERNATIVE ACTIONS: 1. The first alternative is to authorize sale of thin small piece of property for access to the Northwest Community Clinic for $1.00. 2. The second alternative would be not to sell this piece of property to the clinic. This does not appear practical, as the City should not own a private access to businesses. C. STAFF RECOMMENDATION: It is the staff recommendation that the City, an a housekeeping item, transfer ownership of this access to the Northwest Community Clinic as outlined in Alternative 61. D. SUPPORTING DATA: Copy of the dead and copy of the map. �� n �� iry _s..w<w. aet–mrntumorra rb.YYuAuo a...wmas au.a.ne»/ v...c:... L. .�.s-.. talpwelbe � VYWNrP M MNI TYIYIY No delinquent taxes and winter entered; Certintste' of Rest Estate Value t 1 fried ( ) not required Certificate of Real Estate value No 19 County Auditor s by DeoutY f+ STATE DEED TAX DUE HEREON- i –UC2T j Date: .19 6.4_ I{ (reserved for recording data) e FOR VALUABLE CONSIDERATION. CITY OF MONT1CkLLO, A llfnnes0ts M-111-42-1 Carnor.gtiml a _r=p— rte.. urMe: the taws of Minneeor. . Grantor, hereby conveys and quitclaims to Pt IL Ann mar , ',h MART BRItN- h,,b,ne —A vires ,Grantees i as joint tonants, row property In wtishr County, Minnesota, described as follows: 1 Commencing at the Northeast corner of Lot 10, Block 52. Towsaits of Monticello, thence Southerly along the East line of Lot 10. 26.0 feet; thence Westerly to the West line of Lot 10 to a point there= being 26.0 feet South of the Northwest corner of sold Lot l0, said line hour ter described as Line A; thence Northerly sLou$ said Wast line 26.0 feet to the Northwest corner of Lot 10, thence Easterly along said Worth lice to the point of beginning. AND i An eamement for purposes of ingress and egress being 10 feet Southerly of and parallel to Lim A. n ( 111 ww.A eine b mete, eNeYw M eMi together with all hmeditan ants and appurtenances belonging thereto. CITY OF HaNTIC11,131n i at By 14 By Ito SPATE OF MINNESOTA COUNTY OF _. Wa1CIQ _ . _ I- The foroping was acknowledged before me this, _ , day of., - , Lgja� , the, -_ –_"'-_ •. and__..,R_ of , the CITY UY IIt1NTICEI.I.O ,� - �.sK. undo: she taws of . NMANIAL FrAler Oa eeAL a)a *Tuts MIA N ■ ANa) bLea1t,,LmAw�.r.r.l6wgR.ew RaRnawW Aiamwi Lae*YtMi'-J�� b limw�ll�WMiieAi W ��mrn. 1ew�lw W YIII.r•W Y1wW) � Or, sed Mrs. Florian* iArt" Route A. Bos look Mosticailo. NN 55362 TwM INlrANAYT YN NAtTesaI/NAYm wee wNaaYl ""CALY a IMSON Attorneys at Low 4 Y.O. gas 446 1 919 West Ilreadway mmticeli*. Mgl 55962 } 1 i " ••mss*`. l fes•,+ � • ;... `� : / / �� 1' - ' �r ' .� ."".+..�.�it.\�`•�i..'- , - p rJ++ • )tAFt HIGHWAY NO. 94 t GENERAL FUND -- DECEMBER AMOUNT CHECK NO. ICMA Retirement Corp. - Payroll ded. 74.67 23452 State Capitol Credit Union - Payroll ded. 90.04 23453 Dept. of Nat. Res. - Dep. Reg. fees 170.00 23454 Liquor Fund - Investments 75,000.00 23455 GAB Business Services - Reimb. to Ins. Co. for claim 100.00 23456 Olson Electric - WWTP repairs from August 948.31 23457 Wright County State Bank - Purchase C. D. 225.000.00 23458 Corrov Sanitation - November payment 6,378.00 23459 Dave Stromberg - Animal contract service 287.50 23460 Jerry Hermes - Janitorial at library 206.25 23461 James Preusse - Cleaning city hall 337.50 23462 YMCA of Mpls. - Monthly contract payment 529.17 23464 Mrs. Beverly Johnson - Animal control payment 275.00 23466 Mr. Arve Grimsmo - Mayor salary 175.u0 23467 Mr. Dan Blonigen R Council salary 125.00 23468 Mrs. Fran Fair - Council salary 125.00 23469 Mr. William Fair - Council salary 125.00 23470 Mr. Jack Maxwell - Council salary 125.00 23471 Dept. of Employee Relations - Medicare W/H 19.70 23472 State Treasurer - PERA W/H 1,313.02 23473 Dept. of Employee Relations - FICA W/H 2.522.28 23474 Wright County State Bank - FWT 2,074.00 23475 Commissioner of Revenue - State W/H 1,988.00 23476 Commissioner of Transportation - Est. city share of traffic signals 6 est. 1/3 share of Hwy. 25 project 62,951.21 23477 Professional Services Groups - WWTP contract payment - Dec. 22,083.35 23478 Wright County State Bank - C. D. purchase 400.000.00 23479 Veit 6 Co. - Payment on 6th St. project - Final payment 7,948.31 23480 Lynnea Gillhom - 1986 mileage 52.00 23481 Unocal - Gas - Water Dept. 40.81 23482 011ie Koropchak - Misc. expenses 39.00 23483 Gary Anderson - Misc. mileage 50.36 23484 MN. Assoc. of Civil Def. Directors - Annual dues 20.00 23485 Liquor Fund - Reimb. for Work. Comp. Ins. refund 156.00 23486 Local 049 - Union dues 105.00 23487 North Central Public service - Utilities 1,406.69 23488 Tom Eidem - Expenses 18.66 23489 Road Machinery 6 Supplies - Truck rental for Christ. liter 249.00 23490 National Life Insurance - Ins. premium - T. Eidem 100.00 23491 Maus Foods - Dog food 13.92 23492 Seitz Servistar Hdwe. - 22 fluor. bulbs, mise. 155.90 23493 Rick Wolfateller - Misc. mileage 41.00 23494 MN. Pollution Control Agency - Boyle sewer ext. permit fee 80.00 23495 Payroll for November 26,152.30 TOTAL GENERAL DISBURSEMENTS - DEC. $839.651.95 LIQUOR FUND - AMOUNT CHM LIQUOR DISBURSEMENTS FOR DECEMBER - 1986 NO, Eagle Wine Co. - Liquor 582.64 12766 Eagle Diet. Co. - Liquor 4,241.02 12767 McDowall Co. - Furnace repair 283.06 12768 State Capitol Credit Union- Payroll ded. 170.00 12769 Twin City Wine Co. - Liquor 2,395.22 12770 Quality Wine - Liquor 1,386.45 12771 Gruys, Johnson - Computer fees 110.00 12772 State Treasurer - PERA W/H 178.72 12773 Dept. of Employee Relations - FICA W/H 309.78 12774 Wright County State Bank - FWT 267.00 12775 Commissioner of Revenue - State W/H 197.00 12776 Eagle Diet. Co. -.Liquor 4,339.51 12777 Eagle Wine Co. - Liquor 1,580.22 12778 Commissioner of Revenue - Sales tax due - per audit 919.30 12779 KMOM Radio - Adv. 100.00 12780 MN. Bar Supply - Misc. mdse. 37.53 12781 Granite City Cash Register - Register tape 111.65 12782 Monticello Times - Adv. 238.40 12783 Stromquist Dist. - Misc. mdse. 38.30 12784 Cloudy Town Dist. - Misc. mdse. 177.75 12785 Thorpe Diet. - Beer 8,520.85 12786 Monticello Office Products - File folders 5.95 12787 Grosslein Beverage - Beer, etc. 9,253.29 12788 Seven Up Bottling - Misc. mdse. 233.25 12789 Kolles Sanitation - Garbage contract payment 91.50 12790 Bernick's Pepsi Coca Cola - Misc. mdse. 271.35 12791 Day Dist. Co. - Beer 760.95 12792 Viking Coca Cola - Misc. mdse. 317.55 12793 Dick Beverage Co. - Beer 2,149.08 12794 Bridgewater Telephone - Telephone 72.25 12795 Dahlheimer Dist. - Beer 12,990.95 12796 North Central Public Service - Utilities 152.00 12797 Northern States Power - Utilities 176.64 12798 Twin City Wine Co. - Liquor 1,969.50 12799 Quality Wine - Liquor 1,066.36 12800 Service Master - Clean steps and carpet 281.00 12801 Coast to Coast - Store expense 4.84 12802 Maus Foods - Store expense 20.97 12803 Jude Candy 4 Tobacco - Misc. mdse. 524.97 12804 Leifert Trucking - Freight 477.39 12805 Payroll for November 3,433.46 TOTAL LIQUOR DISBURSEMENTS - DEC. $60,437.65 r CITE OF HIMCELM '!lmthly'Ou11d1ng Dcp�ncpOrL :\, 1 Month of Noyembe]490 PI7i1QT3 and USES e • -9am• I W , 'L•.i I*" ITihi• toot PP7UUT3 ISS= Month OctoboX � Honthmcvamber Leet Tear To Date To Date • . RE1IO77Tf1AL lhusber . 20 Valuation $1,551,920.00 5 1171,560.00 7 94128 1187,400,00 f 5,761,270.CC 6,057,670.00 Fess 7,691.97 709.50 7,040.10 ', 79,t54.8 40,141.00 Surcharges 775.95• 60.76 198.70 1,877.7 4,078.41 - COME tc1AL Number 474 2, IB " Valustlon 1,092,500.00 .47,000.00 4,029.660. 1,640.920.00 Foos 5,457. 97 254.00 16,421.41 ,. 17,815.14 ' Surcharges 546.75 ', 71.50 7,019.60 1,070.45 blw1 [IIUAL Ihueber , 1 4 Velu.tlon000.00 . 770,506.00 _ Feee 670.50 1.775.77 Surcharges 97.90 165.75 PWNSINO .I Ihusber 17 7 6 7T e0 - Fee 566.00 49.00 185.00 7,671.00 7,925.00 Surchargee 6.50 1.00 4.00 41.00 40.00 0T71EIL9 " 1hlmber 1 1 Valuation 456,900.00 10,000.00 " Fees 7,795.07 100.00 , Surcharge, 776.75 6.00 LTOTAL 110, PMMITS 41 a is 19) +e7 - T MAL VAU)ATION 7,645.410.00 151.560.00 479.400.00 10-257,830.00 }•0T* M 11,710.54 1,479.00 7,589.10 57497.11 64.716.91 TOTAL SUACIIAecc9 1,111.70 159.76 715.70 5.166.75 6,780.11 CUMMrr 19Mm1 . PUUGT NAnM8 Number 4E1174IT SE %a :VRQIARGg_ Valullltln fi a Tcer ails Ln at rest • Single Family 7 1 598.40 1 65.40 1 110600.00 1939 DupleA 17 4 Nut ll-familye e Commercial 6 t0 Industrial 9 0 • Res: Garages 11 10 Slone 0 0 Public 6u11dlne 0 1 , ALTE]UTION CR REPAIR Due111n8, 1 111.10 8.76 10.760.0ci 44 70 ' commercial 11 T6 ' Industrial 1 670.50 97:50 1/5.000.00 f • I 0 PWHDINO 1 All types 7 49.00 1.00 f0 76 AGc[870m1 STRUCTURES Oulm.ln/ Pool, - 1• .. 1 0 • Oeee. 4 0 TDMPOMAF P[g1UT 1 , 0 0 7 0 I Dt"OUT209 TOMO f •1,479.00 16q.16 716',660,06 711 1/1 IRDIVIDUAL PEPMIT ACTIVITY REPORT MONTH of aes*MmeZ 19$6 TOTAL Rt'V6RU9 S 1.566.26 ,f I sese . _ 'ERMIT( DESCRIPTION P� NAMULOCATION• (VALUATION (PERMIT SURCNARGEI PLUMBING SURCHARGE -- '1UM6ER 86-991 Dingle family Dw611 tng 6 "John RSller/206 rovtn Longley 0rlve 6 37,700.00 6 306.10 6 20-05I 025.00 6 .50 8,-992 tif3ariM 6oilOing Rexbv. Row"02v States vc~/a. 0*.9d. 975 195.000.00 670.50 97.50• 66-993 sa.se 6 Oerago a"i63ng 11Ray. Srmp Bihar/424 M. Rlv6r at, 6,330.00 59.30 3.16 66.994 - finial O!t Oasam6nt Ox. Chrta 6 ".2 motlhew Cirrl4 1.410.00 14.30 -70 - B, -B95 Knish Ott eu®ent x John R=116x/209 govt. tonglay Dr. 3,000.00 30.50 1.50 66-996 single rosily Dw6ll ing SF Pyle Ver -hen, Const/214 Jam Livres; or.53.100.00 222.30 36.55, :4WOO .50 ' .TOTALS 6316.560.00 61.360.00 91511.26 p49. 00 51.00 TOTAL Rt'V6RU9 S 1.566.26