Loading...
HomeMy WebLinkAboutNovember 20, 1979 TENTATIVE AGENDA ADJ. SPECIAL SESSION SHAKOPEE, MINNESOTA NOVEMBER 20, 1979 Mayor Harbeck presiding 11 Roll Call at 6 : 30 P.M. 21 Discussion of street and utility reconstruction policy 31 Approval of Minutes of November 7 , 1979 41 Communications : a] City of Prior Lake b] c ] 51 Liaison Reports from Councilmembers : a] Cncl .Hullander from the Shakopee Fire Department b] Cncl .Lebens from Recreation Board c] Cncl .Reinke from Shakopee Public Utilities Commission d] Cncl .Ward frcm Planning Commission and Jt . Seven Man Committee e] Cncl .Leroux from Shakopee School Board f] Mayor Harbeck from Scott County Board of Commissioners 61 RECOGNITION BY THE CITY COUNCIL OF ANYONE PRESENT IN THE AUDIENCE WHO DESIRES TO SPEAK ON ANY ITEM NOT ON THE AGENDA 71 Old Business : a] Ord. No. 32 , Park Dedication, tbld 10/16 b] Approval of specifications for 4-wheel drive vehicle for Police Department , tbld 11/7 81 Planning Commission Recommendations : a] Final Plat of Valley Rich 1st Add 'n. , a five acre tract lying East of CR 89 and Patch 1st Addition (Lot 4, Blk 1 , Maras Add 'n. ) Developer : Valley Rich Co. , Inc . , 6820 Vincent So. , 55423 Action: Resolution No . 1512 Planning Comm. Recommendation: Approval w/conditions b] Final Plat of Shimek' s 1st Add'n. , a 19 + acre tract lying E of CR 89 and S of Patch 1st Add'n. Developer : Ron Shimek, RR #3, Shakopee Action: Resolution No. 1513 Planning Comm. Recommendation: Approval w/conditions 9] Routine Resolutions and Ordinances : a] Res . No . 1514, A Resolution Adopting Design Criteria and Standard Specifications for Construction and Reconstruction of Roadways b] Res . No. 1516 , A Resolution Adopting Design Criteria and Standard Specifications for Construction and Reconstruction of Sanitary Sewer 10] New Business : a] Awarding Garbage Contract for 1980 and 1981 b] Request for street light on CR-79 c] Kmart Tax Increment Financing (1) Res . 1510, Providing for the Issuance & Sale of Bonds (2) Res . 1517 , Accepting Purchase of Bonds from Underwriters ( 3) Res . 1518 , Awarding Bids on the Rough Grading (4) Approval of Change Order No . 1 , on the Rough Grading Contract ( 5) Res . 1519, Awarding Bids on 1 . 5 million gal . reservoir Tentative Agenda November 20, 1979 Page -2- d] Approval of the bills e ] Approval of agreement for maintenance of blue print machine f ] Adjustment of assessments for the 78-1 Utility Improvements g] City Engineer status report on public improvements h] Regional classification for the O'Dowd Lake Park i ] Permanent employment status for the Police Chief j ] Permanent employment status for John Flynn k] Authorize hiring of a H.R.A. Director 1 ] Authorize an additional Police Sergeant m] Police Selection Process n] Award quotation for carpeting of city hall offices o] Discussion on remodeling offices 11 ] Consent Business : 121 Other Business : a] b] c ] � ��Ls� rL Q Avty m� b. ��. Fe h �a o - P7 d] 131 Adjourn to Tuesday, November 27th, 1979 at . . . Douglas S. Reeder City Administrator n � ¢ CITY OF PRIOR LAKE �rz , NOV 13 1979 November 8, 1979 CITY OF Mayor and City Council City of Shakopee 129 East First Avenue Shakopee, MN 55379 Gentlemen: On behalf of the City of Prior Lake I want to thank the people of the City of Shakopee for their assistance in helping with the fire we had on November 7, 1979. Without their help the fire in downtown Prior Lake could have been much more disastrous. I would like for you to pass this letter on to the Fire Chief and the Fire Department so they may know how much we appreciated their help. Since eIy, Xe xl Walter A. Stock Mayor City of Prior Lake WAS/caw (612) 447-4230 4629 DAKOTA STREET S.E. PRIOR LAKE, MINNESOTA 55372 CITY OF SHAKOPEE pee, Minnesota 55379 i a*+ '� 129 East First Avenue, Shako MEMO TO: _ Mayor and City Council FROM: Douglas S . Reeder, City Administrator SUBJECT: 4-Wheel Drive Police Vehicle DATE: November 15 , 1979 It is my recommendation that we do not alter the specifications previously submitted by the Police Department for this vehicle . They have requested the type of vehicle which will best suit their needs . The specifications do result in only one manufacturer being able to bid, however, this is due to our specific needs . I have checked with the Assistant City Attorney and there is no problem with the specifications because of the limited bidders . We will request bids for this vehicle from about six different dealerships in the metropolitan area. DSR/jiw Attachment c, QTY OF SHAKOPEE VEIIICLE SPECIFICATIONS one new 1980 four wheel drive vehicle STYLE : Four doors . ENGINE : 350 CID-V8 Minimum- TRANSMISSION : Automatic , Ll11''-' 1 , 11 di• i v" . WHEEL BASE : 109 . maximum - 106 . minimum. TIRES t ''-) )L78 x 15 , black, fiberglass t)c I t , �Ia 1 :xiitl i w SEATING: Front - Vinyl bucket seats Rear - Vinyl bench seat To include all star equipment uipment with the following optional equipment: 1. Factory installed air conditioning 2 . Power steering 3. Power front disc brakes 4 . Rear window defroster 5 . Power rear window 6 . AM radio 7 . Transmission cooler 8 . Tinted glass - all windows 9 . Heavy duty alternator- 80 Amp Flour MjJ1i1num 10 . Heavy duty battery - 7�j Amp flour Minimum 11. Engine block heater 12. Dual exterior mirrors - remote controlled 13 . Heavy duty cooling system 14 . Tilt steering wheel 15. Wheel covers 16 . Fender extensions 17 . Inside spare tire mount and cover 18 . MFG dark blue with white side doors and white roof 1 CITY OF SHAKOPEE Drawing Submittal Procedure Consulting engineers and developers seeking approval of civil engineering design and construction drawings are requested to follow the procedures outlined below. 1. Submit two legible prints (either blueline or blackline) of each sheet to the City of Shakopee Engineering Depart- ment for review. 2 . The time for review will be a minimum of fifteen (15) working days . When the set of plans submitted for review contains more than five sheets or more than one set of plans from the same consulting engineering firm or developer is in the Engineering Department for review at the same time , the time for review may be extended beyond fifteen (15) working days . 3 . The check print and routing sheet will be returned with any comments and necessary corrections noted. 4. The consulting engineering firm will make all the changes requested on its original drawing; and it will then submit a mylar sepia of its corrected original along with the original check print and routing sheet to the City Engineer for approval. 5 . The check print and routing sheet must accompany the mylar sepia. If it does not , the mylar sepia will be treated as a print being submitted for review. 6. The time for approvals will normally be ten (10) days . This time may also be extended under conditions outlined in Item 2 . 7. Three prints of the approved mylar will be returned by mail to the consulting engineering firm or developer submitting plans for review. CITY OF SHAKOPEE GENERAL PLAN APPROVAL REQUIREMENTS AND DRAFTING STANDARDS 1 . Vicinity Map Scale 1" = 2000' showing the location and names of major streets all within one mile of proposed sub- division, all streets in the proposed project , all proposed or non-existing future streets and all other streets in the vicinity of the proposed project. The project area shall be indicated by shading. 2 . Overall Plan On contour map , 2 ' contour interval , map scale 1" _ 50' -200' (preferably on one standard size sheet) . 3 . Standard sheet All drawings shall be submitted on standard sheets at standard scale . A . Standard Sheet: 24" x 36" B. Standard Scale: Horizontal 1" = 50' Vertical 1" = 5 ' C . Larger scales may be required where necessary to clearly show details . 4. Plan Locate north arrow right-of-ways and width, street names , utility lines and size , railroad track, ditches , easements and width, match lines and reference sheet numbers . All roadway improvements and utilities shall be tied to the centerline of City right-of-way, to the centerline of a City easement , to subdivision corners , to Government land corners or to Government land lines . Plan shall locate and describe additional information required under the standards for the particular improvement proposed . 5 . Profile Original ground (dashed) and proposed if different (solid) . Profile shall locate and describe additional information required under the standards for the particular improvement proposed . 6. Additional Sheets Use standard sheet with appropriate scale for details of anything not covered by City of Shakopee Standard Details or approved MN/DOT Standard Plates . More than one (1) sheet may be used if necessary. 7. Bench Mark Description on each sheet, elevation, USGS 1929 datum, tie to City bench loop, description of City bench mark tied to. Example: BM = Bench Mark NW corner of concrete base around pillar at entrance to 122 E. 1st Avenue Elevation 745 . 10 U.S .G.S . 1929 Datum Looped to C.O.S . BM #D3-2 Top of S .E . bolt in sign at Shakopee Motors at N.E. Corner of 1st Avenue and Fuller Street �� Gam✓ t 8. Title Block Located in the lower right hand corner, including name of project , subdivision or planned building group or street , as applicable and type of utility or roadway. The name , address , zip , telephone of the Engineer . 9. Certification Certification signature and registration number of Professional Engineer on each sheet . 10. Required Notes These notes shall appear on the cover sheet. If no cover sheet , they shall be put on every sheet submitted for approval. a . All Street Construction shall conform to City of Shakopee Standards and dated b. All Sanitary Sewer Construction shall conform to City of Shakopee Standards & Specifications dated (****) . C . All Storm Sewer Construction shall conform to City of Shakopee Standards and Specifications dated (****) . d . All Water Distribution Construction shall conform to City of Shakopee Standards & Specifications dated e. Concrete shall not be placed until the forms have been inspected and a pour slip issued. Pour slips will not be issued unless the Contractor has at the job site a copy of the drawings bearing the signature of the City Engineer. f. Paving shall not start until a soil report is approved by tests the Engineer and subgrade compaction taken and approved. (****) Insert date of latest revision in this blank. 11. Approval Block This approval block will be required on every sheet submitted for approval. Water plans require both signatures , the City Engineer and Utilities Manager. Sanitary sewer, storm sewer plans and street and overlot grading plans require only the City Engineer signature . Reduce the height of the approval block accordingly. APPROVED FOR ONE YEAR FROM THIS DATE �r N M CITY ENGINEER DAT E N UTILITIES MANAGER DATE 12 . Drafting Standards All final drawings submitted for approval and record shall meet the following minimum standards to facilitate • microfilming : Drawings sepia , r fromobjectionable�background . mylar Drawings shall meet current City of Shakopee drafting standards which are available from the Engineering Department and detailed herein. 13 . Letterin Letter size shall be not less than 0. 12 (No . 120 LeRoy template . LETTERING USED ON ENGINEERING DRAIN EITHER GGREATER OR EQUALE TO A OR THE USE OF A LETTERING GUIDE WILL NUMBER 120 LETTERING GUIDE (.12 INCHES). OF THE VE LETTERING LUM OR ST BE IN SHARP CONTRAST WITH THE BACKGROUND MYLAR, LETTER SIZE AND CONTRAST 19 A MUST FOR MICROFILMING ENGINEER- ING DRAWINGS FOR RECORDS AND SECURITY NEEDS. H�l�1/D LETTER/lam E01-1AL TO /ZD CCU/G1E /Z') T1116 6 FREE T1416/S /6 FREE NAND LETTER/N.,� EQUA L TO Zoo CGUI�UE (.20"") CITY OF SHAKOPEE ROADWAY DESIGN CRITERIA 1. Additional Approval Requirements and Drafting Standards The requirements of this article are supplementary to the General Plan Approval Requirements and Drafting Standards . A. Plan Locate handicap ramps , elevations of curb returns , curb return radius station of drainage appurtenances , directional arrows , PC and PT elevations at all horizontal curves for drainage , curve data , centerline station of all cross streets and intersection offsets . B. Profile Centerline stationing continuous for length of street, vertical curves , top of curb elevation on MN/DOT Standard V618, flow line elevation on MN/DOT Standard D418. C. Vertical Curves VPI , VPC, and VPT elevations , elevation and station of high or low point (not the middle ordinate) , length, K (see notes on Table 2 - Design Speed) . D. Typical Detail ROW width, street width (face of curb to face of curb) , street names and station limits , curb type , sidewalk, profile grade point, cross slopes on streets , sidewalk and boulevard. 2 . Curb , Gutter and Sidewalk Curb, gutter and sidewalk shall be provided in all residential areas where the density is more than six (6) dwelling units per acre ; in all commercial areas ; in industrial areas where required, along collector or arterial streets and where required by the City. Sidewalk, where required above , shall normally be on the north and east side of the street. MN/DOT B618, vertical curb and gutter shall be used for all collector or arterial streets . Residential streets may use MN/.DOT Type S curb and gutter in accordance with this criteria. The minimum curb return radius shall be as shown in Table 1. The minimum fall around curb returns shall be 0. 30 feet. All curb returns and all "T" intersections where sidewalk is required shall have Handicap ramps . Storm water from downspouts or a concentration of storm water from the site shall not be allowed to flow over sidewalks or driveways but shall drain to the streets by the use of chase sections or curb returns . The top of curb elevation shall be the same on both sides of a street. Except at intersections or where super elevation is required . Differences in elevation of more than 0. 20' will not be allowed. Drainage Drainage systems shall be in accordance with City of Shakopee drainage design requirements . Drainage plans must be approved before final approval of street plans . Drainage shall not be the major function of a street. The minimum pipe in street R.O.W. shall be 18" Class III R.C.P. Crosspans The use of double crosspans shall not be encouraged. Double crosspans may be used on collector or arterial streets to convey storm runoff across residential streets . Double Cross- pans may be used at the intersection of residential streets only when absolutely necessary to prevent flooding of one side of the street. Crosspans are not allowed across collector or arterial streets . Crosspans are not allowed on streets with storm sewer systems or on other streets designated by the City Engineer. Inlets Inlets shall be located to intercept the major curb-flow. Due to the presence of handicap ramps , inlets are not allowed in the curb returns . All inlets in streets shall be the curb opening type without grates in accordance with the latest City Specifications . Cross Slope Normal cross slope or crown shall be 2% as measured , from centerline to lip of curb or lip of median curb to lip of outside curb on streets with raised center islands . Parabolic or curved crowns shall not be allowed. Horizontal Alignment All streets shall intersect at right angles . The minimum allowable intersection turning radius for any street shall be 50 feet. Horizontal alignment design speed shall be consistent with the requirements for vertical alignment design speed. When connecting street lines deflect from each other at any one point more than 10 degrees , they shall be connected by a curve with a radius no less than 200 feet. Super-elevation shall be as recommended by MN/DOT and approved by the City Engineer. The rate of super-elevation shall be clearly shown on the drawings along with exaggerated (1" - 10' 11 1" - 1 'V) profiles of the centerline and both top of curbs . The super-elevation runout length, crown runout length and point at which full super-elevation is reached shall be clearly shown. Super-elevation shall be required for curves on all arterial streets and selected collector streets . Super-elevation shall not be used on local service streets . Drainage water shall not be allowed to cross the pavement when the crown slope is reversed for transitions into or out of super-elevation. Vertical Alignment The minimum allowable grade for any street shall be 0. 5%, the maximum allowable grade for any street shall be as shown in Table 2. The minimum grade for alleys shall be 0.5%, the maximum grade shall be subject to the approval of the City Engineer. All vertical curves shall be labeled with length, sight distance , design speed as listed by MN/DOT and K(K=L/A) . Continuous changing of grades that create a roller coaster effect shall not be permitted. Connection with existing streets shall be smooth transitions and existing grades shall be shown for at least 300' on each side of the intersection. The grade and ground lines of all streets that dead end , except cul-de-sacs , shall be continued for 500 feet or to its intersection with an arterial street . The grade and ground lines for arterial streets shall be continued 1000' beyond their ends . Design controls for vertical alignment shall be as shown in Table 2 . The grades at intersecting arterials shall not be greater than 2% for 200' on either side of the intersection. On all other streets , the grade shall not be greater than 3%. The more important street at an intersection shall govern the through grade . Grade breaks will be allowed if the algebraic difference in grade is less than 0. 8% Pavement Design Pavement design shall be in accordance with the Flexible Pavement Design Section of this specification. It shall be accompanied by a complete soils report signed and stamped by a Registered Professional Engineer competent in the field of Geotechnical Engineering. Handicap Ramps Handicap ramps shall be installed at all inter- sections and at certain mid-block locations for all new construction or re-construction of curb and sidewalk. Handicap ramps shall be shown at all curb returns and at all "T" inter- sections . TABLE 1 Curb Return Radius at Intersections LOCAL COLLECTOR ARTERIAL LOCAL 15 20 25 COLLECTOR 20 20 25 ARTERIAL 25 25 25 INDUSTRIAL 25 25 25 TABLE 2 Vertical Curves Design Speed Minimum Crest Sag Maximum V L K K Grade Arterials 50 150 145 100 6% Collector 45 130 105 80 5% Local 35 100 50 45 5% Notes to Table 2 : 1. All vertical curves shall be labeled with length of curve (L) , stopping sight distance (SSD) , or headlight sight distance (HSD) , safe speed (S) , and K (= L/A) where A equals algebraic difference in grade in percent and L equals the length of vertical curve . 2 . The minimum speed listed shall also apply to horizontal alignment. Horizontal curve radius and super-elevation shall be in accordance with the recommendations of the MN/DOT. 3 . Vertical curves will not be necessary when A is less than 0. 8%. 4. When street lights are to be installed and operating within 3 months after the street is opened to traffic , the minimum K for sag vertical curves may be reduced to 75 for arterials and 55 for collectors . The designer shall submit evidence suitable to the City Engineer that the street lights will be installed and receive specific approval before taking such reduction in K. 5 . The source of the above is "A POLICY ON DESIGN OF URBAN HIGHWAYS AND ARTERIAL STREETS" , The American Association of State Highway Officials , 1973 edition and the Road Design Manual , Engineering Division, State of Minnesota Department of Transportation, as revised. TABLE 3 STREET CONSTRUCTION REQUIREMENTS MINIMUM WIDTH MINIMUM STREET MINIMUM WIDTH MINIMUM OF DEDICATED WIDTH FLOW LINE OF BITUMINOUS AGGREGATE STREET TYPE RIGHT-OF-WAY TO FLOW LINE SIDEWALK PAVEMENT BASE Arterial 100' 68 ' S ' Residential 4" Surface 6" Base 5 ' Industrial 10' Commercial Collector 80' 48 ' S ' Residential 3" Surface 6" Base 5 ' Industrial 4" Surface 10' Commercial 3" Surface Local 60' 36 ' S ' Residential 2" Surface 6" Base 5 ' Industrial 4" Surface 10' Commercial 3" Surface *Limited Access 50' 28' S ' Residential 2" Surface 6" Base Rural Local 60' 28 ' None 2" Surface 6" Base * Not permited in Industrial or Commercial Areas . ** 5 ' shoulders required in addition to 28' paved section. Street Specifications : Table 3 - Street Construction Requirements is a summary of minimum street construction requirements contained in Section 12 . 06 , Subd. 1. Sidewalk shall be constructed on the north and east side of all streets unless specifically deleted by action of City Council, CITY OF SHAKOPEE FLEXIBLE PAVEMENT DESIGN The procedure set forth herein may be used in lieu of design procedures set forth in the "Road Design Manual" 5- 291. 523 and 5 . 291.524, prepared by the Minnesota Department of Transportation. Soils Report Flexible pavement design shall be based on a soils report signed by a Registered Professional Engineer competent in the field of Geotechnical Engineering. No paving shall be done until said report is approved by the City Engineer. Minimum Information Required • Map with location and depth of test holes • Ground water elevations , if encountered • Drill logs • Grading analysis curves • Atterberg limits • AASHTO soil classification ASTM Soil Classification • Moisture-density curves • Location or limits of different soil type on a map In addition, the Geotechnical Engineer shall investigate and recommend solutions to problems of: 1. Expansion of cohesive soils 2 . Frost heave in silty soils 3 . Potential ground water problems 4. Any other matter that may adversely affect the design and life of the pavement Soil samples shall be taken at the proposed subgrade elevation and shall represent the soil of the subgrade. All borings shall be for a minimum of 4 feet. If more than one soil type is encountered in the boring, they shall be logged and tested separately. The pavement shall be designed for the worst soil encountered from the standpoint of subgrade support. Hveem Stabilometer R-Value The R-value of the subgrade material is determined by the Hveem Stabilometer laboratory method. This stabilometer R-value is a measure of subgrade soil resistance strength expressed on a scale from 1 to 100. Stabilometer R-Value by Soil Type The R-value of subgrade material is an assumed value , based on the AASHTO soil type and geologic origin of the soil. The assumed values shall be in accordance with the values listed in Table 5 , Stabilometer R-values by Soil Type. Assumed values may be used if approved by the City Engineer. TABLE 5 STABILOMETER R-VALUES BY SOIL TYPE AASHTO Soil Assumed Type Textural R Value Comments A 1 a Sands 75 Excellent confidence in using assumed value. Gravels 70 If percent passing number 200 sieve is 15 to 25 percent, Sandy Loams(non R-value may be as low as 25. In such cases, it is A 1 b Sands highly de- plastic) sirable to obtain laboratory R-values. A-24 Sandy Loams(non- 30 Loamy Sands and Loamy Fine Sands commonly have R-value & plastic, slightly (70 for LS of 70. Laboratory R-values range from 10-80 for the entire A-2-6 plastic, or plastic and LFS) A-2 classification. It is highly desirable to obtain laboratory R-values, for the Sandy Loams. A-3 Fine Sands 70 Excellent confidence in using assumed value. A-4 Sandy Loams(plastic) 20 Laboratory R-values range from 10 to 75. It is highly de- Silt Loams sirable to obtain laboratory R-values. Silty Clay Loams Loams Clay Loams Sandy Clay Loams A-6 Clay Loams 12 Laboratory R-values commonly occur between 8 and 20. Clays Silty Clay Loams A-7-5 Clays 12 Data available is limited. Silty Clays A-7-6 Clays 10 Laboratory R-values commonly occur between 6 and. 18. NOTE: In using the above assumed R-values for bituminous pavement design it is essential that the subgrade be constructed of uniform soil at a moisture content and density in accordance with MN/DOT Spec . 2105 and be capable of passing test rolling, MN/DOT Spec . 2111 . To minimize frost heaving and thaw weakening it is also essential that finished grade elevation be placed an adequate distance above the water table• This dstnclnsoulcase the be at least equal to the depth of frost penetration. of silty soils the distance should be significantly greaten. R-Value by California Bearing Ratio The California Bearing Ratio (CBR) is determined in accordance with the procedures detailed herein. The R-value is determined by using Figure 1 , Approximate Interrelationships of Soil Classifications and Bearing Values . CBR Test CBR tests shall be performed according to ASTM D1883 modified as follows . The CBR value reported shall be based on 3 specimens compacted so that their compacted densities range from below 95% to near 100% of the maximum dry density per AASHTO T193 procedures . Samples shall be soaked a minimum of 96 hours prior to performing the penetration test. Calculations shall be performed per AASHTO T193, Section 8. Compaction method shall be as specified in Subgrade Support below. The following data shall be reported for each CBR specimen tested. • Method used for preparation and compaction of the specimen • Dry density before and after soaking • Moisture content of sample before compaction, after compaction, top 1-inch layer after soaking and average after soaking Percentage of swell • Surcharge weight • Stress-strain curves • Piston seating pressure for each sample , show on stress- strain curves A table showing all penetration/load readings for each sample Maximum load and penetration if it occurs at less than 0.500 in penetration • Soaked CBR/Dry Density as molded curve Composite Soil Samples Composite soil samples may be used for determining CBR for R-values . When composite samples are used , individual soil samples shall be taken at a minimum interval of 250 feet. Soil samples shall not be combined unless the sieve analysis , Atterberg Limits and group index indicate that the characteristics of the individual soils are similar enough to allow grouping. Soils in different ASTM soils classifications shall not be used to form a composite sample. Soils that are combined for determining the CBR for R-value shall be identified. The composite sample shall represent the typically worst soil expected to be encountered in the paving area . Unit Weights The following unit weights shall be used in calculating the surcharge weight for the CBR test . Asphalt 140 lbf/ft3 Base Gravel 133 lbf/ft3 The surcharge weight used shall be not more than 2 . 5 lbs . greater than the weight of the final base and pavement over- lying the tested material. Subgrade Support CBR for R-values may be used to determine the soil support value to be assigned to the subgrade for use in pavement design. The CBR for R-values used shall be at 95% of the maximum dry density for the soil compacted as specified below. AASHTO Soil Minimum Minimum Classification Compaction Depth Al thru A5 95% AASHTO T180, B or D* 6 inches A6 & A7 95% AASHTO T99, B or D** 1 foot * ASTM D 1557 , Method B or D **ASTM D 698, Method B or D DTN The "design traffic number" (DTN) is the estimated average daily number of equivalent 18,000 1b. , single-axle-load applications for the design lane during the design period. The design period is 20 years . Minimum DTN' s are listed in the table below. The City Engineer may increase the DTN on any street where traffic conditions warrant it. TABLE 6 DESIGN DTN BY STREET CLASSIFICATION Residential Commercial Industrial Arterial 200 200 Collector 30 50 200 Local 5 30 100 * Consult City Engineer (200 min) Cul-de-sac ' s less than 200' long with less than 8 single family residences , the DTN may be reduced to 2 . When different land use occurs on both sides of a street , the higher zoning shall apply. Streets leading to or from areas of different land use , the higher land use shall apply. TABLE 7 SERVICEABILITY INDEX (SI) Arterials 2 .5 Commercial & Industrial - all 2 .5 Residential, Collector & Local 2 .0 TABLE 8 MINIMUM PAVEMENT SECTIONS BITUMINOUS BASE DTN SURFACING GRAVEL BITUMINOUS Greater than 75 4" 6" 2�" 2 20-75 3" 6" 22" Less than 20 2" 611 21-211 Design Procedure 1. Determine the street classification, zoning and DTN 2 . Determine the SI and identify the proper design monograph 3 . Using the equivalent R-value and the DTN, determine the SN 4. Using the strength coefficients from the table below, calculate the thickness of the various pavement layers by the following formula. Keep in mind the minimum pavement sections . SN = a1 Dl + a2 D2 + . . . al , a2 , an = strength coefficients D1, D2 , Dn = thickness of pavement layers TABLE 9 STRENGTH COEFFICIENTS Strength Coefficients Strength Material MN/DOT Specifications Coefficient Plant-Mix Surface 2341, 2361 .45 Plant-Mix Surface 2331 .40 Plant-Mix Binder 2331 .40 Plant-Mix Base 2331 .40 Road-Mix Surface 2321 .30 Road-Mix Base 2321 .30 Bituminous Treat. Base (Rich) 2204 .30 Bituminous Treat. Base (Lean) 2204 .25 Aggregate Base (C1. 5 , C1.6) 3138 .20 Aggregate Base (C1.3 , C1.4) 3138 . 15 Existing Bituminous Surface .30* Other Materials * Approval of City Engineer required Pavement Design Report The report shall include the following minimum information. Design monograph showing the line connecting DTN-SN o Map showing location of each different pavement section and showing soil type • Design calculations for each pavement section • Discussion of any unusual design or construction problems or requirements Construction All work shall conform to City of Shakopee Standards and Spec if ica t ions . Prior to placing any layer of the pavement section upon the subgrade or any previously placed layer of the pavement section, compaction tests shall be taken and approved by the City Engineer. The tests shall be certified and signed by the Geotechnical Engineer. Testing shall include but not be limited to: 1. Trenches for water, sanitary, storm, telephone , gas , electric. 2 . Around manholes , valve boxes , inlets Field compaction of the subbase shall be as specified in Subgrade Support above. If the specified compaction cannot be obtained, the R-value shall be adjusted accordingly and a new pavement section shall be determined. Compaction tests shall be taken within 24 hours prior to placing the next layer in the pavement section. The Geotechnical Engineer shall take sufficient compaction tests to assure himself that the street is ready for gravel or paving as the case may be and shall so certify on his compaction report. STANDARD ?0 — 6 50 -- — 10 5 40 — 9 30 — 9 5000 crr 20 4 c 7 1000 0 0 500 An 0 10 6 >° z o 0 100 0 3 n 5 0 —� 50 r� a u� U 0 Q I o ; a IV in cr 4 ; rn m Q.s 5 z U U) w cn cn 1 2 I 2 i 1 I DESIGN SERVICEABILITY= 2.5 20 Year Design Life Arterial Commercial and Industrial i "11iON C17Y Of SHAKOPE E PAVEMENT DESIGN NOMOGRAPH C�f� STANDARD 70 _ 50 - -- 10 5 40 9 30 -- - H 5000 4 20 -- v ? z 1000 c 10 0 500 o -- 6 cn _ 3 m $ 100 E - 5 1 50 z o n ° � w CA. QQ u 4 0 > °' 10 1 ° win in m 3 N 2 U 1 N 1 ' 2 1 DESIGN SERVICEABILITY = 2.0 20 Year Design Life Local and Collector Streets Residential Only r--- •�r�uoN C MY O F S HAKOP E E -All PAVEMENT DESIGN NOMOGRAPH rpmo.ep A. ' � r �--- MICKIO •. S-T- 50 Group Ind4.(GI)•(F-35)[0.2-0.005(LL-40)]10.01(F-15NPI-10) N where F-%Wving No. 200 sieve, LL°LiQvid Limit, and 20 N PI'Mosticity Index. Q WAen working with A-2-6 and A-2-7 wbgroups the Porfkol Croup Ind..(PGI)it determined from the PI only. ) 1 <D WAen the aoesbined NOW Group Indices are negative, 3o N the Group Ind..sh-ld be reposed os xero. Q 40 40 LLJ PLASTICITY INDEX P I Z 30 50 N 0 10 20 30 40 SO 60 70 10 ��°° o 60 o o Z so ti y 20 P� (n - Q n a 7 Sab r J 4 100 r fp�O z r o W �0 yo W o 50 A-5 10 0- Ip a e J 4 + 90 b 30 A-4 6 p 100 Exanpbe: Then: I ` suing No.200 sieve R°I-8.9 for LL LL'38 PGI-7.4 for PI Liquid limit and plasticity index P1-21 GrTi- ranges for A-4, A-5, A-6, and A-7 subgrade a groups. ° Group index charts. Liassification of Highway Subgrade Materials(with Suggested Subgroups) General Granular materials Silt-clay materials classification (35%or less passing No.200) (More than 35%passing No.2001 A-7 A-1 A-2 Group A-7-5 classification A-1-a A-1-b A-3 A-2-4 A-2.5 A-2-6 A-2-7 TA-5 A� A-7.6 Sieve analysis, percent passing:No.10 50 max. _ — — No.40 30 max. 50 max. 51 min. — No.200 15 max. 25 max. 10 max. 35 max. 35 max. 35 max. 35 max. 36 min. 36 min. 36 min. 36 min. Characteristics of fraction passing No.40: Liquid limit — ]mex. ;J;L in. 40 max. 41 min. 40 max. 41 min. Plasticity index 6 max. NP in. t0 max• 10 max. 11 min. 11 min.' Usual types of sig- Sil ils Clayey soils nificant constit- Stone fragments, Fine Silty or clayey gravel and sand ty so uent materials gravel and sand sand General rating as Excellent to good Fair to poor su bgrade *plasticity Index of A-7.5 subgroup is equal to or less than LL minus 30.Plasticity Index of A-7-6 subgroup is greater than LL minus 30. 24. CALIFORNIA BEARING RATIO - CBR111 3 4 5 6 7 8 9 10 15 20 25 30 40 50 60 70 80 910-100 ASTM SOIL Ci.ASSIFICATION SYSTEM 121 p (Unified Classification) GC GM SM SW SP SC I H ML OL AASHO SOIL CLA;:SIFICATION(3) i -I-a ' -- A- - - - A-6 -5 A-7-6 FEDERAL AVIATION ADMINISTRATION SOIL CLASSIFICATION(4) -9 12 1 RESISTANCE VALUE — R(S) 20 30 40 50 5S 60 MODULUS OF SUBGRADE REACTION-k psi per in l61 110 150 200 250 300 400 500 600 700 8 0 'BEARING VALUE , psi171 (30 in.di ameter plate . O.Fin.deflection ) 10 20 30 40 SO 60 70 ::I J I i CALIFORNIA BEARING RATIO - CB R 2 3 4 5 6 7 8 9 10 15 20 25 30 40 50 60 70 80 90 1)0 t (1)For the basic idea,see 0.J.Porter.••Foundations for Flexible Pavements,"Highway Research Board PrucrrdinKS of the Twrnfv sccund Annual Meennif, 1942,Vol.22,pages 100-136. 121"Characteristics of Sod Groups Pertaining so Roads and Airfields,•Appendix B. The Unified Soil Classification.System.US.Army Corps of En91nee s, Technical Memorandum 3-357,1953.131"Classihcaoon of Highway Subgrade Materials,••Highway Research Board Proceedings of the Twrnly/ifrh Annual Mec•nn�,1945.Vol.15,pays 3)6392. M Airport Paring,US.Department of Commerce,Federal Aviation Agency,May 1948,paps 1116.Estimated using values given in FAA Urugn Manual for Airport Pavements. (5)F. N. Hveem, •'A New Approach for Pavement Design,"Engineering News-Record,Vol. 141,No. 2, July 8, 1948.pages 134-139. R is factor used in California Stabilomater Method of Design. l61 See T A. Middlebrooks and G. E. Bertram. "Soil Tests for Design of Runvvsy Pavements,"Highway Research Board Proceedings of the Twenty second Annual Mceling,1942.Vol.22,page 152.k is factor used in Westar9aard•s analysis for design of concrete pavement. 7)Sea its-161,papa 184. Approximate interrelationships of soil classifications and bearing values. 23. C I T Y 0 F S H A K O P E E M I N N E S O T A 1 9 7 9 G E N E R A L S P E C I F I C A T I O N S C O N T E N T S GS= ARTICLE ARTICLE PAGE NO. NO. 1 - 2 INSTRUCTIONS TO BIDDERS 3 - 22 GENERAL SPECIFICATIONS 3 - 4 1. DEFINITIONS 4 - 5 2. PROPOSAL FORM 5 3. PLANS AND SPECIFICATIONS 5 4. EXAMINATION OF PLANS & SPECIFICATIONS 6 5. INTERPRETATION AND CHANGE ORDERS 6 - 7 6. MATERIALS 7 - 8 7. FORCE ACCOUNT WORK 8 S. ESTIMATE OF QUANTITIES 8 9. OTHER CONTRACTS 8 - 9 10. DELAYS AND EXTENSION OF TIME 9 11. FAILURE TO COMPLETE WORK ON TIME 10 12. ABANDONMENT OF THE WORK 10 - 11 13. MONTHLY ESTIMATES 11 14. SUPERVISION 11 - 12 15. CONTRACTOR'S RESPONSIBILITIES 12 - 13 16. PROTECTION OF THE WORK 13 17. DAMAGE TO EXISTING IMPROVEMENTS 13 - 15 18. PROTECTION AND RESTORATION OF PROPERTY 19. PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS & 15 RIGHTS-OF-WAY 15 20. WORK IN STORMS 16 21. USE OF EXPLOSIVES 16 22. NOISE ELIMINATION 16 23. WATER 16 24. SANITARY PROVISIONS 16 25. FOSSILS 16 26. RIGHT TO USE IMPROVEMENT 17 27. MONUMENTS AND STAKES 17 - 18 28. INSPECTION 18 29. ROYALTIES AND PATENTS 18 30. ASSIGNMENT OF CONTRACT 18 - 19 31. FORFEITURE OF CONTRACT 19 32. INJUNCTIONS 19 - 20 33. DISPUTES AND LITIGATIONS 20 34. PERFORMANCE AND GUARANTY BOND 20 - 21 35. CONTRACTORS INSURANCE 21 36. LABOR 37. DISCRIMINATION ON ACCOUNT OF RACE, CREED, OR 21 - 22 COLOR PROHIBITED IN CONTRACT 22 38. AIR AND WATER POLLUTION 22 39. GUARANTEE 23 40. DRILLING TEST HOLES 23 41. EXAMINATION OF BIDS MINNESOTA STATE WITHHOLDING TAX CERTIFICATION FORM 24 290.92 25 CERTIFICATE OF COMPLIANCE WITH M.S.A. 26 CONTRACTOR'S CERTIFICATION INSTRUCTIONS TO BIDDERS CITY OF SHAKOPEE, MINNESOTA 1. DATE OF RECEIVING BIDS Sealed bids will be received by the City of Shakopee, Minnesota, office, oo the date and hour as specified in the Invitation for Bids , of the City Engineer, 129 East First Avenue, Shakopee, Minnesota 55379 Bids received after the time specified shall be returned unopened . 2. EXAMINATION OF PLANS SPECIFICATIONS AND SITE Plans and Specifications are on file in the Office of the City Engineer , 129 East First Avenue. Additional information may be obtained from that office. Bidders must familiarize themselves with all ordinances and statutes per- taining to public improvements, and examine and determine for themselves the location and nature of the proposed work, and the amount and character of the labor and materials required therefor , and the difficulties which may be encountered. 3. DELIVERY OF PROPOSAL Bids shall be submitted upon the Proposal Form which is bound into the Specifications. The Specifications, Proposal Form, and Agreement are in one volume and this shall be submitted intact, in a sealed envelope plainly marked as to Title of Project and date of bid opening. Each proposal must contain the full name or names and post office address of the bidder or bidders, and any person signing any proposal as agent of another, or of a firm, must furnish legal evidence of his authority to do so. More than one proposal from an individual, firm, partnership or corporation under the same or different names will not proposal considered. for the same h y will cause bidder is interested in more than one p p llusion between the bidders will be con- rejection of all such proposals. Co all bids so affected . A party sidered sufficient cause for the rejection of who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a direct bid on his own behalf. Failure on the part of any bidder to carry out previous contracts satis- factorily, or his lack of experience or equipment necessary for the satis- factory completion of the project may be deemed sufficient cause for the disqualification. Unless otherwise specifically provided in the specifications for the improve- ment, bids must be made upon each and every item shown on the blank Proposal Form. Telegraphic bids will not be considered. Modifications to bids already sub- mitted will be allowed if received prior to the time specified insthe "Invi- tation for Bids". Modifications shall be submitted as such, and reveal the total amount of either the original or revised bids. GS- 1 INSTRUCTIONS TO BIDDERS (Continued) 3. DELIVERY OF PROPOSAL (Continued) Whenever alternate bids are called for, specifying the use of several dif- ferent classes of material or types of improvement for the same work, all bidders are requested to submit prices for use of each of the several classes of material or types of improvement as specified. The material to be used or the type of improvement to be adopted will be selected by the City Council after the proposals have been opened and read. 4. ADDENDA Any explanation regarding the meaning or interpretation of contract drawings, specifications, or other contract documents must be requested in writing, with sufficient allowance of time for receipt of reply before the time speci- fied for opening bids. Any such explanations or interpretations shall be made in the form of addenda to the documents and shall be furnished to all bidders, who shall submit all addenda with their bids. Oral explanations and interpretations made prior to the bid opening shall not be binding. 5. CAPITAL AND EQUIPMENT Bidders must present satisfactory evidence that they are familiar with the class of work specified, and that they have the necessary men, capital, tools, machinery and other equipment necessary to conduct the work and complete the improvement within the time specified in the Special Provisions in a good and workmanlike manner and to the satisfaction of the City Engineer and the City Council of the City of Shakopee, Minnesota. 6. PROPOSAL GUARANTY Each proposal shall be accompanied by a money order, certified check or bid bond payable to the order of the City Treasurer of the City of Shakopee in an amount not less than five per cent (5%) of the total amount of the bid. No proposal will be considered unless accompanied by such deposit. In case alternate bids are called for, providing for the use of several dif- ferent classes of material or types of improvement for the same work, one deposit in the amount of five per cent (5%) of the total amount of the high- est bid will be sufficient for all proposals. As soon as a contract is awarded, all deposits shall be returned to the bid- ders, except that of the successful bidder, which shall be retained until the contract has been signed and the bonds of the Contractor have been filed, approved, and accepted which shall be within ten (10) days of notice of award of the contract. If the successful bidder shall fail to enter into such contract in accordance with his accepted proposal or shall fail to furnish the required bond within ten (10) days from notice of award, his deposit shall be forfeited to the City of Shakopee as liquidated damages. The next best proposal shall then be considered the successful bid, and, at the discretion of the City Council, the contract may be awarded to the bid- der submitting that proposal. GS - 2 GENERAL SPECIFICATIONS 1. DEFINITIONS When used in these Specifications and Contract, the following terms (or if pronouns in place of them are used) shall be interpreted as to intent and meaning as follows: a) BIDDER: Any individual, firm, or corporation submitting a proposal for the work. b) CONTRACT: The agreement covering the performance of the work, and the furnishing of materials in the construction of the project. The Contract shall include the Agreement, Accepted Proposal, Plans, Specifications, and Special Provisions, also, any and all supplemental agreements which reasonably may be required to complete the con- struction of the work in an acceptable manner. C) CONTRACT The approved form furnished by the Contractor and his BOND: Surety or Sureties as a guaranty on the part of the Con- tractor to execute the work in accordance with the terms of the Contract. d) CONTRACTOR: The individual, firm or corporation with whom the City contracts. e) ENGINEER: The City Engineer of the City of Shakopee. f) INSPECTOR: An authorized representative of the Engineer, assigned to make any or all necessary inspections of the work performed and the materials furnished by the Contractor. g) LABORATORY: The testing laboratory which may be approved by the Engineer to inspect and determine the suitability of materials . h) PLANS: All approved drawings or reproductions of drawings per- taining to the construction of the work and appurtenances. i) PROPOSAL: The written proposal of the Bidder on the form furnished for the work contemplated. j) PROPOSAL The approved prepared form on which the Bidder submits FORM: the proposal for the work contemplated. k) PROPOSAL The security furnished by the Bidder as a guarantee of GUARANTY: good faith to enter into a contract with the City of Shakopee if the work is awarded to him. 1) SPECIFICATIONS: The directions, provisions and requirements contained herein, together with all written agreements made or to be made, pertaining to the method and manner of perform- ing the work, or to the quantities and qualities of materials to be furnished under the Contract. GS - 3 GENERAL SPECIFICATIONS 1. DEFINITIONS (Continued) m) SUBCONTRACTOR: The individual, firm or corporation undertaking the execution of a part of the work under the terms of the contract by virtue of an agreement between himself and the contractor, subject to the approval of the City Council, but does not include one who furnishes material only. n) SURETY: The individual or corporate body which is bound with and for the Contractor for the acceptable performance of the Contract and for his payment of all obligations pertain- ing to the work. o) WORK: The term "Work" of the Contractor includes all labor, materials, use of equipment and other incidentals neces- sary for the completion of the projects as specified . P) WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or to a mem'er of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by reg- istered mail to the last business address known to him who gives the notice. 2. PROPOSAL FORM All proposals must be made in ink upon the blank form of proposal included . in the Specifications and should give price for each item and aggregate amount for the work, and must be signed and acknowledged by the bidder, in accordance with the directions in the form of the proposal. In order to in- sure consideration, the proposal shall be enclosed in a sealed envelope addressed to the City Clerk and clearly marked as to the time and date of bid opening and the nature of the project. The legal status of the bidder must be stated in the proposal. A corporation bidder must name the state in which its articles of incorporation are held . A partnership must give the full names and addresses of all partners. When a firm submits a proposal, the individual names of all its members shall be written out and shall be signed in full; but the signers may, if they choose describe themselves in addition, as doing business under a firm name and style. In case a corporation submits a proposal, the proposal must be signed in the name of, and under the seal of, the corporation by a duly authorized officer or agent of the corporation and his address given. Such officer or agent must present legal evidence that he has a lawful authority to sign said pro- posal. In the event that any corporation organized and doing business under the laws of a foreign state is the successful bidder, such corporation shall present evidence that it is authorized to do business in the State of Minnesota before the Contract is executed. After bidders have submitted proposals, they shall not withdraw or cancel such proposal and all sums deposited with such proposal may be held by the City until all of such proposals submitted have been canvassed, a contract awarded and executed, and the required bonds and insurance furnished and approved . GS - 4 GENERAL SPECIFICATIONS 2. PROPOSAL FORM (Continued) The acceptance of the proposal will be a notice in writing g signed acceptance by a d uthe authorized representative of tire- City of Shakopee, proposal shall bind the successful bidder to execute the Contract within ten (10) days and to be responsible for liquidated damages as provided for execu- tion of Contract and damages for failure to execute. The rights and obliga- tions provided for in the Contract shall become effective upon the parties only with its formal execution by the City of Shakopee. The City reserves the right to reject any or all proposals or to accept the proposal deemed in the best interest of the City. Without limiting the gen- erality of the foregoing, any proposal which is incomplete, obscure, or irregular may be rejected ; any proposal having erasures or corrections in the price sheets may be rejected ; any proposal which omits a bid on any one or more items in the price sheet may be rejected; any proposal in which unit prices are obviously unbalanced may be rejected ; any proposal accompanied by an insufficient or irregular bid bond may be rejected. 3. PLANS AND SPECIFICATIONS The Plans for this improvement and the Specifications accompanying them shall be considered as a whole, and anything shown or called for in one and omitted in the other is as binding as if called for or shown by both. Figure dimen- sions shall in all cases be used in preference to scale dimensions. Any work not herein specified which may be fairly implied as included in this improve- ment shall be done by the Coatractor without extra pay. Special provisions and detail plans are intended to modify and shall take precedence over the standard plans and standard specifications. In case of conflict between plans and specifications, the specifications shall govern. All work liance withlthedlawsaofothen State toft Minnesota iand lthe ordinances and in comp of the City of Shakopee so far as applicable. 4. EXAMINATION OF PLANS AND SPECIFICATIONS Before submitting ad Contractors must a examine the and s p ecicatiosandjudge forthemselvesthedifficultieswhichmayarise on the site of the work. After the time set for opening of the bids, no bidder may, without the consent of the City, withdraw his proposal or claim extra compensation or damages for any error or omission made by said bidder in preparing his proposal. In the event of discrepancies between the prices quoted in the proposal, in unit prices and the extensions thereof, the unit prices shall control. The prices are to include the furnishing of all materials, plants, equipment, tools, and all other facilities and the performing of all labor and services necessary or proper for the completion of the work, except such as may be otherwise expressly provided in the Contract documents. GS - 5 GENERAL SPECIFICATIONS 5. INTERPRETATIONS AND CHANGE ORDERS No oral interpretation shall be made to any bidder as to the meaning of any of the Contract documents, or to modify any of the provisions of the Contract docu- ments. Every request for an interpretation shall be made in writing and address- ed and forwarded to the Engineer. The City will not be responsible for any other explanation or interpretation of the Plans and Specifications. If unforeseen conditions require a change in the dimensions of a structure, loca- tion of underground pipes, or major variations of a similar nature from the orig- inal plans, necessitating exceeding the reasonable limits defined below, or being of the nature of a substantial departure from the original Plans, such worit shall be covered by a change order. The change order is to set forth in complete detail the nature of the change and reasons therefor. The compensation to be paid the Contractor and whether it is an addition or a reduction with respect to the original contract costs is also to be covered in detail. Should additional or supplemental drawings be required, they will be furnished by the Engineer. 6. MATERIALS Unless otherwise specified all materials shall be new, and both workmanship and material shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials or tools used by him. The source of supply of the materials to be used shall be approved by the Engineer before delivery is started. The approval of the source of any material wilt stand only so long as the material itself conforms to the specifications. Only materials conforming to the requirements of these specifications shall be used in the work. The source of any material shall not be changed at any time without the written approval of the Engineer. The Contractor may be required at any time to furnish a complete statement of the origin, composition and manu- facturer of any or all materials required in the work, or to submit samples of the same. Materials shall be stored so as to insure the preservation of their quality and fitness for the work and such materials, even though approved before storage, shall be subject to test and must meet the requirements of these specifications at the time it is proposed to use them in the work. Materials shall be stored in a manner that will facilitate inspection. The portion of the right-of-way not required for public travel may, with the consent of the Engineer, be used for storage purposes, and for the placing of the Contractor's plant and equipment; but any additional space required, unless otherwise stipulated, shall be provided by the Contractor at his expense. All materials, supplies, and articles furnished shall, whenever so specified and otherwise wherever practicable, be the standard stock products of recognized reputable manufacturers. From the commencement of the work until the completion of the same, the Contractor shall be solely responsible for the care of the work covered by this Contract and for the materials delivered at the site intended to be used in the work and all injury or damage to the same from whatever cause, shall be made good at his GS - 6 GENERAL SPECIFICATIONS 6. MATERIALS (Cont.) expense before the final estimate is made. He shall provide suitable means of protection for and shall protect all materials intended to be used in the work and all work in progress as well as completed work. He shall take all necessary precautions to prevent injury or damage to the work in progress of construction by flood, freezing or from inclemencies of the weather at any and all times and only approved methods shall be used for this purpose. All materials not conforming to the requirements of these specifications shall be considered as defective and all such materials, whether in place or not, will be rejected and shall be removed immediately from the right-of-way, unless other- wise permitted. No material which has been rejected - the defects on which have been corrected or removed - shall be used until approval has been given. If the Contractor does not remove such condemned work and material within a reasonable time fixed by written notice, the City may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten days thereafter, the City may, upon ten days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the Contractor. The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to conform to the Contract, whether incorporated in the work or not and the Contractor shall promptly replace and re-execute his own work in accordance with the Contract Documents without expense to the City and shall bear the expense of making good all work of the other contractors destroyed or damaged by such removal or replacement. When tests of materials are necessary, such tests shall be made by and at the expense of the City unless otherwise provided. The Contractor shall afford such facilities as the Engineer may require for collecting and forwarding samples, and shall not use the materials represented by the samples until tests have been made and the materials have been found to satisfy the requirements of these specifications. The Contractor in all cases shall furnish the required samples without charge. 7. FORCE ACCOUNT WORK If the Engineer orders, in writing, the performance of any work not covered by the Plans or included in the Specifications, and for which no item in the Contract is provided, and for which no unit price or lump sum basis can be agreed upon, then such extra work shall be done on a Cost-Plus-Percentage basis of payment as follows: (a) The Contractor shall be reimbursed for all costs incurred in doing the work and shall receive an additional payment of 5% of all such cost to cover his indirect overhead costs, plus 10% of all cost, including indirect overhead, as his fee. (b) The term "Cost" shall cover all payroll charges for men employed and super- vision required under the specific order, together with all Workmen's Com- pensation, Social Security, pension and retirement allowance and social insurance, or other regular payroll charges on same; the cost of all mater- ial and supplies required of either temporary or permanent character ; GS - 7 GENERAL SPECIFICATIONS 7. FORCE ACCOUNT WORK (Continued) rental of all power-driven equipment at agreed-upon rates, together with cost of fuel and supply charges on same; and any other costs incur- red by the Contractor as a direct result of executing the order, if approved by the Engineer. (c) The cost of the work done each day shall be submitted to the Engineer in a satisfactory form on the succeeding day, and shall be approved by him or adjusted at once. (d) Monthly payments of all charges for Force Account Work in any one month shall be made in full on or before the 15th of the succeeding month. These payments shall include the full amount of fee earned on the cost of the work done. Claims for extra work not ordered in writing by the Engineer will not be allowed. 8. ESTIMATE OF QUANTITIES The schedule of quantities, although stated with as much accuracy as is possible in advance, is approximate only and is assumed solely for the pur- pose of comparing bids. The quantities on which payments will be made to the Contractor are to be determined by measurements of the work actually performed by the Contractor as specified in said contract. The City reserves the right to increase or decrease, within reasonable limits, any of the quantities shown. The term "reasonable limits" shall mean a twenty (20) per cent increase or decrease in the quantities on any one con- tract item. In the event the actual quantities differ more than the reason- able limits an equitable revision of the unit price shall be made when requested by either the City or the Contractor. This twenty (20) per cent limit does not apply to items specifically excluded or listed as optional by the City, nor to minor Contract items . 9. OTHER CONTRACTS The City may award other Contracts for additional work and the Contractor shall cooperate fully with such other Contractors and adjust his work to that provided under other contracts as may be directed by the Engineer. 10. DELAYS AND EXTENSION OF TIME The Contractor herewith specifically waives claims for damages for any hindrance or delay. He will, in lieu thereof, be granted extensions of time for which liquidated damages will not be claimed by the City for the following causes. A delay caused the Contractor by any suit or other legal action against the City will entitle the Contractor to an equivalent exten- sion of time unless the period of such delay exceeds ninety (90) days. When such period is exceeded the City will, upon request by the Contractor in writing, either terminate the Contract or grant a further extension of time, whichever as may at that time appear most desirable to both parties. GS- 8 GENERAL SPECIFICATIONS 10. DELAYS AND EXTENSION OF TIME (Continued) If the Contractor be delayed at any time in the progress of the work by any act or neglect of the City or the Engineer or any employee of either, or by any other Contractor employed by the City, or by strike, fire, unusual delay in transportation, unavoidable casualties or other causes beyond the Con- tractor's control, or by any cause which, in the opinion of the Engineer, shall justify the delay then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. Shutdowns due to improper work, or otherwise due to the Contractor's opera- tion, are not cause for extension of time. If the volume of the specified work, measured in dollars, is increased over the total value shown in the Contractor's proposal at the time the award of Contract is made, the Contractor will be granted an extension proportionately equal to the increase in total value. Should unforeseen conditions require the performance under an Extra Work Order or work more complex or difficult than that originally specified and shown on the Plans, and such work, in the Contractor's opinion, requires more time to execute than the proportional increase in dollar value, the Contractor shall state to the Engineer, in writing, prior to the performance of such work, his estimate of the added time required for such work. The City will, if such estimate be reasonable, allow an added extension of time greater than the time required by the proportional increase in the dollar value of the work. 11. FAILURE TO COMPLETE WORK ON TIME Should the Contractor fail to complete the work on or before the original date set forth for completion in the Contract, or on or before the corrected date as granted by extensions of time for completion, the City may permit the Contractor to proceed and in such case there shall be deducted from any monies due or that may become due the Contractor a sum as specified in the Special Provisions for each and every calendar day, exclusive of Sundays and Holidays, that the work shall remain uncompleted . This sum shall be considered and treated, not as a penalty, but as the cost of field and office engineering, inspection and liquidated damages . Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time of completion may have been extended, shall in no way operate as a waiver on the part of the City of any of its rights under the Contract. Neither by the taking over of the work by the City, nor by the termination of the Contract, shall the City forfeit the right to recover liquidated damages from the Contractor or his surety for failure to complete the Contract. If the Contractor should neglect to prosecute the work properly, or fail to perform any provisions of the Contract, the City, after three days ' written notice to the Contractor, may without prejudice to any other remedy the City may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided , however, that the Engineer shall approve both such action, and the amount charged to the Contractor. GS - 9 GENERAL SPECIFICATIONS 12. ABANDONMENT OF THE WORK If the Contractor abandons the work for any cause other than failures of the City to make monthly progress payments or refuses to comply with the provisions of the Plans and Specifications, the City has the right to notify the Con- tractor's surety and require said surety to complete the work in accordance with the aforesaid Plans and Specifications. In the event no liens or claims have been filed and the City fails to make progress payments, the Contractor may then, at his option, cease operations until payments are resumed by notifying the City of his intentions to cease operations for this cause. Should the Contractor abandon the work, fail or refuse to complete the work embraced in this Contract , or fail to pay just claims for labor and materials, the City reserves the right to charge against the Contractor all extra legal, engineering or other costs caused by suet abandonment, failure or refusal. The legal costs will also include the City's cost of prosecuting or defending any suits in connection with such abandonment, failure or refusal and nonpay- ment of claims wherein the City is made co-defendant and the Contractor agrees to pay all such costs, including reasonable attorney fees. 13. MONTHLY ESTIMATES Estimates will be prepared by the Engineer on or about the fifth day of the month for all work completed to the end of the preceding month. Progress pay- ments will be made on or before the 15th day of the month in cash or equivalent . In making such partial payments, subject to the exceptions hereinafter descibed, the City will retain 10 per cent of the total amount earned as indicated in said partial estimate until the project is substantially completed. The re- tainages and payments are to be in accordance with Minnesota State Law "H.F. No. 808 Chapter No. 278". Progress estimates will be prepared as accurately s the available informa- tion will permit but the o y lable informa my estimate that is binding will be the semi-final estimate. Before the semi-final estimate is prepared all quantities will be reviewed and rechecked. Monthly estimates may include the value of acceptable materials required in the construction, which have been delivered on the site of the work or adja- cent railway siding, and for which acceptable provisions have been made for preservation and storage. Such material when so paid for by the City shall become the property of the City, and in the event of the default on the part of the Contractor, the City may use or cause to be used such materials in construction of the work provided for in the Contract. The amount paid by the City for materials on hand shall reduce as the material is used in the work. If no claims or liens have been filed, the retained percentage will be paid within 90 days after the final estimate. Should any liens or claims be filed, an amount at least equal to the amount of the lien, or claim, will be held until a satisfactory agreement is reached between the City, the Contractor, and the Contractor's surety. GS - 10 GENERAL SPECIFICATIONS 13. MONTHLY ESTIMATES (Continued) The City may withhold from payment to the Contractor on any estimate, in add- ition to retained percentages, such an amount or amounts as may be necessary to cover: (a) Defective work not remedied and work not completed. (b) Claims for labor or materials furnished the Contractor or subcontractor, or reasonable evidence indicating probable filing of such claims, (c) Failure of the Contractor to make payments properly to subcontractors or for material or labor furnished by others. (d) A reasonable doubt that the Contract can be completed for the balance then unpaid. (e) Evidence of damage to another Contractor or private property. The City may disburse and shall have the right to act as agent for the Con- tractor in disbursing such funds as have been withheld pursuant to this para- graph to the party or parties who are entitled to payment therefrom but the City assumes no obligation to make such disbursement . The City will render to the Contractor a proper accounting of all such funds disbursed. Before payment on the final estimate will be made by the City, the Contractor shall file with the City Clerk a notarized certificate to the effect that all labor, material, and other costs have been paid in full and a notarized state- ment to the effect that all Minnesota State Withholding taxes have been paid. Standard forms for these two statements are shown at the end of the General Specifications. 14. SUPERVISION This improvement is to be made and completed under the direction of the City Engineer, and all material used and the method of performing the work shall at all times , be subject to his review. He shall have authority to decide questions which arise as to quality and acceptability of materials furnished and work performed. 15. CONTRACTOR'S RESPONSIBILITIES The Contractor shall furnish all necessary machinery, tools, labor and mat- erial required, and shall fully complete the work in accordance with the plans, specifications and detail drawings for the prices bid. The entire work to be performed under the Contract for this improvement is to be at the Contractor's risk, and he is to assume the responsibility for all damages to the work or to contiguous property. The Contractor shall have charge of and be responsible for the entire improvement until its completion and acceptance. It shall be his reponsibility to maintain all stages of work in a safe and suitable condition at all times, including nights , weekends, and holidays. The Contractor shall make observations of his work during such periods as are necessary to insure proper care of the work. He .shall be liable for any defects which may appear or be discovered on his work prior to the termina- tion of the guarantee period. GS - 11 GENERAL SPECIFICATIONS 15. CONTRACTOR'S RESPONSIBILITIES (Continued) The Contractor shall designate one person who shall have charge of the job and to whom the inspector shall give directions. If any person employed on the work shall refuse or neglect to obey the directions of the City Engineer, or his duly authorized representative, in anything relating to the work, or shall appear to be incompetent, disorderly or unfaithful, he shall, upon the request of the City Engineer, not be employed upon any part of the work in the City. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equip- ment, and all hazards shall be guarded in accordance with the safety provi- sions of the Manual of Accident Prevention in Construction, published by the Associated General Contractors of America, to the extent that such pro- visions are not in contravention of applicable laws. 16. PROTECTION OF THE WORK The Contractor shall furnish, erect and maintain good and sufficient lighted barricades at all approaches to the work and as necessary to protect the work and the public. He shall protect all portions of the improvements from damage or defacement, and shall keep all traffic and extraneous loads off from the several parts of the improvement for the periods of time herein specified or as required by the City Engineer. Where the work is carried on in, or adjacent to, any street, alley or public place, the Contractor shall at his own expense furnish and erect such barri- cades, fences, lights and danger signals and shall provide such watchmen and shall take such other precautionary measures for the protection of persons and property, and of the work, as are necessary. Excavations in or adjacent to public streets or alleys in which water stands more than one (1) foot deep shall be securely barricaded with snow fence so as to prevent access by small children at all times work is not being carried on at the site of excavation. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise, the Contractor shall furnish and maintain at least two (2) lights at each barricade. A sufficient number of barri- cades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in suffi- cient numbers to protect the work. When a detour is necessary because a street is blocked by the work the Engineer shall designate its route and the Contractor shall furnish and post detour signs of type the sizes as required by the City, at places designated by the Engineer. When existing sewers have to be taken up and removed, the Contractor shall at his own cost and expense provide and maintain temporary outlets and connections GS - 12 GENERAL SPECIFICATIONS 16. PROTECTION OF THE WORK (Cont.) for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers; and for this purpose he shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or diversions. The Contractor at his own expense shall construct such troughs, pipes, or other necessary structures, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such time as the permanent connections are built and in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except where specified or ordered to be abandoned by the Engineer. All water or sewage shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. At all shaft sites and on all open cut work, the Contractor shall provide and maintain free access to fire hydrants, water and gas valves, manholes and similar facilities. Gutters and waterways shall be kept open or other satisfactory pro- visions made for the removal of storm water. The Contractor shall provide at his own cost and expense all methods for adequate- ly draining the work and shall assume full responsibility and liability for damage to any persons or property resulting from such damage. No separate com- pensation will be paid for sub-drains, or other methods of draining, but the cost thereof shall be merged with such contract pay items as are provided in the pro- posal and Contract. No trees shall be cut except upon the written permission of the Engineer. Trees adjacent to the work shall be protected from all damage by the construction operations. 17. DAMAGE TO EXISTING IMPROVEMENTS All damage done to existing improvements during the progress of this improvement shall be repaired by the Contractor under the direction of the City Engineer. Such repairs shall be made according to the requirements of the Standard Speci- fications of the City for various types of improvements or classes of work required. The Contractor shall be entirely responsible for the protection of all improve- ments that are not designated by the Engineer to be removed for proper construc- tion of the project. 18. PROTECTION AND RESTORATION OF PROPERTY Where the work passes over or through private property, the City will secure right-of-way or easement. The Contractor shall not receive any extra compensa- tion or be entitled to any extras because of delay on the part of the City in obtaining right-of-way or easement. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the Owner. The Contractor shall be responsible for the preservation of, and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, bridges, pave- ments, driveways, sidewalks, etc. ; all water, sewer and gas lines; all conduits; GS - 13 GENERAL SPECIFICATIONS 18. PROTECTION AND RESTORATION OF PROPERTY (Cont.) all overhead pole lines or appurtenances thereof; and all other public or private property along or adjacent to the work. The Contractor shall notify the proper representatives of any public utility, corporation, and company or individual, not less than forty-eight hours in advance of any work which might damage or interfere with the operation on their or his property along or adjacent to the work. The Contractor shall be respon- sible for all damages or injury to property of any character resulting from any act, omission, neglect or misconduct in the manner or method of executing the work, or due to his non-execution of the work, or at any time due to defective work or materials. He shall restore, or have restored at his own cost and expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or he shall make good such damage from injury in a manner acceptable to the City or the Engineer. In case of failure on the part of the Contractor to restore such property or make good such damage or injury, the Engineer may, upon forty-eight hours' written notice under ordinary circumstances and without notice when a nuisance or hazardous condition results, proceed to repair, re- build or otherwise restore such property as may be determined necessary, and the cost thereof will be deducted from any monies due to the Contractor under this Contract and if not so deducted, the Contractor will be obligated to forth- with reimburse the City for the cost thereof. Prior to construction, the Contractor shall obtain field locations or other assistance as may be required to determine the existence and location of gas main and other private utilities as well as public utilities of the City, County, or State which may be underground or overhead within street and highway right- of-way or within easements and which may be interfered with under this Contract. Existing underground, surface, or overhead structures are not necessarily shown on the Plans, and those shown are only approximately correct and no responsibil- ity is assumed by the City or the Engineer for the accuracy of location. The Contractor shall make such investigations as are necessary to determine the ex- tent to which existing structures may interfere with the work contemplated under this Contract. The sizes, locations, and depths of such structures as shown on the Plans and profiles are only approximately correct and the Contractor shall satisfy himself as to the accuracy of the information given. The Contractor shall not claim or be entitled to receive compensation for any damages sustained by reason of the inaccuracy or the omission of any of the information given on the drawings, relative to the surface, overhead, or under- ground structures or by reason of his failure to properly protect and to main- tain such structures. The Contractor is to exercise extreme care in crossing or working adjacent to all utilities and shall be responsible to protect and maintain their operation during the time the work is in progress. The Contractor shall restore, at his own expense, any public structures such as watermains, water connections and appurtenances, sewers, manholes, catch basins and sewer connections which are damaged or injured in any way by his acts. GS- 14 GENERAL SPECIFICATIONS 18. PROTECTION AND RESTORATION OF PROPERTY (Continued) The City shall be indemnified and saved harmless from any suit or expense claim brought for or on account of any damage, maintenance, removal and/or replacement, or relocation of mains, conduits, pipes, poles, wires, cables or other such structures of private utility firms, or corporations, whether underground or overhead, that may be caused or required by the Contractor during the time the work is in progress. However, in cases where the align- ment, as shown on the plans, coincides with the existing location of either an overhead or underground privately owned utility so that, in the opinion of the Engineer, the relocation of said utility is required to complete the installation, the City shall provide for such relocation. 19. PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHTS-OF-WAY For the performance of the Contract, the Contractor will be permitted to occupy such portions of streets or alleys, or other public places, or other rights-of-ways, as shown on the plans, or as permitted by the Engineer. A reasonable amount of tools, materials, and equipment for construction pur- poses may be stored in such space, but not more than is necessary to avoid delays in the constructions. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with spaces that may be desig- nated to be left unobstructed and shall not inconvenience occupants of adjoining property. Other Contractors of the City may, for all purposes, required by their contracts, enter upon the work and premises used by the Contractor, and the Contractor shall give to other contractors of the City all reasonable facilities and assistance for the completion of adjoining work. Any additional ground desired by the Contractor for his use shall be provided by him at his own cost and expense. Where the work encroaches upon any right-of-way of any railway or State or County Highway, the City will secure the necessary easement for the work. Where railway tracks or such highway are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company and Highway Department as to methods of doing the work, or precautions for safety of property and the public. All negotiations with the railway comp- any and Highway Department, except for the easement, shall be made by the Contractor at his expense. The Contractor will not be paid direct compen- sation for such railway or highway crossing unless so provided in the Special Provisions and Proposal. The City may elect to obtain the permit and the Contractor shall be so notified. 20. WORK IN STORMS The Engineer shall have the right to stop work during rain or snow storms and all freshly placed work, unless otherwise protected, shall be protected by canvas or other suitable covering in such a manner as to prevent running water from coming in contact with it. Sufficient covering shall be provided and kept ready for this purpose. The Contractor will not be entitled to extra compensation for work so stopped or delayed by the Engineer. Work shall be done at night only in the case of emergency and only upon the direction of the Engineer. The Engineer has the right to order work to be carried on at night, if in his opinion, it is for the best interest of the City. Work performed after dark shall be adequately illuminated and suit- able and sufficient lighting facilities shall be provided for this work. No extra compensation will be allowed the Contractor for work under this item. GS - 15 GENERAL SPECIFICATIONS 21. USE OF EXPLOSIVES If it is necessary to use explosives in the performance of the work, the Contractor shall take out permits and comply with all the laws, ordinances and regulations governing same. He shall fuly protect all completed works as well as all overhead, surface, or underground structures and shall be liable for any damage done to the work or to other structures on public or private property and injuries sustained by persons by reason of the use of explosives in his operations. Explosives shall be handled, used and fired only by experienced men. All firing shall be done by electricity. All explosive supplies shall be safely stored and protected in an approved manner. All such storage places shall be marked clearly "DANGEROUS - EXPLOSIVES". Caps or other exploders shall not be stored at the place where dynamite or other explosives are stored. 22. NOISE ELIMINATION The Contractor shall eliminate noise to as great an extent as possible at all times. Air compressing plants shall be equipped with silencers and the exhausts of all gasoline motors or other power equipment shall be provided with mufflers in accordance with current government regulations. 23. WATER The Contractor shall make arrangements with the proper government officials and/or private parties for obtaining any water which may be needed. 24. SANITARY PROVISIONS The Contractor shall comply with all laws, rules and regulations of the State, and Local Health Authorities and shall take the necessary precautions to avoid unsanitary conditions. Suitable sanitary conveniences for the use of all persons employed on the work, properly screened from public observations, shall be provided and maintained by the Contractor. 25. FOSSILS if any fossils or treasure or other unusual or valuable geological forma- tions are found in the progress of excavating, such fossils, treasure or samples of geological formations shall be carefully preserved by the Con- tractor who shall convey such items to a State or Federal Agency concerned with their preservation and study. These items shall become the property of said State or Federal Agency. 26. RIGHT TO USE IMPROVEMENT The City shall have the right to open to traffic or public use any portion of this improvement prior to the final completion of the whole work, but the use of any part or portion of this improvement by the City of by the public, or by any person or party, shall not be construed as acceptance of any portion of the work prior to the time of final completion and acceptance of the entire improvement. GS- 16 GENERAL SPECIFICATIONS 27. MONUMENTS AND STAKES The Contractor shall not disturb any monuments or stakes found on the line of this improvement until ordered by the Engineer. The Engineer will furn- ish and set all new monuments or stakes required along the line of this improvement, but the Contractor will be responsible for their protection. In case any monument or stake is disturbed by the Contractor without orders from the Engineer, the Contractor will be charged the cost of the survey and other work required to relocate the same. The Contractor shall give two working days written notticofwhen he requires the services of the Engineer for laying out an portion 28. INSPECTION The Contractor shall not begin the construction of any part of this improve- ment until he shall have notified the Engineer in writing of his intention to do so, stating the time when work is to commence. Such notice shall be at least forty-eight (48) hours prior to the time when actual work is to commence. In the event a Contractor temporarily leaves a job for more, than two consecutive working days he shall submit such notice upon his return to work. The Contractor shall keep the inspector advised as to work schedule. Any work performed at times or places outside of the established work schedule shall be regarded as contrary to and outside of the terms of this Contract and the removedrand replacedowithouteobligation vonm the o c part of the work torn out or City to pay for the same. Whenever an inspector is assigned to a project by the Engineer, it shall lsbe his duty to inspect the construction of the improvement and all used on the improvement to determine if the work is proceeding in accordance with the contract documents. No material of any kind shall be used on any part of this improvement until it has been inspected and approved by the Engineer or the inspector. All rejected materials shall be removed from the line of this improvement by the Contractor within two working days after its rejection. Instructions given by the inspector shall be respected and executed by the Contractor, but no inspector shall have power to waive the obligations of the Contractor to furnish good material or to do good work, as herein speci- fied. Whenever improper materials are being used, or improper work is being done, the inspector shall have the authority to suspend operations until corrective measures are taken. Failure to condemn any inferior material or work at the time of its use of construction shall not be construed as an acceptance of the same, but the Contractor shall upon notice from the Engineer at any time prior to the final acceptance of the improvement immediately tear out, remove and properly reconstruct, at his own cost, any portion of this improvement which the Engineer may decide to be defective and the Contractor will be held wholly responsible for the safety, proper construction and perfection of the entire improvement until the same has been finally accepted and paid for by the City of Shakopee. GS - 17 GENERAL SPECIFICATIONS Z8. INSPECTION (Continued) The Contractor shall furnish, without cost to the City, all samples of material for testing purposes that may be required by the Engineer. The Engineer will make final inspection of all work included in the Contract or any portion thereof, as soon as practicable after written notification by the Con- tractor that such work is nearing completion. If such work is not acceptable to the Engineer at the time of his inspection, he will advise the Contractor in writing as to the particular defects to be remedied before such work can be accepted. If, within a period of ten (10) days after such notification, the Con- tractor has not taken steps to speedily complete the work as directed, the Engineer may without further notice and without in any way impairing the Contract, make such other arrangements as he may deem necessary to have such work completed in a satisfactory manner. The cost of completing such work shall be deducted from any monies due, or which may become due the Contractor on his Contract. 29. ROYALTIES AND PATENTS The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights, and shall save the City harmless for loss on account thereof except such claims of suits arising by reason of patent infringement or unauthorized use of patented processes where such is the direct result of specification requirements, but if the Contractor has information that the process or articles specified is an infringement of patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. 30. ASSIGNMENT OF CONTRACT No portion of the Contract shall be sublet, assigned, or otherwise disposed of except with the written consent of the City Council. Requests for permission to sublet, assign, or otherwise dispose of any portion of the Contract shall be in writing and accompanied by the written consent of the surety. Written con- sent to sublet, assign, or otherwise dispose of any portion of the Contract shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the Contract. All subcontractors shall be regarded as agents of the Contractor and the latter shall be responsible for all work and material furnished and any indebtedness incurred by such agents. 31. FORFEITURE OF CONTRACT If at any time the Engineer is of the opinion that the work is unnecessarily delayed, and will therefore not be finished within the prescribed time, he shall notify the Contractor, in writing, to that effect. If the Contractor does not within five days thereafter take such measures as will, in the judgment of the Engineer, insure the satisfactory completion of the work, the City Council may then notify the said Contractor to discontinue all work under the Contract for this improvement, and the Contractor shall immediately respect such notice and stop work, and cease to have any rights to the possession of the grounds. GS - 18 GENERAL SPECIFICATIONS 31. FORFEITURE OF CONTRACT (Continued) The City Council may thereupon re-let said Contract or employ such forces as they deem advisable to complete the work, and charge the cost of all labor and materials necessary for such completion to the said Contractor, and the amount so charged shall be deducted and paid by the City out of such monies as may be then due, or may afterwards become due, to the said Contractor, under and by viture of the Contract for this improvement. In case such amount so paid by the City is less than the sum which would have been payable to the Contractor if the Contract has been fulfilled by him, then said Contractor shall be entitled to receive the difference, and in case such amount is greater, the said Contractor shall pay to the City the amount of such excess so due. If the Contractor shall assign the Con- tract for this improvement without the written consent above required, or shall abandon the work thereon, or shall neglect or refuse to comply with these specifications and the instructions of the Engineer relative thereto and with the ordinances of the City, the City Council shall have the right to annul and cancel said Contract and to re-let the work, or any part there- of, and such annulment shall not entitle the Contractor to any claim for damages on account thereof, nor shall it affect the right of the City to recover damages which may arise from such failure. In case the City assumes control of the work under the Contract for this improvement for any of the above reasons , the City shall have the right to seize all machinery, tools and materials on hand belonging to the Contractor , and to use the same to complete the work at the Contractor 's expense. 32. INJUNCTIONS If by reason of any court proceedings, instituted by any third party or by the City, affecting, directly or indirectly, the construction or completion of any portion or portions of this improvement, the Contractor or the City of Shakopee shall be unable to construct or complete said portions of the work, and if in consequence thereof it shall, in the discretion of the City Council, be impractical to construct or complete any other portion or portions thereof, the Contractor shall, and does hereby waive any and all claims for damages because of such inability to complete the improvement as planned . The Engineer shall have the right to report such improvement as completed and file his final estimate thereof as provided for in the full completion of other improvements in the City, and the Contractor shall accept in full payment of his work upon said improvement, and as a cancellation of his Contract thereof, a sum of money determined in strict accordance with his proposal for the Contract, on the basis of the work actually completed up to the time of stopping thereof. 33. DISPUTES AND LITIGATION Any questions arising between the Inspector placed upon the work by -the Engineer and the Contractor or his Superintendent or Foreman as to the<<mean- ing and intent of any part of the Plans or Specifications for this improve- ment shall be immediately brought to the attention of the Engineer and will be adjusted by him. GS - 19 GENERAL SPECIFICATIONS 33. DISPUTES AND LITIGATION (Continued) Failure on the part of the Engineer or his representative to discover and condemn or reject bad or inferior work or materials shall not be construed as an acceptance of any such work or material, or the part of the improve- ment in which the same may have been used. To prevent disputes and litigation, it is further agreed by the parties hereto that the Engineer shall determine the volume and quality of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. 34. PERFORMANCE AND GUARANTY BOND The Contractor shall furnish within ten (10) days after notice of acceptance of bid a surety bond in compliance with State statutes in the full amount of the Contract price which shall guarantee the faithful performance of the Contract and the payment of all labor, mechanics, subcontractors and mater- ial. This bond shall be in force until completion of the project and accept- ance by the City, and also the thirty (30) days period following acceptance by the City, during which liens may be filed. The bond shall cover a mini- mum period of one (1) year after acceptance by the City, as respects faulty workmanship and materials. This Performance Bond shall be furnished by a corporate surety company authorized to do business in the State of Minnesota and acceptable to the City subject to the approval of the City Attorney as to form. 35. CONTRACTORS INSURANCE The Contractor shall not commence work under this Contract until all insur- ance required under this article has been obtained and until copies of pol- icies and certificates required by this article are submitted to the Office of the City Clerk, 129 East First Avenue; the Contractor shall not allow any subcontractor to commence work until the insurance has been ob- tained and copies of policies and certificates submitted to the City Clerk. a) Public Liability and Property Damage Insurance The Contractor shall take out and maintain at his own cost and expense during the period from the commencement until final completion of the work under this Contract such public liability and property damage insurance as shall protect the Contractor, any subcontractor performing work covered by the Contract, and the City from claims for damages for personal injury, including accidental death and from claims for property damage which may arise from operations under this Contract, whether such operations be by such Contractor, a subcontractor, or by anyone directly or indirectly employed by either of them, and including claims arising by reason of any injury or damage sustained after the Contractor has completed the work or left the site thereof. The public liability insur- ance shall be in an amount not less than $300,000.00 for injuries, in- cluding accidental death, to any one person, and in the minimum amount of $750,000.00 for injuries, including death, for any one accident or occurrence. The property damage insurance shall be in the minimum amount of $200,000.00. GS - 20 GENERAL SPECIFICATIONS 35. CONTRACTORS INSURANCE (Continued) b) Compensation Insurance Workmen's Compensation Insurance shall be as required by the laws of the State of Minnesota. c) Automobile Insurance Contractors shall secure and maintain during the life of this Contract automobile public liability insurance in the amount of $200,000.00 for bodily injuries, including death, for any one accident or occurrence and automobile property damage insurance in the minimum amount of $100,000.00. Each motor vehicle, including hired vehicles, engaged in operation within the terms of this Contract shall be covered by such automobile insurance. d) Certificates Copies of all policies shall be deposited with the City Clerk and cer- tificates evidencing such insurance shall be filed with the City Clerk. The certificates shall be executed by the insurer and shall expressly stipulate that the polices are non-cancellable until after ten days' notice in writing to the City shall be filed with the City Clerk. Certificates for liability policies must show that the City is one of the parties insured by the respective policies . All insurance policies and certificates shall be submitted prior to the execution of the Con- tract and shall be subject to the approval of the City Attorney. 36. LABOR None but competent labor shall be employed on this work. Wherever mechan- ical work is required, it shall be performed by skilled labor. The foreman or other person directing the work shall be competent, sober and reliable, lxi ,e facility e Engineer enable him to proprl y dischargehis dutes and shallfurnishsuchhelp as maybe necessary to facilitate the inspection of materials . d added compensation for any work performed The Contractor will not be allowe on Saturdays, Sundays, or legal holidays . 37. DISCRIMINATION ON ACCOUNT OF RACE CREED OR COLOR PROHIBITED IN CONTRACT "Every Contract for or on behalf of the State of Minnesota, or any County, City, borough, town, township, school, school district, or any other district or any other district in the State, for materials, supplies, or construction shall contain provisions by which the Contractor agrees : 1) That, in hiring of common or skilled labor for the performance of any work under any contract, or any subcontract her under , ncreedtr ctor, material supplier, or vendor, shall, by reason discriminate against the person or persons who are citizens of the United States who are qualified and available to perform the work to which such employment relates : GS - 21 GENERAL SPECIFICATIONS 37. DISCRIMINATION ON ACCOUNT OF RACE CREED OR COLOR PROHIBITED IN CONTRACT (Cont.) 2) That no contractor, material supplier, or vendor shall, in any manner, discriminate against, or intimidate, or prevent the employment of any such person or persons, or on being hired, prevent, or conspire to pre- vent, any such person or persons from the performance of work under any contract on account of race, creed, or color; 3) Any violation of this section shall be a misdemeanor; and 4) That this contract may be canceled or terminated by the state, county, city, borough, town, school board, or any other person authorized to grant contracts for such employment, and all money due, or to become due hereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this Contract. " (Section 181.59 Minnesota Statutes) 38. AIR AND WATER POLLUTION Wherever a bituminous mixing plant, aggregate crusher or similar operation is to be conducted, the Contractor shall acquaint himself with the state and local conditions and regulations pertaining to air pollution before commencing his operations. The Contractor shall take all necessary precautions and actions to prevent Pollution of both flowing and impounded waters of the State with any parti- culate or liquid matter that may be harmful to fish and wild life or detri- mental to public use of the water. Construction operations, including operations in borrow pits or waste areas and construction of haul roads, shall be scheduled and conducted so as to minimize soil erosion and prevent silting or muddying of public waters. 39. GUARANTEE The Contractor shall be held responsible for any and all defects in work- manship and materials which may be developed in any part of the entire installation furnished by him, and upon written notice by the Engineer shall immediately replace and make good without expense to the City any such faulty part or parts and damage done by reason of same during the guarantee period. Should the Contractor fail to make good the defective parts within a period of thirty (30) days of such notifications, after written notice has been given him, the City may replace these parts, charging the expense of same to the Contractor. GS - 22 GENERAL SPECIFICATIONS 40. DRILLING TEST HOLES Attention is called to Section 7.07 of the City Code of Shakopee, which states, in part, '°It is a misdemeanor for any person, except a City employee acting, within the course and scope of his employment or a contractor acting within the course and scope of a contract with the City, to make any excavation, opening or tunnel in, over, across or upon a street or other public property without first having obtained a written permit from the City Administrator as herein provided. Any person drilling test holes within the area of this project must secure a permit for such test holes from the Office of the City Engineer. The Contractor must also notify all utility companies of his intention to drill so that he will become informed on the location of all underground utilities. A performance bond in the amount of $5,000.00 is required prior to issuance of any such permit. This provision does not apply to work performed as part of the project after the contract is let. 41. EXAMINATION OF BIDS All bids submitted shall be made available for examination by interested parties, immediately following the bid opening. Each interested party is requested to initial each page reviewed, indicating that he has examined the Proposal. All bids will be placed in the custody of the City Engineer until the Contract for the project has been awarded by the City Council. The Engineer will check all bids submitted to verify the total bid on each proposal and will certify that all bids have been checked and corrected (where errors in exten- sion have been made) . The certification will be presented to the City Council when award of Contract is considered. GS - 23 F STATE OF MINNESOTA DEPARTMENT OF TAXATION AFFIDAVIT FOR OBTAINING FINAL SETTLEMENT OF CONTRACT WITH THE STATE OF MINNESOTA AND ANY POLITICAL OR GOVERNMENTAL SUBDIVISION THEREOF Contractor or Minnesota Withholding Tax Subcontractor Ident. No. (seven-digit no.) Address Project or Contract No. and Location Name of State Department or Governmental Subdivision Dates upon which employees.were employed on the project(s) to to to STATEMENT WITH RESPECT TO WITHHOLDING OF INCOME TAXES ON WAGES PAID State of County of (A) I, � (name of signatory party) (title) do hereby state: that I pay or supervise the payment of the persons employed by on the above numbered project; that (Contractor or subcontractor) the wages of all employees employed by the aforesaid (contractor or subcontractor) on said project were subjected to withholding in accordance with the provisions of M.S.A. 290.92 and that all moneys so withheld and all returns required by said section, to date, have been duly deposited or paid and all returns duly filed with the Com- missioner of Taxation. (B) I, � (name of signatory party) (title) a prime contractor on the above described contract, do hereby state that I have obtained certificates of compliance from all of my subcontractors to the effect that all of their employees employed on said project were subjected to withholding in accordance with the provisions of M.S.A. 290.92 and that in accordance with said section, all moneys were withheld and duly deposited or paid and all returns were filed with the Commissioner of Taxation as of the date of such certification. Dated 19 (Contractor or Subcontractor) Subscribed and sworn to before me this day of , 19_ Notary Public, County My Commission expires , 19_ (B) To be completed by prime contractors only. Form 134 GS- 24 CERTIFICATE OF COMPLIANCE WITH M.S.A. 290.92 Upon the facts stated in the above affidavit and upon the facts disclosed in the files and records of the Department of Taxation, I find that the aforesaid con- tractor (subcontractor) has, to date, duly complied with all of the provisions of M.S.A. 290.92 relating to the withholding of income tax on wages at source. Commissioner of Taxation State of Minnesota Dated 19 GS - 25 CONTRACTOR'S CERTIFICATION TO: CITY CLERK CITY OF SHAKOPEE PROJECT NUMBER This is to certify that all material, labor, and other costs for the complete installation of Shakopee Project No. have been paid in full. (Contractor) County of Subscribed and sworn to before me this day of 19 Notary Public County My Commission Expires GS - 26 7dl�ll C I T Y 0 F S H A K 0 P E E M I N N E S O T A S T A N D A R D S P E C IF I C A T I O N S F 0 R S T R E E T C O N S T R U C T I O N - - - - - - - - - - - - - - - - - - 1 9 7 9 CITY OF SHAKOPEE STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION TABLE OF CONTENTS Page Article No. No. Article 1 1, GENERAL CONDITIONS 1 2 . SCOPE OF WORK 1 3, SCHEDULING AND CONSTRUCTION PROGRESS 2 4. GAS SERVICE 2 _ 3 5 , EXISTING UNDERGROUND UTILITIES 6, CONSTRUCTION STAKES-ALIGNMENT AND GRADES 3 - 4 7 , REMOVAL OF MISCELLANEOUS STRUCTURES AND 4 _ 5 EXCESS MATERIALS 5 _ 6 8, TRAFFIC PROVISIONS AND MAINTENANCE 6 - 7 9 , CLEARING AND GRUBBING 7 _ 8 10. EXCAVATION 8 _ 9 11. EMBANKMENT 9 - 11 12 . ADJUSTMENT OF EXISTING STRUCTURES AND TEST ROLLING 12 - 13 13. BASE PREPARATION 13 - 16 14. CURB AND GUTTER AND SIDEWALK 16 - 17 15 . AGGREGATE BASE 17 - 23 16. PLANT-MIXED BITUMINOUS PAVEMENT 23 - 25 17. LANDSCAPING 25 - 26 18, CRUSHED ROCK 26 19. WATER 26 20, OTHER ITEMS STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION 1 . GENERAL CONDITIONS The General Specifications shall apply to all work and material furnished under these Standard Specifications . 2 . SCOPE OF WORK The work to be done under this Contract shall include the furnishing of all materials , labor, tools , and equipment to construct complete in place sidewalk, curb and gutter , bituminous surfacing, and all appurtenant construction as shown Under this Contract , the C ontractor kinds of material encountered , construct concrete curb and gutter , construct base and bituminous surfacing, protect , repair , relocate , maintain and restore all sub-surface , surface and overhead structures directly or indirectly ldotherbad ,urtenaninjured t itemsfandesebvices necessary oper- ations , and furnish al PP or specified . In the following Specifications , reference is made to "DOT SPECIFICA- TIONS" which� shall mean the STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION" of the Department Transportation Minnesota , 1978 edition. All materials with that Specification unless modified in these documents . 3 . SCHEDULING AND CONSTRUCTION PROGRESS in Prior to the start of any work, the Contractor shall sub it which shall writing to the Engineer for approval, a progress be followed as closely as possible . Progress scheduling using critical path method is approved and encouraged. Once lothehstreet started on a street , it must be diligently pursued is finished. Each successive phase of work will follow the pre- ceding phase as closely as possible so that the time any one street is under construction is kept to a minimum. Should the Contractor , in the Engineer' s opinion, fail to complete the work as specified above , the Engineer may limit the work which has been started but not completed to any such amount as he deems reasonable . No extension om�ew will streets granted constructionnforctor for not being permitted t o o p em this reason. (1) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION 4. GAS SERVICE In the event it is necessary to cut any gas line to perform the necessary street grading, such cutting shall be performed by the gas company at no expense to the Contractor . The cost of repairing any accidental breakage or damage to gas lines caused by the Contractors operation shall be the responsibility of the Contractor . All repair work, no matter how slight , shall be performed by the gas company. The Contractor shall contact the gas company 24 hours prior to any excavating and also upon causing any damage to the integrity of the coating on any gas line . 5 . EXISTING UNDERGROUND UTILITIES Every effort has been made to position and dimension all existing underground utilities on the plans . This information was obtained from the respective utility companies . The City of Shakopee does not guarantee the locations as shown on the plans . It is the Contractor ' s responsibility to ascertain the final location of these utilities (including municipal water and sewer lines and appurtenances) and to notify the utility companies when construction commences in each area . The Contractor is responsible for the protection of all under- ground utilities which are located in the field or are shown on the plans . The Contractor shall adjust all manhole and catch basin castings , water valve boxes , and curb stop boxes which require such adjustment. After adjustment all manholes , valve boxes , and curb boxes shall be 4" below finished grade and in proper working order. Curb boxes and valve boxes must be plumb and concentric about the operating nut. Storm and sanitary sewers and water valve boxes must be carefully protected . Any sand or debris caused by the Contractor ' s operation must be immediately removed from the manholes , pipes and valve boxes . Before the Contractor removes manhole castings or lowers gate valve boxes it shall be his responsibility to make location ties for these structures so they can be relocated accurately after the base course is constructed , in case of emergency use of these facilities . (2) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION The Contractor shall report to the Engineer in writing any undesirable conditions , such as sand in manholes , damaged valve boxes , broken castings , etc . prior to commencing work on any street. Once excavation or utility construc- tion has commenced it will be assumed that all damage to underground installations except that reported above , has been caused by the Contractor ' s operations and it will be his responsibility to make the necessary repairs . Efforts have been made to locate existing sprinkler systems . It is the Contractor' s responsibility to ascertain the location of these sprinklers . The Contractor is responsible for the protection of all sprinkler systems . If any system lies with- in the street right-of-way and has to be removed it will be done at the property owner ' s expense. Prior to removing any system the Contractor shall contact the owner . If the system is removed for the Contractor ' s convenience , the Contractor shall repair and replace it at his cost. 6 . CONSTRUCTION STAKES - ALIGNMENT AND GRADES All work under this contract shall be constructed in accordance with lines and grades shown on the drawings and as established by the Engineer. These lines and grades may be modified by the Engineer as provided in the General Specifications . The Contractor shall render such assistance to the Engineer as may be required to accomplish the staking for proper execution of the work. The Contractor shall give the Engineer sufficient notice (two working days) as provided in the General Specifications of his need for the establishment of line and grade. After lines and grades for any part of the work have been set by the Engineer , the Contractor shall be held responsible for the proper execution of the work to such lines and grades . All stakes or other marks given shall be protected and preserved by the Contractor until their removal is authorized by the Inspector. The Contractor shall, at his own expense , correct any mistakes caused by their unauthorized disturbance or removal. The Engineer may require that work be suspended at any time when, for any reason, such marks cannot be properly followed. (3) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION No additional compensation shall be allowed the Contractor for any claims of crews being held up because of lack of line and grade stakes unless he has submitted a written request to the Engineer at least two working days in advance and is following a previously approved schedule of work. 7. REMOVAL OF MISCELLANEOUS STRUCTURES AND EXCESS MATERIALS This work shall consist of removing structures , such as pipe culverts , pavements , curbs , gutters , sidewalks , guard rails , fences , mailboxes , sewer and tile lines , manholes , catch basins , and other miscellaneous structures . Mail boxes and stop signs which must be disturbed by construction shall be relocated in a temporary position as directed by the Engineer and installed in their final location by the Contractor as directed by the Engineer as soon as appropriate. The Contractor shall remove and replace any fence within the construction limits of this contract. All fences shall be re- placed in a condition at least equal to that which existed before construction. All materials specified to be salvages shall be carefully removed and hauled to the City of Shakopee property at 500 Gorman Avenue . All traffic signs requiring removal will be removed by the Street Superintendent. The inspector will notify the Street Superintendent upon the regular two days notice from the Contractor. Disposal areas for excess suitable material may be provided by the City of Shakopee as specified in the Special Provisions . The Contractor shall dispose of all waste material and debris , and notify the Engineer of the disposal area. No waste material or debris shall be deposited on any public or private property within the city limits of Shakopee without the written permission of the Engineer. Waste material and debris shall include , but not be limited to trees , stumps , pipe , concrete , asphaltic concrete , tin cans , or other waste material from the construc- tion operations . (4) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION When excess suitable material is mixed with waste material , the Contractor shall segregate these materials and dispose of them separately when directed by the Engineer. The cost of removal and disposal of all miscellaneous structures and excess materials and all costs connected therewith shall be considered incidental to the Contract for payment purposes unless specifically noted as a pay item in the Plans or Special Provisions , in which case there will be a pay item and a unit of measure listed in the Bid Proposal. 8. TRAFFIC PROVISIONS AND MAINTENANCE Unless otherwise approved the street under construction shall be kept open to all traffic by the Contractor at his own expense. Traffic shall be maintained to the fullest extent possible , especially during morning and afternoon rush hours . The work shall be scheduled to maintain access to the maximum extent possible. All detours required shall be approved by the Engineer prior to use. Detour signs and barricades shall conform to the illustrations in the plans and their placement shall be as directed by the Engineer. All detour signs shall be reflectorized. All barricades shall have blinker lights at each end. The Contractor shall have available at the construction site , at all times , several blank signboards , 12" x 48" or 24" x 36" minimum size , which shall have both sides reflectorized in a white color. The blank signboards shall be used to give valid messages of routes or road conditions to the street user. Messages shall be placed on the blank boards in letter size 4" or larger with either black paint or tape. The information signs shall be used as directed by the Engineer. Properly equipped flagmen shall be used as required in order to facilitate good construction and provide safe driving conditions . Barricades and detour signs which are not in use shall be stored in the Contractor ' s construction yard. Maintenance of the streets under construction, detours , bypasses , and equipment yards used in conjunction with the project shall be the responsibility of the Contractor. Said maintenance shall include keeping the streets free of obstacles , parked equipment , barricades which are not in use , blading the traveled ways , and controlling the dust in the construction area . (S) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION When dust becomes or appears to becoming a nuisance or problem to the area or to the nearby residents , it shall be the responsibility of the Contractor to immediately alleviate the undesirable condition. The maintenance responsibility herein described shall be inherent to the Contractor and shall be applicable at all times , including weekends , through- out the construction period. The Contractor shall provide the name and telephone numbers of a maintenance man or men who can be contacted at all times . The Contractor shall provide periodic inspection of the project, particularly during and after storms , to maintain blinker lights and barricades , provide dust control and general maintenance. If the Contractor is negligent in this aspect , the City reserves the right to perform this work with its own forces at overtime rates . The cost of such work shall be charged to the Contractor. Disregard of this provision shall be cause for suspension of the project until the Contractor can show evidence that men have been hired specifically to perform the above work and will be on the project at all times . Streets in the area, not under construction shall be kept free of construction materials , dirt , or other undesirable material. 9. CLEARING AND GRUBBING A. Definition Clearing shall be construed as the complete removal and disposal of all portions of a tree which exist above ground except stumps . Grubbing shall be construed as the removal and disposal of the portions of a tree which exist below ground, and stumps . B. Construction Requirements Clearing shall be accomplished by removing the tree in a safe and considerate manner. Grubbing shall ordinarily be accomplished by excavation and removal. However , with the permission of the Engineer , grubbing may be partially accomplished with a grinding device. All roots and stumps shall be removed to a depth of not less than 12 inches below the original ground surface or the street excavation, which- ever is lower. The Engineer shall designate those trees which require clearing, but not grubbing. (6) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION All trees and shrubs shall be protected from injury or defacement during construction operations , unless written permission is given for their removal by the Engineer. Current and pertinent government regulations concerning disposal of elm trees shall be obeyed. Cleared trees may be claimed by the abutting property owner. If so, they shall be trimmed , and the trunks or logs cut in 8 ' lengths and neatly piled on private property. All other material shall be disposed of as "Waste Material and Debris". C. Method of Measurement and Payment The quantity of clearing or grubbing shall be measured per inch diameter of tree or stump approximately 4 feet above the existing ground level, but above the ground swell. The diameter of the tree shall be one-third (1/3) of the measured circumference. Only trees or stumps existing, the circum- ference of which is 12 inches or more , will be measured for payment. If the Contract does not include any separate items for clearing and grubbing, then all clearing and grubbing with- in the proposed construction limits shall be considered incidental to the other items of the contract. 10. EXCAVATION A. Definition Excavation shall consist of removing, to the designated sub- grade as shown on the plans , existing material including soil , gravel, previously constructed surface , trees not paid as "Clearing and Grubbing", shrubbery, and any other material not specifically noted as a pay item in the bid proposal. B. Construction Requirements All sod and vegetation shall be removed from the original ground within the construction limits . Suitable topsoil which is encountered during excavation may be stockpiled and used as backfill material behind the curb where required . Stockpile locations are to be provided by the Contractor with the approval of the Engineer. No additional compensation will be made for stockpiling material. (7) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION Materials suitable for the construction of embankments , as determined by the Engineer , shall be placed in embankments as provided in these Specifications . Materials which the Engineer considers unsuitable shall be removed and replaced with material suitable for embankments . Slopes shall be cut as shown in the plans and shall be neatly bladed and raked. Every effort will be made by the City to obtain the required easements prior to initial construction; however, it may be necessary for the Contractor to resume grading operations after easments are obtained . No additional compensation in addition to "Common Excavation" will be made for this inconvenience . Private driveways shall be graded as directed by the Engineer. Before forms are set for curb and gutter , all existing driveways shall be excavated or filled to the proposed subgrade elevation and opened for use as soon as possible. Driveways shall be surfaced with material as similar as possible to that existing prior to start of construction. During construction, all excavations shall be maintained in such a condition that they will be well drained at all times . Temporary ditches or gutters shall be constructed when necessary to maintain drainage and avoid damage to the road- way. No excavated materials shall be placed or stockpiled in such a manner as to restrict free surface drainage of the subgrade or base courses . All embankments shall be completed before any excess suitable material is wasted. C . Method of Measurement and Payment "Common Excavation" will be paid for at the Contract unit price per cubic yard , and shall include all street excavation, compacting, disposal of excess materials , and maintenance work except cost of water. Excavation will be measured in its original position by the cross-section method , and the volume computed by the method of average end areas . 11. EMBANKMENT A . Materials In general embankment material shall be obtained from excava- tions on the project. Embankments placed on existing slopes (g) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION shall be constructed in accordance with D.O.T. Specifica- tion 2105 . Granular Borrow shall conform to the require- ments of DOT Specification 3149. 2A . Other material for embankment shall be as specified in the Special Provisions . The Contractor shall provide the Engineer with written notice of the source of embankment material and a 25# representative sample of the material not less than two working days in advance of the planned starting time for placement of the material. B. Construction Requirements Embankments shall be constructed in accordance with provi- sions of DOT Specification 2105 . Embankments shall be thoroughly compacted by the ordinary compaction method unless specifically provided otherwise in the Special Provisions . C . Method of Measurement and Payment When payment is made for the excavation of the materials used in embankments , no additional compensation will be made for the embankment construction. When material for embankment is specified to be obtained from sources out- side of the project rights-of-way, there will be in the Bid Proposal a pay item entitled "Granular Borrow (LV)" and the unit of measurement will be "Cubic Yard". Payment will then be made on the loose volume of the embankment material as determined by vehicular measurements of the material delivered and used . Payment for "Granular Borrow (LV)" shall be compensation in full for obtaining the material and constructing the embankment except for the water applied on the embankments . 12 . ADJUSTMENT OF EXISTING STRUCTURES A . Materials Mortar shall consist of 1 part Portland Cement , 3 parts mortar sand and sufficient water for proper consistency. Sewer Brick and adjusting rings shall conform to the require- ments of DOT Specification 3616 and 3621. (9) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION Pre-cast adjusting rings shall conform to the size and shape of the frame base . The backfill material , when adjusting manhole covers , shall be concrete having a 28-day compressive strength of at least 3000 pounds per square inch or other material approved by the Engineer. B. Construction Requirements Existing manholes and catch basins shall be adjusted to meet the grades as established on the plans by either removing or adding sewer brick or concrete adjusting rings . Sewer brick, concrete adjusting rings and castings shall be set firmly on a full bed of mortar. No wood blocking shall be used for any purpose in adjusting manhole or catch basin castings . Unless otherwise approved by the Engineer, when adjusting manholes all material removed shall be replaced with concrete up to two inches from the top of the casting. When the frame or ring casting cannot be adjusted as indicated above or the casting requires more than 18" of adjusting rings , the entire top section of the manhole shall be removed and the manhole reconstructed to the plan elevation prior to constructing the base course . When it is necessary to remove part of a precast concrete catch basin section to adjust the the frame and ring casting to the proper grade , the catch basin shall be considered reconstructed. The backfill material shall be granular and thoroughly compacted in 4" layers . After completion of the adjustment, any mortar , earth or other debris in the manhole or catch basin must be removed immediately and the sewer invert left in a clean condition. The Contractor shall be fully liable for any damages incurred by the public as a result of sewer stoppages due to his operations . Upon notification of a sewer stoppage caused by his operation, the Contractor shall be required to remove obstructions and effect repairs when notified by the City. Should the Contractor fail to respond immediately to such notification, the City will take action as necessary to restore service. The Contractor shall be charged for work performed by the City on an overtime basis . (10) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION Valve boxes shall be adjusted by turning to the grades as shown on the plans , or by replacing the riser sections with a different length riser section. All relocation of water hydrants shall be done by the City unless otherwise noted in the plans . All structures within the roadway shall be adjusted to final grade prior to constructing the bituminous wearing course . Final grade for a structure shall be 4" below the wearing surface and parallel to the wearing surface. When a base course is excavated in order that a structure may be raised , the horizontal limits of said excavation shall be straight and shall not extend more than 2 feet beyond the edge of the structure . The Contractor shall make location ties for all structures so that they can be easily located. Proper barricading and signing must be done during this operation to protect the public and to divert traffic from the freshly poured concrete. When relocating catch basins the requirements of the Standard Specifications for Storm Sewer shall govern. C . Method of Measurement and Payment Measurement and payment for adjustment of existing structures will be made on the basis of the following schedule : ITEM UNIT Adjust Frame and Ring Castings Each Reconstruct Manholes Each Adjust Water Valve Boxes Each Adjust Water Curb Stop Boxes Each Relocate Catch Basins Each Reconstruct Catch Basins Each The Contract unit price shall include all labor, materials (including backfill materials) , and equipment necessary to perform the work. (11) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION 13. BASE PREPARATION AND TEST ROLLING A . Construction requirements Base preparation and test rolling shall be done prior to curb and gutter construction, placing of gravel base , sand- gravel sub-base, bituminous stabilized base , or plant mixed bituminous base on all streets unless otherwise noted on the plans . The street shall be graded , rolled, compacted, and shaped to the section as shown on the plans . The area between the backs of curbs shall then be test rolled using a pneumatic-tired roller, or other approved unit , with the wheels spaced at least 6 feet between centers , each tire not more than 18" wide and inflated to a pressure of not less than 100 lb. per sq. inch and having a gross weight of not less than 15 tons on each wheel. The Contractor shall roll the above specified area in a manner such that each part of the area comes in contact with one of the tires at least once. The speed shall range between 2 . 5 and 5 m.p.h. The Contractor shall take any steps he deems necessary to protect underground pipe or utility installations during test rolling operations . Any underground installations damaged by test rolling shall be replaced at the Contractor ' s expense. The roadbed will be considered unstable if, under the operations of the roller , the surface shows yielding or rutting of more than 3 inches , measured from the original surface to the bottom of the rut. Any soft spots or displacement which appear during test rolling shall be corrected by scarifying, aerating or watering and recompacting as required to obtain stability or by excavating to solid material and backfilling with material suitable for base construction. Unsuitable material, such as vegetation, rubbish, large stones , peat, and wet clay shall be removed and disposed of as directed by the Engineer. After correction the area shall be test rolled as directed by the Engineer. B. Method of Measurement and Payment There will be no measurement or payment in the Bid Proposal nor specific compensation for base preparation and/or test rolling unless so specified in the Special Provisions . Any excavation (12) a STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION and embankment required to repair the roadbed will be measured and paid for at the Contract unit price for such work, except at utility trenches constructed under this contract . After a roadway has been test rolled and determined satisfactory, subsequent failure due to inclement weather shall be repaired at no additional compensation. 14. CURB AND GUTTER, SIDEWALK AND SIDEWALK RAMPS A. General In general sidewalks shall be constructed on the property line or one foot from the property line to provide a grass boulevard. In some cases a sidewalk easement will be obtained to allow a wider boulevard and protect trees . The sidewalk may be curved and/or raised if necessary to save trees or other improvements as determined by the Engineer. Sidewalk ramps as detailed in the plans shall be constructed where indicated on the plan or as directed by the Engineer. Where new sidewalks abut an existing curb and gutter , the curb and gutter shall be removed to construct the sidewalk ramp. Each ramp on the existing curb and gutter shall be completed as soon as possible after curb removal. Existing concrete and bituminous driveways shall be sawed at the point where the new work will abut the existing drive . B. Materials and Construction Requirements All materials and construction requirements shall conform to DOT Specification 2521, 2531 and the following paragraphs : 1. Structures The curb and gutter shall be built to fit any drainage structures which may be encountered. Normally final adjustment of structures shall be made at the time the forms are set. The transitions from the regular curb and gutter sections shall be constructed as directed by the Engineer. The exposed surface shall be finished smooth in the same manner as the regular curb and gutter sections . (13) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION 20 Joints Contraction joints shall be placed in the sidewalk at 5 ' intervals and shall align with like joints in the adjoining or neighboring work. Contraction joints shall be not more than 1/8" in width and shall be cut to a depth of not less than 3/4". In 6" concrete walk for driveways , contraction joints shall be placed so that no slab is larger than 100 square feet in area . Expansion joints shall be placed in sidewalk at the beginning and end of all radii, and shall align with like joints in adjoining work. 3. Placing Concrete Concrete shall not be placed on any foundation whose temperature is 320 or less . During cold weather , concrete may be placed when the air temperature in the shade is 35°F and rising; concrete shall not be placed when the air temperature is below 40 0F, and falling. In no case shall concrete be placed upon a frozen subgrade. If the concrete has been placed in accordance with the above provisions and the tempera- ture drops to 32 0F, or less , the concrete shall be covered with dry burlap and a sufficient depth of straw to prevent freezing. No. 4 Reinforcing Bars shall be placed in the concrete adjacent to manholes and at other locations where the concrete is likely to crack. 4. Backfill As soon as the concrete has attained a sufficient strength, the area in front and back of the concrete shall be back- filled with suitable material. The backfill material behind the curb shall be topsoil except at drives or as otherwise directed. The material on the street side of the curb shall be granular material suitable for base construction. The backfill shall be graded and shaped to the section as shown on the plans . Driveways shall be regraded to a suitable condition as soon as the concrete has gained sufficient strength. (14) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION 5. Dimension and Strength Requirements Prior to final acceptance of the work the City will take cores at random and at any suspected weak spots from the concrete to determine thickness and strength. Where the compression strength of a core is less than 3900 p. s . i. and more than 3500 p. s . i. , the concrete may be left in place and paid for at 75% of the Contract unit price. Where the compression strength of a core is less than 3500 p.s . i. and more than 3000 p. s . i. , the concrete may be left in place and paid for at 50% of the Contract unit price. Payment for a minimum of 100 linear feet will be so reduced by the adjustment in unit price for each deficient core. Where the compressive strength is less than 3000 p. s . i. , the City will designate whether or not such defective concrete must be removed and replaced at the Contractor 's expense. (If left in place the Contractor shall receive no compensation for the portion deficient in strength. ) Where the concrete strength is less than 3000 p. s . i. additional cores shall be taken at the Contractor ' s expense to determine the extent of such deficiency. Where a core is deficient in average thickness by more than 3/8" and less than 1", the concrete may be left in place at the Contractor' s option, and paid for at 50% of the Contract unit price. A minimum of 100 linear feet will be so affected by the adjustment in unit price for each deficient core. Where a core is deficient in average thickness by more than 1" the City will designate whether or not such defective concrete must be removed and replaced at the Contractor's expense. (If left in place the Contractor shall receive no compensation for the portion deficient in thickness . ) Where the concrete is deficient in thick- ness by more than 1", additional cores shall be taken at the Contractor 's expense to determine the extent of such deficiency. 6. Method of Measurement and Payment Concrete curb and gutter will be paid for at the Contract unit price per lineal foot measured along the face of the curb at the gutter line. Payment shall be compensation (15) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION in full for all costs incidental to construction, including (but not limited to) excavation not included in roadway excavation quantities , granular backfill when required, final adjustment of catch basins castings , expansion fillers and application of curing compound and treating oil. No additional compensation will be allowed for curb which is curved or for driveway openings which are constructed. Curved curb and driveway openings will be paid for as concrete curb and gutter. Concrete swales (measured outside normal curb and gutter) shall be paid as 6" concrete walk. Concrete walk of each thickness will be measured by area and paid for at the Contract unit price per square foot which shall be compensation in full for all costs inci- dental to construction, including (but not limited to) excavation not included in roadway excavation quantities ; granular base when required, expansion fillers and application of curing compound. Sidewalk ramp shall be paid at the contract unit price of curb and gutter and square feet of sidewalk as specified above . 15 . AGGREGATE A . Materials Gravel shall conform to the requirements of DOT Specification 3138. The class of aggregate will be shown on the Proposal. The Contractor shall furnish the Engineer with a written state- ment as to the source of the material and shall deliver a 25 pound representative sample of the material which he intends to furnish not less than two working days in advance of place- ment of said material. Change of source shall not be made without approval of the Engineer. B. Construction Requirements The subgrade shall be prepared in accordance with Article 13 . Aggregate base shall be constructed in lifts not to exceed six inches P he in compacted thickness . Each course shall be shaped and compacted separately. (16) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION After the material is placed on the roadway, it shall be shaped approximately to the grade and cross-section shown in the plans . No aggregate shall be placed on the roadway that cannot be compacted within 24 hours . Compaction shall be started as soon as possible after spreading and shall be completed within 24 hours . Compac- tion shall be done with an approved vibratory compactor capable of imparting a compactive force of at least 15 tons and shall continue until there is no evidence of further compaction. Water shall be added , as directed by the Engineer , to obtain maximum compaction. Each pass of the roller shall overlap the preceding pass by at least one-half the width of the roller and shall terminate at least three feet in advance of or to the rear of the termination of the preceding pass . The entire surface shall be rolled until there is no further compaction and until all roller marks are eliminated. After compaction, the surface of the base shall be smooth and true to crown and grade as shown on the plans . The thickness shall not vary more than one-half inch from that shown on the plans . C . Method of Measurement and Payment "Aggregate Base" of each class specified shall be measured and paid for at the Contract unit price per cubic yard of compacted base , which shall be compensation in full for base preparation and test rolling, obtaining the material and constructing the base except for water applied . Payment will be made on the cubic yard basis for the volume of compacted base as determined by the depth and width as shown on the typical section, and the length as shown on the plans . Aggregate base may also be measured by weight in tons if indicated on the Proposal. 16 . PLANT-MIXED BITUMINOUS PAVEMENT This work shall conform with the requirements of DOT Specifications 2331 and 2341 except as modified or clarified herein. (17) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION A . Materials 1. Aggregate BA-1 Aggregate for Plant-Mixed Bituminous Surface and BA-2 or BA-3 Aggregate for Plant-Mixed Bituminous Base shall conform to DOT Specification 3139 . The aggregate gradation for 2341 Modified Bituminous Wearing Course shall conform to the following limits for percentage passing the sieve sizes listed: Sieve Size Percent Passing 1/2" 100% 3/811 65 - 100 #4 50 - 100 10 35 - 55 40 10 - 30 200 1 - 7 2 . Bituminous Material Bituminous Material shall conform to DOT Specification 3151 . The kind of bituminous material which will be permitted will be stated in the Special Provisions . The grade to be used will be designated by the Engineer at the time of construction. 3 . Job-Mix Formula Not less than 2 working days in advance of the planned starting time for placement of bituminous plant-mix materials , the Contractor shall submit to the Engineer , • job-mix formula and a complete set of test results on • laboratory sample of the materials to be used. The test results shall be from an approved reputable testing laboratory specifically for this Contract. The Contractor shall not place any of the materials prior to the Engineer ' s approval of the job-mix formula . All costs in connection with the job-mix formula , sampling and laboratory tests as required herein, shall be the responsibility of the Contractor. (18) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION B. Construction Requirements 1. Equipment Equipment which is used in the production, hauling, laying and rolling of the Plant-Mixed Bituminous surface or base shall conform to DOT Specification 2331. 2 . Restrictions Bituminous surface shall be placed only during the hours of daylight (except as noted below) and when the road surface is dry. All mixtures may be placed when the air temperature is 330F. or more and rising, but shall not be placed when the air temperature is 400F. or less and falling, except for modified mixture when used as a thin overlay, shall be placed when the air temperature is 600F. or more and rising. Mixtures shall not be placed when, in the opinion of the Engineer , the weather or roadway conditions are unfavorable. If traffic or other conditions warrant, mixtures may be placed at night under conditions specified by the Engineer. 3 . Preparation of the Base The final shaping and compacting of the base shall be done just prior to constructing the Plant-Mixed Bituminous pavement. If so indicated in the plans or directed by the Engineer , a bituminous prime coat shall be applied to the prepared base in accordance with the provisions of DOT Specification 2358. The finished surface of the base shall show no variation greater than 1/4" from a 10-foot straight edge laid parallel to the centerline or perpendicular to the center- line of the roadway. All variations shall be repaired before paving operations start. Small holes and depressions shall be repaired with plant-mixed bituminous material. All other repairs shall be made by scarifying, shaping, adding bituminous material , if necessary , and rolling until the desired compaction and shape is obtained. All repairs shall be at the direction and with the approval of the Engineer , at no additional compensation. (19) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION Just before any bituminous material is placed , the road surface shall be swept free of all dust and other objectional material. When sweeping streets in a residential area prior to any paving, the sweeping shall be performed with a pickup sweeper or in a manner which precludes dust and debris being deposited on the boulevard or lawn. Tack coat shall be applied in accordance with DOT Specification 2357. 4 . Mixture Proportions for the Job Mix Formula The percentage , by weight, of the asphaltic cement AC-1 shall be within 4. 5% to 7 . 5% for wearing course , 6% to 8% for modified wearing course , and 3 .5% to 5 . 5% for patching, leveling, base or binder course . The proportions to be used within the ranges specified above will be designated by the Engineer. The bitumen content of the mixture shall meet the percentage designated within a tolerance of 0.30 percentage points . Bitumen content will be checked by the spot check method described in DOT Bituminous Manual. 5. Placement of Plant-Mixed Bituminous Pavement The mixture shall be hauled to the site of paving and placed as soon as possible after mixing. The mixture shall be spread without segregation, at the specified rate and to the cross section shown in the plans . The Contractor shall be responsible for obtain- ing the proper yield. Deductions may be made for overrun of the bituminous mixture . The estimated quantities are computed on the basis of 112 . 5 pounds per square yard per inch. The placement of each course shall be completed over the full width of the street under construction on each day' s run. 6. Rolling and Compaction After the mixed material has been placed as specified above , the initial rolling shall be accomplished by means of a tandem steel wheeled roller . The rolling (20) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION shall follow as closely behind the spreading operation as practicable without causing undue displacement of the mixture. The rolling shall begin longitudinally at the outer edges of the course and progress toward the centerline . Each pass of the roller shall over- lap the preceding pass by at least one-half the width of the roller and shall terminate at least three feet in advance of or to the rear of the termina- tion of the preceding pass . Following the initial rolling the entire surface shall be rolled by pneumatic-tired rollers until there is no further evidence of consolidation. The finish rolling of the wearing course shall be done with a tandem steel-wheeled roller until all roller marks are eliminated . The use of vibratory rollers will be permitted by written authorization of the Engineer as an alternate to any of the above described procedures or equipment where equivalent results can be obtained. After compaction, the surface shall be smooth and true to crown and grade as shown on the plans . 7 . Miscellaneous Details of Construction Transverse joints in adjacent strips shall be separated a minimum of five feet. When the material is placed in more than one layer , longitudinal joints in adjacent layers shall be separated a minimum of one foot. Traffic shall not be permitted over an unmatched longitudinal joint except at locations directed by the Engineer. When making a connection to an existing bituminous stabilized surface the Plant-Mixed Bituminous surface shall be tapered to provide a smooth connection as directed by the Engineer . When connecting to an existing asphaltic concrete mat , the joint shall be made vertical and painted with a uniform coat of SC or RC bituminous material. Unless otherwise directed by the Engineer , the construc- tion of each pavement course shall start at the point farthest away from the mixing plant and progress toward (21) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION the plant , so that no hauling will be done over freshly laid pavement. No traffic other than that necessary for construction purposes shall be allowed on any course of the pavement until the course has completely cooled and set . Bituminous material shall not normally be deposited on the road if the rolling cannot be completed before dark. Bituminous material shall be weighed on an approved scale at the plant and the weights recorded on a weight ticket approved by the Engineer. The Contractor shall furnish the scaleman. A copy of the scale weight tickets for the days run shall be furnished to the Engineer at the end of each working day and shall indicate the street or streets on which the material was placed. A running total for each day's run shall be recorded on the weight tickets . Periodic checks of the Contractor ' s scale may be made by weighing batch trucks on an independent scale to be specified by the Engineer. A cost of using the independent test scale is to be paid by the City. Weight of the trucks shall be controlled so that no damage will be inflicted upon the base or an haul road. P Y C. Method of Measurement and Payment Plant-Mixed Bituminous Pavement The plant-mixed bituminous pavement shall be measured and paid for at the Contract unit price per ton in place , which shall be compensation in full for all costs incidental to construction including bituminous materials used in the mixture. The pay item in the Bid Proposal may be any one or more of the following: "Base Course Mixture", "Binder Course Mixture" , "Wearing Course Mixture", "Wearing Course 2341 Modified Mixture", or "Wearing Course Mixture + Filler". In all cases the unit of measurement shall be tons and the weight determined on a scale approved by the Minnesota State Bureau of Weights and Measures . Bituminous Prime Coat Bituminous material for prime coat and tack coat shall be measured and paid for at the Contract unit price per gallon (22) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION which shall be compensation in full for all costs incidental to construction. Bituminous materials will be measured by volume at 600F. 17 . LANDSCAPING A. Materials Sod shall be cultured, but otherwise conform to DOT Specifica- tion 3878. Seed mixture shall meet the following specifications : Percentage Seed Minimum Name of Seed By Weight Germination Park Kentucky Bluegrass 20% 80% Kentucky Bluegrass 30% 75% Creeping Red Fescue 30% 85% Perennial Ryegrass 20% 90% The seed mixture shall not contain in excess of 0. 5% weed or 0.5% crop seed. Inert matter shall not be present in excess of 6. 0% of the mixture by weight. Grass seed mixtures under brand names may be acceptable if they approach the above specifications and if approved by the Engineer. Topsoil shall meet the requirements of DOT Specification 3877 . In addition, topsoil shall be pulverized and free from heavy clay, coarse sand , stones , plants , roots , sticks , and other foreign materials . Material for Dry Rubble Masonry Retaining Walls shall be quarried stone. All stone shall be of approved quality; dense , sound, and durable ; and free from segregation, seams , cracks , or other structural defects which would impair its resistance to the action of the weather. The largest surfaces of quarried stone shall be as nearly flat and parallel as practicable. Individual quarried stone , except spalls used for chinking shall have a thickness of at least 4 inches , a width of at least 1 1/2 times the thickness and a length of at least 1 1/2 times the width. Mortar shall consist of one part Portland Cement, three parts mortar sand and sufficient water to produce the proper consistency. (23) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION B. Construction Requirements Landscaping shall be done in locations designated on the plans or at other locations as directed by the Engineer. The work shall include the replacing of all sod which has been disturbed or uprooted by other phases of the Contract. Prior to placing any topsoil the slopes shall be cut uniformly such that the finished sodded slope shall conform to the designated section. The topsoil shall be raked and all lumps and irregularities removed prior to placing the sod or seed. Care shall be taken to insure that the topsoil does not contaminate the subgrade or base of the street driving surface. Topsoil remaining on the finished street shall be cleaned up immediately following the seeding or sodding operation. If requested by the Engineer, the Contractor shall furnish a test report from an approved reputable testing company, of the material to be used as topsoil - the cost of such tests to be paid by the Contractor. All sod shall be rolled within 24 hours after its placement with a roller that leaves the sod smooth and the joints properly closed. The new sod shall be level with existing adjacent sod and shall also be level with the top of adjacent curb and/or sidewalk. Where required, sod shall be pegged such that it remains in position originally placed. All sod and seed shall be placed on a minimum of 4" of topsoil regardless of the previous condition of the lawn. Unsuitable sod , which dies within 30 days after placement shall be replaced at no additional compensation. After initial water application for rolling, watering of sod and seed will not be required except at locations as provided in the plans or Special Provisions . I Roadside seeding shall meet the requirements of DOT Specifica- tion 2575-3D. The seed shall be applied at a rate of 75 pounds per acre. No mulching or fertilizing is required unless specified in the Special Provisions or Plans . The Contractor may elect to do so at his option. Dry Rubble Masonry Retaining Walls shall be constructed with large selected stones in the foundation layer. In general , (24) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION stones of varying sizes shall be uniformly distributed throughout the work. Stones shall be so laid as to break joints with those directly below. Stones shall be laid flat and so each has firm bearing on those immediately below, with the minimum practicable amount of space in the joints . Open joints more than 1 1/2 inches in width in any surface shall be chinked with spalls , fitted to provide a firm bearing for each stone . The top three layers of the walls shall be mortared. This will require two layers of mortar. C. Method of Measurement and Payment Sodding will be paid for at the Contract unit price per square yard as measured in place. This item shall include full compensation for sod, topsoil and labor involved in restoring the construction site. At the Engineer' s option, sod may be measured and paid on the basis of square yards delivered and placed on the project based on the Contractor' s invoices for sod. Roadside seeding shall be paid for at the Contract unit price per square yard of area seeded. This shall be compensation in full for all labor , equipment and materials , including topsoil and seed, necessary to seed the area. Water for watering seed and sod will be paid for at the Contract unit price for water. Dry Rubble Masonry Retaining Walls shall be paid for at the Contract unit price per square foot of wall constructed. Retaining walls will be measured by area of the exposed face placed, based on dimensions as staked by the Engineer. Pay- ment per square foot placed shall be compensation in full for all labor , materials , and equipment (including backfilling and mortared layers) necessary to complete the walls in place . 18. CRUSHED ROCK A. Materials Crushed rock for driveways shall conform to the following requirements : Percent Passing 3/4" Sieve 100 Percent Retained on 3/8" Sieve 100 (25) STANDARD SPECIFICATIONS FOR STREET CONSTRUCTION B. Construction Requirements Crushed rock shall be placed in driveways that had crushed rock prior to construction, and have been disturbed by this construction, and as directed by the Engineer. The Contractor shall provide material of the same color as nearly as possible . C . Method of Measurement and Payment Crushed rock material in place will be measured and paid for at the Contract price per ton. Weights will be determined by certified weight tickets furnished by the Contractor. 19. WATER Water applied on the work will be measured by volume in gallons . Payment for water shall be paid for at the contract unit price per 1000 gallons (M.Gal. ) which shall be considered compensation in full for supplying and application of all water required by this project. The quantity of water may vary from that estimated and this item is excluded from the provisions of Article 8, General Specifications , "Estimate of Ouantities". The quantity of water used each day shall be recorded and this information supplied to the Inspector on a daily basis . The Contractor shall make arrangements with Shakopee Public Utilities Commission (SPUC) of the City of Shakopee before using any municipal water. The Contractor shall be charged for such water used at the current water rate. All municipal water used must be metered by a meter supplied by the SPUC . All valves connected to hydrants shall not be operated by the Contractor but shall be operated in accordance with the require- ments of the SPUC. The Engineer may exercise his authority regarding the amount of water used for any purpose and the Contractor shall, when directed by the Engineer use more or less water as directed. 20. OTHER ITEMS The cost of all material and labor required to complete this project as specified and shown on the plans , but not specifically included as a pay item, shall be merged with the various unit prices bid. (26) CITY OF SHAKOPEE SANITARY SEWER DESIGN CRITERIA 1 . Additional Approval Requirements and Drafting Standards A. Vicinity Map Each sheet shall have an overall drawing of the development (except when waived) at a scale no larger than 1" - 1000 ' showing the location of public sanitary sewer mains on that sheet in relation to the total development . B. Overall Plan The overall plan of the study area shall have the fol owing information: * Location of City or USGS Bench Marks . All bench mark elevations shall be USGS 1929 Datum * Property lines and easement lines * Streets and street names Existing water facilities including size , type and location * Proposed piping , including any appurtenances , plainly labeled A master water plan shall be submitted for each planned development or other major development prior to approval of any portion of the water system. C . Plan The following additional elements shall be shown on sanitary sewer plans : * Pipes with size , type and structural class of pipe , including ASTM or AWWA specification designation . Special structures or details as required . Bedding Requirements 2 . General All sanitary sewer plans shall be checked for conformance with the minimum design criteria specified herein prior to approval for construction. No sanitary sewer construction shall commence unless the contractor has in his possession an approved set of plans . All additions to the City of Shakopee sanitary sewer system shall be designed in accordance with the criteria approved by the City. All sanitary sewer systems shall be designed in accordance with the criteria established by the Metropolitan Waste Control Commission and the Minnesota Polution Control Agency, except as modified herein. There shall be no vertical or horizontal curves in sanitary sewers . 3 . Main Size The minimum diameter for public sanitary sewer mains shall be a nominal 8-inch diameter . The actual size of sanitary sewer main shall be determined in accordance with the criteria established in Table 1 - Design Flow Parameters , with Table 2 - Peak Flow Factors , and with Table 3 - Minimum Permissible Grade . Sanitary Sewer design must account for the study area and all areas outside the study area which would naturally drain through the study area . Natural drainage areas will be established by using the Comprehensive Sewer Plan and Comprehensive Drainage Plan adopted by the City . In no case shall the design velocity be less than 2 . 2 feet per second nor more than 10 .0 feet per second as computed by Mannings formula for flow in open channels . Manning "n" shall be 0.013 for purposes of design. TABLE 1 DESIGN FLOW PERAMETERS LAND USE DESIGN FLOW (Gallons per day per acre)* AG 5 .000 R-1 3 ,000 R-2 2 ,000 R-3 3 ,000 R-4 6,000 B-1 5 ,000 B-2 5 ,000 1-1 5 ,000 I-2 ** Any exceptions shall be approved by the City Engineer * ' Minimum 5 ,000 with approval of City Engineer TABLE 2 PEAK FLOW FACTORS Average Daily Average Daily Flow (cfs) Peak Factor* Flow (cfs) Peak Factor* 0.00 - 0. 17 4.0 2 . 94-2 . 55 2 . 8 0. 18 - 0. 28 3 . 9 2 . 56-4.48 2 . 7 0. 29 - 0. 36 3 . 8 4.49-5 .41 2 . 6 0. 37 - 0.45 3 . 7 5 .42-6 .49 2 . 5 0.46 - 0. 61 3 . 6 6 . 50-7 . 88 2 .4 0. 62 - 0. 76 3 . 5 7 . 89-9 . 89 2 . 3 0. 77 - 1 .05 3 .4 9 . 90-12 . 37 2 . 2 1 .06 - 1 . 23 3 . 3 12 . 38-16 .08 2 . 1 1 . 24 - 1 . 54 3 . 2 16 .09-20. 88 2 .0 1 . 55 - 1 . 85 3 . 1 20. 89-27 . 84 1 . 9 1 . 86 - 2 . 31 3 .0 27 . 85-45 . 99 1 . 8 2 . 32 - 2 . 93 2 . 9 46 .00 and over 1 . 7 * Any exceptions shall be approved by the City Engineer DISCHARGE = AREA X DESIGN FLOW X PEAK FACTOR TABLE 3 MINIMUM PERMISSIBLE GRADE Nominal Pipe Minimum Grade Nominal Pipe Minimum Grade Diameter (inches) (percent)* Diameter (percent)* 4 1 .0 18 0. 14 5 0. 8 21 0. 112 6 0 .6 24 0.093 8 0.40 27 0.080 10 0. 30 30 0.069 12 0. 24 33 0 .061 15 0. 17 36 0.054 Any exceptions shall be approved by the City Engineer 4 . Manholes Manholes shall accommodate hydraulic expansion and contraction losses by providing in addition to design slope a drop of 0. 20 feet on runs and a drop of 0. 30 feet on branches or bends . The manhole spacing for sanitary sewers shall be as follows : Pipe Size Maximum Distance 15 400' 18" - 30" 500' Larger than 30" 600' 5 . Lift Stations The use of public sewage lift stations shall not be permitted where gravity service may be available . Any area which is not proposed for gravity service may install a public lift station. The lift station shall be a three (3) pump system with an auxiliary power system. Private lift stations may be installed if approved by the City . 6 . Overall Plan An overall plan of the study area , including all areas outside of the study area which would naturally drain through the study area shall be submitted . The overall plan shall have the following information: A. Location and elevation of City or USGS Bench Marks . All bench mark elevations shall be USGS Datum. B . Property lines. C . Streets and street names . D. Existing sanitary sewer facilities including size , slope, location and hydraulic capacity. All pertinent information regarding which trunk lines will ultimately receive the wastewater collected by this system. E. Proposed piping including manholes and appurtenances plainly labeled. F. Proposed outfall point (or points) for wastewater from the study area. G. Estimated average quantity of wastewater generated outside of study area . The City Zoning map shall be the basis for determining the character of undeveloped land outside the study area . H. Proposed easements for areas outside the study area which would naturally drain through the study area . I. Proposed minimum, maximum and average design flows at all junction manholes . (Manholes where branches have peak flows in excess of 3 CFS) . C I T Y 0 F S H A K 0 P E E , M I N N E S 0 T A S U P P L E M E N T A L S P E C I F I C A T I O N S T 0 S T A N D A R D U T I L I T I E S S P E C I F I C A T I O N S F 0 R S A N I T A R Y S E W E R A- N D S T O R M S E W E R I N S T A L L A T I O N as prepared by the City Engineers Association of Minnesota and published by the League of Minnesota Municipalities , St . Paul , Minnesota , in 1975 JUNE 1979 CITY OF SHAKOPEE SUPPLEMENTAL SPECIFICATIONS TO STANDARD UTILITIES SPECIFICATIONS FOR SANITARY SEWER AND STORM SEWER INSTALLATION TABLE OF CONTENTS Article No. Article Page No. 1 GENERAL CONDITIONS 1 2 MATERIALS (2621. 2) 1 - 7 A. VITRIFIED CLAY SEWER PIPE (2621.2A1) 1 B . PLASTIC TRUSS PIPE (2621.2A2) 1 C. CAST IRON AND DUCTILE IRON PIPE AND FITTINGS (2621 .2A3) 2 - 3 D. REINFORCED CONCRETE PIPE AND FITTINGS 3 (2621.2A4) 1) GENERAL 3 2) FITTINGS 3 3) JOINTING 3 E. CORRUGATED STEEL PIPE AND FITTINGS 3 (2621 .2A5) F. POLY-VINYL CHLORIDE PIPE AND FITTINGS 4 (2621-2A6) G. CONCRETE PRESSURE PIPE AND FITTING 5 (2611.2A2) 1) GENERAL 5 2) JOINTS 5 3) FITTING 5 TABLE OF CONTENTS (CONTINUED) Article No. Article Page No . 2 MATERIAL (2621. 2) (Continued) H. SERVICE PIPE 5 1) CAST IRON SEWER SERVICE PIPE 5 2) DUCTILE IRON SERVICE PIPE 5 I . PRECAST CONCRETE MANHOLE AND CATCH BASIN SECTIONS (2621.2C) 6 J. TRASH GUARD 6 K. RIP-RAP 6 - 7 L. BASE MATERIAL AND SURFACING 7 M. CALCIUM CHLORIDE SOLUTION 7 3 CONSTRUCTION REQUIREMENTS (2621. 3A) 7 - 8 A . GENERAL 7 B. NEW SUBDIVISIONS 7 - 8 4 SEWER SERVICE INSTALLATION (2621 . 3E) 8 5 MANHOLE STRUCTURES (2621. 3F) 8 - 9 6 SANITARY SEWER LEAKAGE TESTING (2621. 3H) 9 A . AIR TEST METHOD (2621.3H1) 9 B. INSPECTION AND FLUSHING 9 7 RESTORATION OF SURFACE IMPROVEMENT (2621. 3J) 9 - 10 8 INTERRUPTION OF PRIVATE WATER SUPPLIES 10 9 METHODS OF MEASUREMENTS AND PAYMENT (2621 .4) 10 - 11 A . SEWER PIPE IN PLACE (2621.4A) 10 B. OUTSIDE DROP CONNECTION (2621.4D 10 C . RIP-RAP 11 TABLE OF CONTENTS (CONTINUED) Article No. Article Page No. 9 METHODS OF MEASUREMENTS AND PAYMENT (continued) D. FOUNDATION MATERIALS 11 E. BASE MATERIAL AND SURFACING 11 F. CALCIUM CHLORIDE SOLUTION 11 G. STREET PATCHING AND REPLACEMENT OF CURB 11 AND GUTTER 10 EROSION CONTROL 11 - 12 SUPPLEMENTAL SPECIFICATIONS TO STANDARD UTILITIES SPECIFICATIONS FOR SANITARY SEWER AND STORM SEWER INSTALLATION 1 . GENERAL CONDITIONS The City of Shakopee 's General Specifications and the Standard Utility Specifications for Sanitary Sewer and Storm Sewer Installation as prepared by the City Engineers Association of Minnesota shall apply to all work and material to be furnished under this project except as modified by these Supplemental Specifications and the Special Provisions . Copies of the Standard Utilities Specifications are available at the League of Minnesota Municipalities , 300 Hanover Blvd. St. Paul , Minnesota 55101. 2 . MATERIALS (2621.2) A . Vitrified Clay Sewer Pipe (2621.2A1) Vitrified clay sewer pipe may be used for sanitary sewer lines which are less than twelve (12) inches in diameter with a maximum cover of 21 feet, unless otherwise specified . B. Plastic Truss Pipe (2621 . 2A1) ABS (Acrylonitrile Butadiene-Styrene) Plastic Truss Pipe may be used as an alternate to any other pipe for gravity sanitary sewers 8" through 12" in diameter with maximum cover of 21 feet, unless otherwise specified. The joints shall be chemically welded . When sealed pipe is cut in the field, the ends of the pipe shall be coated with two layers of suspended ABS joint cement. The ends of the pipe shall meet inside the coupling. Pipe entrances to manholes shall be sealed watertight with 0- ring gasket or other method approved by the Engineer. The services shall be of materials specified . Where the service material is not designed to fit the truss pipe tee tightly, an approved commercial adaptor joint shall be used to connect the service pipe to the Truss Pipe Tee . (1) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 2 . MATERIALS (2621. 2) (continued) C. Ductile Iron Pipe and Fittings (2621 .2A3) Ductile iron pipe shall be used where shown on the plans , and may be used at other locations at the Contractor ' s discretion. The diameter shall be the same as that specified . Cast Iron Pipe shall not be used in lieu of Ductile Iron Pipe. Ductile Iron Pipe shall conform to the requirements of ANSI Specification A-21. 51 , except the minimum design thicknesses shall be as follows : Pipe Metal Thickness in Inches (Class) Depth of Cover - Ft . Over Pipe Size the Centerline of Pip,,e in Inches 0 - 20 20 - 30 30 - 40 40 - 50 4 . 32 = (53) .32 = (53) .35 = (54) . 38 = (55) 6 .31 = (52) .31 = (52) .37 = (54) .40 = (55) 8 . 33 = (52) . 33 = (52) .39 (54) .42 = (55) 10 . 35 = (52) . 38 = (53) .44 = (55) .47 = (56) 12 .37 = (52) .43 = (54) .49 = (56) .49 = (56) 16 .40 = (52) .49 = (55) .49 = (56) .49 = (56) Mechanical joint pipe shall comply with ASA Specifications A-21. 11. (2) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 2 . MATERIALS (2621.2) (Continued) C . Ductile Iron Pipe and Fittings (2621.2A3) (Continued) Fittings shall be mechanical joint . Fittings over 12" in diameter shall comply with the above specifications and shall be Class 150. All pipe joints shall be approved slip type joint with rubber gasket or mechanical joint. Gaskets shall be molded styrene butadiene rubber (SBR) , or nitributadine rubber (NBR) rings made expressly for the joint used . D. Reinforced Concrete Pipe and Fittings (2621.2A4) 1) General Reinforced concrete pipe may be used for all sanitary and storm sewer pipe 12" in diameter or larger , unless otherwise specified. 2) Fittings On sanitary sewers , if the connections are fabricated in the field , the hole shall be cut , not chipped, with a tapping machine and an approved saddle installed. 3) Jointing Reinforced concrete pipe shall have neoprene or approved rubber 0-ring joint gaskets . The reinforced concrete pipe joint shall be designed in accordance with ASTM Designation C361 , with dimensions approximately as shown on DOT Standard Plate No. 3006A. When connecting pipe with R-4 joints to an existing stub with standard bell , the connection section shall be constructed with standard spigot on one end and R-4 joint bell on the upper end. E. Corrugated Steel Pipe and Fittings (2621.2A5) Corrugated metal pipe may be used for storm sewer where indicated in Plans or Special Provisions . All j o ints shall be made with coupling bands which shall conform to the requirements of DOT Specification 3226 .2 . The band shall cover at least two full corrugations on each side of the joint. All joints shall be made soil tight by using Trumbull 5X asphalt sealer or approved equal on each side of the joint as directed. SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 2 . MATERIALS (2621.2) (Continued) F. Poly-Vinyl Chloride Pipe and Fittings (2621.2A6) PVC (Poly-Vinyl Chloride) pipe may be used as an alternate to any other pipe for gravity sewer 8" through 12" diameter with a maximum cover of 21 feet, unless otherwise specified. PVC pipe shall conform to the requirements of ASTM D-3034 class 12454-B , or D-3033 class 12454-C rigid PVC except with the wall thicknesses as shown below. The pipe shall have bell and spigot, solvent welded joints , or approved gasketed joints . The spigot end shall be marked so that the installer and the inspector can determine when the pipe is properly installed. Pipe entrances to manholes shall be sealed watertight with 0-ring gaskets or other method approved by the Engineer. Services shall be of materials specified. Where the service material is not designed to fit the PVC pipe tee tightly, an approved commercial adaptor joint shall be used to connect the service pipe to the PVC pipe . The wall thickness shall be not less than those specified below, except that isolated arcs spanning no more than 150 of the perimeter may be not less than 95% of the specified minimum. The average outside diameter shall not vary from the specified by more than plus or minus 0. 018" from 8" through 12" pipe and 0. 010" for 4" and 6" pipe. Nominal Size Outside Diameter Minimum Wall Thickness in Inches in Inches in Inches 4 4.215 . 125 6 6. 275 . 180 8 8.400 .240 10 10. 500 . 300 12 12 . 500 .360 (4) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 2 . MATERIALS (2621.2) (Continued) G. Concrete Pressure Pipe and Fitti (2611.2A2) 1) General Prestressed concrete cylinder pipe , fittings and accessories shall conform to the requirements of AWWA Standard Specification C301 and shall be designed for t�andepth and forctherlayingecondia ionsaas shown on the p specified , or as designated by the Engineer . 2) Joints Jointing shall consist of a metalized steel bell ring at one end of the pipe and a metalized steel spigot ring at the other end. The spigot ring shall have a groove to hold the rubber gasket. The joint shall provide a watertight compression seal. 3) Fittin All fittings and specials shall be provided with the type of joint necessary to facilitate the connection of other types of materials now or in the future . If concrete cylinder pipe is to be used for jacking, the outside surface shall be smooth, with no enlarge- ment for the bell. H. Service Pipe 1) Cast Iron Sewer Service Pipe Extra heavy cast iron soil pipe and fittings shall be used for. sanitary sewer services . 2) Ductile Iron Service Pipe Ductile iron pipe may be used for sewer service pipe in lieu of extra heavy cast iron pipe . (5) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 2 . MATERIALS (2621.2) (Continued) I. Precast Concrete Manhole and Catch Basin Sections (2621. 2C) Manholes shall have steps , unless otherwise specified. Precast manhole joints shall be made watertight with Ram- Nek material or approved 0-ring gasket at each joint. The Ram-Nek and primer must be used in accordance with the manufacturer' s instructions . Rubber 0-ring used for precast manhole joints should be the R-4 joint or shall be designed in accordance with ASTM Designation C-443. Storm sewer manholes shall be sized as shown on the plans . Precast curb opening inlets shall conform to Mn/DOT Standard Plate 4021C . The concrete base shall be cast-in-place concrete of the size and depth shown on the plans . Concrete used for bases shall have a 28-day compressive strength of at least 3 , 000 pounds per square inch. Approved precast concrete bases will be allowed. J. Trash Guard Where shown on the plans , a trash guard shall be installed in accordance with the standard detail drawings . The trash guard shall have 5/8" vertical galvanized steel rods placed 6" center to center. The guard shall be securely attached to the outfall end section. The Contractor may submit other methods of constructing the trash guard subject to the approval of the Engineer. K. Rip-Rap Where shown on the plans , Rip-Rap shall be constructed in accordance with DOT Specification 2511 and shall be placed on a filter blanket. Individual stones , except those used for chinking, shall not be less than 50 pounds each, hand placed to a depth of 1 foot. Rip-Rap required shall be as listed below, unless otherwise specified. (6) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 2. MATERIALS (2621 . 2) (Continued) K. Rip-Rap (continued) RIP-RAP REQUIRED Size of Pipe in Inches Tons 54 & Over 16 36 to 48 12 27 to 33 8 24 and less 4 L. Base Material and Surfacing After backfill material has been shaped and compacted, the Contractor shall furnish and place the surface as shown on the typical sections . M. Calcium Chloride Solution On all new streets , the City may require that calcium chloride solution be applied on the compacted base for dust control. Calcium chloride shall conform to the requirements of DOT Specification 3753. The application of it shall be applied at the rate of .50 gallon per square yard. 3. CONSTRUCTION REQUIREMENTS (2621. 3A) A. General All streets shall be graded to the typical sections and profile grade as shown on the plans in accordance with the City of Shakopee Standard Specifications for Street Construc- tion. B. New Subdivisions Before work begins on these parts , the developer is scheduled to grade the street to grade with no spot elevation to vary over 0. 5 feet, and overall grading to within 0.2 feet. After the utilities are installed, the existing backfill material shall be compacted and reshaped to the required section as shown on the detail plan, and noted in the (7) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 3 . CONSTRUCTION REQUIREMENTS (2621.3A) (Continued) B. New Subdivisions (Continued) Standard Specifications . All excavation and shaping of these streets shall be incidental to the other items of the contract. 4. SEWER SERVICE INSTALLATION (2621. 3E) Generally, a 4" or 6" wye shall be used in the main line . An approved adaptor or other approved method of connection to the wye shall be installed. The service pipe shall be installed with a sanitary wye at the end of the service. When cast iron or ductile iron service pipe is used, the sanitary wye shall be a standard cast iron soil pipe fitting with slip joint end plug installed, watertight. House connections shall be kept as deep as required to serve the property, with a minimum depth of ten feet in the street and not less than nine feet at the curb line. All exceptions to be approved by the Engineer. All house connections shall be sealed by capping with cast iron stoppers firmly in place , or by other methods approved by the Engineer , which shall effectively prevent water from entering the sewer until the connection is placed in service. S. MANHOLE STRUCTURES (2621.3F) On streets that are not at design grade , sewer manholes shall be built with such additional adjusting rings or short manhole sections as necessary to allow for adjustment of the street to the proposed grade as shown on the plans . On other streets , manholes shall be set as shown on the standard detail sheets . Manhole casting tops shall be 1/4" below the street surface, when the street is paved. On gravel streets , manhole casting shall normally be placed 2" below gravel surface. The thickness of gravel within the depressed area shall be the same as the street. The Contractor , with the approval of the Engineer , where standard manhole sections cannot be used, as in junction and transitional manholes , may construct such sections of brick, (8) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 5 . MANHOLE STRUCTURES (2621. 3F) (Continued) concrete , or a combination of such materials set on a concrete base . The outside of brick or block manhole sections shall be plastered with Portland Cement grout as directed. Hollow concrete block will not be allowed for any manhole construction. 6. SANITARY SEWER LEAKAGE TESTING (2621. 3H) Upon completion of all utility construction by this contract and before any house services are connected, tests will be required of all sanitary sewer lines . A. Air Test Method (2621.3H1) The Contractor shall perform these tests with suitable equipment specifically designed for air testing sewers . B. Inspecting, Televising and Flushing Prior to final acceptance of each section of the sewer line , the Contractor shall flush a ball , the full diameter of the sewer, through all sewers up to 24" in diameter. Larger sewers shall be cleaned by other appropriate methods . All dirt and debris shall be prevented from entering the existing sewer system by means of watertight plugs or other suitable methods . Upon completion of the Contract, the Engineer will televise and carefully inspect all sewers and appurtenances . Any unsatisfactory work shall be removed and replaced in a proper manner. The invert of the sewer and manholes shall be left smooth, clean, and free from any obstructions throughout the entire line. 7. RESTORATION OF SURFACE IMPROVEMENT (2621.3J) The Contractor shall confine his work within the construction limits specified. In all instances , restoration of any disturbed areas outside the construction limits shall be at the expense of the Contractor. (9) SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 7. RESTORATION OF SURFACE IMPROVEMENT (2621.3J) (Continued) That portion of the existing roadway and curb and gutter that is disturbed by this contract shall be replaced in accordance with the City of Shakopee Standard Specifications for Street Construction. The materials shall be placed on thoroughly compacted subgrade. The trench shall be compacted in lifts not to exceed one foot. The patching material for each location is shown on the plans . 8. INTERRUPTION OF PRIVATE WATER SUPPLIES If any private water supply shall become interrupted , either temporarily or permanently, solely as a result of the Contractors approved dewatering procedure , the Contractor Shall be held harmless from any claims . 9. METHODS OF MEASUREMENTS AND PAYMENT (2621.4) A. Sewer Pipe in Place (2621.4A) Sewer pipe shall be measured and paid for at the contract unit price per lineal foot for each type , for each diameter of pipe furnished and installed, and according to the depth zone classification. Increasers and reducers will be paid for at the contract unit price per lineal foot for the larger size pipe. Unit prices bid shall be compensation in full for all costs incidental to construction, including, but not limited to, excavation, pumping, testing, sheeting, pipe completely installed, backfilling, and necessary bends , wyes , and tee sections , unless otherwise included as a pay item. B. Outside Drop Connection (2621.4D) An outside drop connection shall consist of cutting into the manhole and furnishing a tee and up to four feet of riser pipe completely installed, and will be paid for at the contract price for each diameter of the vertical drop. Riser pipe of more than four feet required shall be paid for under "Excess Drop". Measurement of drop section is from invert to invert. (10) e SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 9. METHODS OF MEASUREMENTS AND PAYMENT (2621.4) (Continued) C. Rip-Rap Rip rap will be paid for at the contract unit price per ton furnished and placed, as specified. D. Foundation Materials Material used for refilling to pipe foundation grade to assure firm foundation for pipe shall be paid for at the contract unit price per measured cubic yard volume in place. Payment shall be made only for the width of trench and shall not exceed the quantity of material used within the maximum allowable width of trench multiplied by the depth below the bottom of the pipe. Payment shall include cost of excavation and placement. E. Base Material and Surfacing The payment shall be by the unit price bid per ton for "Aggregate Base , Class 2". F. Calcium Chloride Solution The payment for "Calcium Chloride Solution" will be made at the contract unit price per gallon of mixed solution, and shall be compensation for furnishing and applying the material as specified or ordered. The quantity of calcium chloride solution shall be excluded from the 20io of Article 8 of the General Specifications . G. Street Patching and Replacement of Curb & Gutter Payment for furnishing, placing, and shaping the patching shall be paid at the unit price per square yard or portion as specified in the proposal for each location. Payment for furnishing and placing the curb and gutter shall be at unit price per lineal foot measured along the face of the curb and gutter line. 10. EROSION CONTROL Once the Contractor has commenced work on the street, he shall be responsible to maintain the erosion control provisions which were installed by the developer in the street and/or (11) f (7� SUPPLEMENTAL SPECIFICATIONS FOR SANITARY SEWER & STORM SEWER 10. EROSION CONTROL (Continued) in the easements where he works . Costs of work required to maintain or replace these provisions shall be incidental. In addition, the Contractor shall provide erosion control protection for all areas disturbed by his work. The Contractor shall exercise particular care to provide effective early erosion protection on slopes disturbed by construction adjacent to ponds , marshes and waterways . These areas shall be protected by hay bale dikes or other means as approved by the Engineer. Unless pay items are included for erosion control measures , such as hay bales furnished in areas where the developer has not provided them, such costs shall be incidental to the project. When bid item for hay bales in included in the proposal , the unit price shall include all labor and material to install and maintain the hay bales . Payment will not be made for Placing replacement bales . Once installed, the Contractor shall maintain the erosion control system and keep the upstream settlement areas clean. They shall be checked and repaired after each rain. (12) lea.00001 CITY OF SHAKOPEE 129 East First Avenue, Shakopee, Minnesota 55379 tfr MEMO TO: Mayor and City Council FROM: Douglas S . Reeder, City Administrator SUBJECT: Garbage Service DATE: November 15 , 1979 We have received the attached quotes from these companies interested in providing garbage service to Shakopee . Based on the quotes and based on our knowledge about the three companies , it is my recommendation that we enter into an agreement with G & H Sanitation to provide garbage service for the next two years . You will note on the quotes that G & H increases the Senior Citizen rate more than the normal rate . I feel this is unacceptable and have requested that G & H revise their quote . They have done this and the following rates are now offered. Monthly Rates 1979 1980 increase 1981 increase Seniors $2 .00 $2 . 25 13% $2 .45 9% All Others 3 . 16 3 . 53 12% 3 . 80 8% The total two year cost is the same for the entire City. Recommendation: City Council authorize the City Administrator and Mayor to enter into a two year contract with G & H Sanitation for the provisions of garbage service at the rates shown above . DSR/jiw Attachments MEMO TO: Douglas S. Reeder, City Administrator FROM: Gregg M. Voxland, Finance Director RE: Garbage Service Quotations DATE: November 14, 1979 Quotations for garbage service for 1980/81 were opened at 10:00 A.M. on 11/9/79 . The break- down of the quotes is : 1979 1979 1980 1980 2-Year Monthly Monthly (Optional) Vendor Regular Sr. Cit . Total Regular Sr.Cit. Total Total Quality 3 . 63 2 . 23 95 , 817 3 . 99 2 . 45 105 , 315 201 ,132 G & H 3 . 11.s 2 . 75 93 ,525 3 . 75 2 . 75 100, 725 194,250 Shakopee Services 3 . 62 2 . 65 973215 3 . 98 2 . 91 106 , 869 204,084 As you can see, G & H is the low quote, and appears to be qualified to enter into a contract . GMV/ljw G & H Revised Quotes : $3 . 53 $2 . 25 93 ,495 $3 . 80 $2 .45 100, 755 194,250 890-1100 S (saLU ANITAT 10 N Inc. SAVAGE, MINNESOTA 55378 Allen J. Hennes Pres. Edward M. Gregory V pres. - - '.�'�...® r P.« - »_ November 14, 1979 xaa: City of Shakopee NOV 151979 129 East First avenue Shakopee, Minnesota 55379 .Attention: Mr. DoL?g Reeder �� �� ����®� City Administrator Dear Mr. Reeder: Per our conversation today, November 14, 1979, Ure are in agree- ment to change the contract figures from our original quote to the ones stated below if you desire. 1980 Regular monthly rate $3. 53 X 2000 stons = t 7060.00 Senior Citizen rate 2. 2.5 X 325 stors = 731 . 25 Cost tier month $ 7791. 25 X 12 Cost for the year at above number stors ner month. S93,495-00 1981: Regular monthly rate 43. 80 X 2000 stows = 1 7600.00 Senior Citizen rate 2.45 X 325 stops = 796. 25 Cost per month 8396.25 X 12 Cost for the year at above number stops. $ 100 ,7, .00 Total cost of contract using the number of stops shown. a 194, 250.00 If I can be of any further help please call. Thank You. y�Siiinfncerely. Bob Elliott, G �t, H Sanitation, Inc. S MEMO TO: Mayor and City Council FROM: Douglas S . Reeder, City Administrator SUBJECT: 1 , 500,000 Gallon Elevated Water Storage Tank DATE: October 16 , 1979 Attached is the bid tabulation for the Water Storage Tank and the Consulting Engineer' s recommendation on the award. The low bid with tank was $979 , 200, which was 6 .4% over the engineer ' s estimate of $920,000. In addition to the $979 , 200 bid, we will have to pay the following costs : Bid Price $979 , 200 Consulting Engineer 55 ,000 Soil & Tank Testing 25 ,000 Construction Contingency(10%) 97 ,000 Administration (1%) 12 ,000 Total Project Cost $1 , 168 , 200 Bond Issue Estimate $1 , 168, 500 For the Kmart Tax Increment Project budget we had used $1 , 168 , 500 . which had also included some financing charges . Therefore , without the financing costs included and with the appropriate administrative , testing, consulting fees and contingency charges , the project is within budget . Recommendation It is recommended that the City Council take no action on awarding the bids for the Water Storage Tank for the following reasons : 1) Moody' s has not yet rated the bonds . 2) The bonds have not yet been sold . 3) The contract with Kmart is not yet signed. The schedule of events as I now see it is as follows : 1 ) We should receive the Moody rating on the bonds this week. 2) The signed contract with Kmart should be received from Kmart next week. 3) The City Council should be able to act on November 7 to approve the sale of the bonds to the underwriter. 4) The City Council could award the contract for the tank construction on November 7th if the above actions occur. We may want to wait until the bond closing date , which will be several weeks later. DSR:nae A D SCHOELL 3LE MADSON T VOSLER .MES R ORR !AROLO E DAHLIN LARRY L HANSDN -._ ---- SCHOELL SIl MAOSON, INC. RAYMOND J JACKSON WILLIAM J BREZINSKY ENGINEERS ANO SURVEYORS JACK E GILL RODNEY B GORDON THEODORE O KEMNA JOHN W EMONO (612) 938-7601 • 50 NINTH AVENUE SOUTH • HOPKINS. MINNESOTA 55343 KENNETH E ADOLF WILLIAM R ENGELHARDT OFFICES AT HURON. SOUTH DAKOTA ANU DE.NTON, TEXAS BRUCE C SLINGING H SCOTT HARRI October 15 , 1979 Shakopee City Council Shakopee Public Utilities Commission c/o Mr. Douglas Reeder 129 East First Avenue Shakopee, Minnesota 55379 Subject: 1 , 500 , 000 Gallon Elevated Water Storage Tank Improvement Project No. 79-9 Gentlemen: Herewith is a Tabulation of Bids received October 12 , 1979 , for construction of subject storage tank. Three bids were received ranging from a low of $979 , 200 . 00 to a high of $1, 220 , 375. 00 . The low bid from Pittsburgh-Des Moines Steel Company is 6 . 4 percent above the feasibility study estimate of $920 ,000. 00 . The plans, however, require fencing and more extensive site work than anticipated in the original estimate. The bids included an alternate deduct for use of a center support column and riser pipe in place of a riser pipe adjacent to the outside support column. The low bidder indicated that with their tank design and method of construction, the construction cost is about the same and therefore they offered no deduct. Pittsburgh-Des Moines Steel Company has satisfactorily completed several elevated storage tanks in the southwest metropolitan area. We recommend award of the subject contract to Pittsburgh- Des Moines Steel Company in the amount of $979 ,200 . 00. Award should be made as soon as possible to allow completion by fall of 1980 . Very truly yours , SCHOELL & MADISON, INC. KEAdolf:mkr enclosure TABULATION OF BIDS 1,500 ,000 GALLON ELEVATED STORAGE TANK IMPROVEMENT PROJECT NO. 79-9 CITY OF SHAKOPEE >CH()ELL & MADSON, INC. :NG7NEERS & SURVEYORS October 12 , 1979 BID TOTAL BASE BID BOND TOTAL MSE BID ALTERNATE E LESS DEDUCT REM&RKS ?1T SBURGH-DES MOINES STEEL COMPANY 5% $ 979 ,200. 00 No Bid $ 979 ,200 . 00 LOW BID DES MOINES JNIVERSAL TANK & IRON WORKS, INC. 58 $1,220, 375.00 $10,700. 00 $1 ,209 ,675. 00 See Note INDIANAPOLIS 1 CHT^AGO BRIDGE & IRON t:OMPANY 5% $1 ,091, 300. 00 $25 ,100.00 $1 ,066 ,200 . 00 CHICAGO Note 1 - Exception to completion time: The tank to be errected per specification, however, painting to be accomplished in spring of 1981. Order No. 10311 9 I ! I IV OF SHAK(IPFE R E V E N U E R E P U R T AS OF 10-31.79 PAGE 1 I ! NP (�) 'FNFRAL FI)NL, C U R R F N T M O N T H Y E A R T U D A T E ! ` ACC(tUNI/DF SCRIPT InN EST, REVENUE ACTUAL VARIANCE PCT EST. REVENUE ACTUAL VARIANCE PCT s011 GEN. LFVV CURRENT 26.46 409,582.00 260,702.24 1489819.70- 63.7; In r ;ni? SP.LFVY - JUI?GFMENTS .00 11 ,180.00 .00 119180.00- 10 ;AIS SP.-tkVV - MAlCHjfAG FUNDS- - -- ;00 311192:00 .00 311192:00• ,0 I C17 INC. IM). R COMM. OEV. 100 32,369.00 .UO 32,3b9,00- 00 ! 0?0 OFL. PkOPERTY TAXES 000 109000.00 2.0A3.41 19916.59- 20.8 + icl 3A?1 _VFfatTTFS t lN7FRF91 .. .. -. .__._ - .- ;00 :00 ;00 .00 ..'� ..: TAXFS 26.46 4949323.00 2629785.65 2319537.35- 53.2 3111 1101-109 LICFN5FS .00 329880.00 159385.00 179495.OU- 46.0 it I? PEFk LICENSE% 265.00 4,000.00 39845.00 155.00- 9611 31 t A +41'!CU * rA&ARL iroO LTC: - ;00- --_ ---- _ _ 400;110 - 400;00 400 1000 3114 CI6APETIF LICENSES 100 520.00 345.00 115.00- 66..3 1115 'MT4C. PtISINESS LICENSES 5.00 650.00 19198.00 548.00 164.3 S 1 3n DOrt L i{E aSF S _ -- --_. _-- 31:00- - ---- _ - __ __--700.00 568145 - 131.55- 81.2 - -- 1131 POOL TABLE LICENSES 100.00 19100.00 800.00 300.00- 72.7 ; 113? FL1101 S PFPMIIS 2.591.00 269000.00 419438.50 159438.50 159.4 j 3133 PL4+MHikr,-PERMITS - 626;00 - - 9900000 -- 101089;15 19489;75 112.1 31391 1'ECHANICAL PERMITS 95.00 51500000 49071.75 19428.25- 74.0 31 ;+ NFLL PEkMI1S 61.00 750.00 628.50 121.50. 83.8 3134, S�'WEk A WATFR-PEkMI1S __ -_-. _.__ _. 100.00._ _ _ __._ __ _.- -700s00 -- -- 11730.00 - 19030.011 24791 3137 ELECTRICAL PFkl"ITS 19066.00 31800.00 41345.50 545.50 114.4 MA 51�FFT CIPENIM.. PERMITS 20.00 250.00 454.31 204.31 181.7 '-J4.�e-?•T vC; frtol-P-09. PERMITS 1.00 _ 2S;00 5:00 20.00- 20.0 ,{ 3100 1 TILITY INS. FFk'+I1S .00 100.00 .00 100.00- .0 L ICENSFS A -14E141"IT3 -. - ----- _ 41-981;00 - ---- -- . .__ .. - ---86-j3?SvOO -- 85.304076 - 19070.24• 98.8 ,I 3304, 0"01•ILE HUGE 631.77 400 63107 631071 I 3i07 W.1"f t7En- - - -- ;00 ;00 469191:53 469191;53 310Q rETA-FFU. r.RANT 761.74 .00 79114.11 79114.11 I ^ 3.;In FFOERA( +;RAMS .00 149318.00 .00 149318.00- .0 33?e--SIATF-- GRANTS- __.__ .- __ 600 259832100 209793;5b 59038,44- 8065 j 31?1 POI 19,E TRAINING hp ANT 100 100 11021.00 19021.00 1 33?3 CIVIL IlffENSE rkANT .00 .00 134.14 134.14 _ 1131 ttifAl r=tiv7: al++ .00 3109096:00 232:571;00 171524.44- 7510 3331 ATTACHFO MACH. Ain .00 309000.00 129224.00 179776.00- 40.7 � ! 333? STA1F HKY.^•AIMT. ATU .00 14,025.00 13,945.50 79.50- 99.4 333A FTATF HjY4 C(INgI; AID .00 Oil 159918471 151918671 33?4 POLICE STATE AIU .00 23,700.00 .00 239700.OU- .0 - 3341 C04WT1 k,IA11 k I+P)IIGE AID .00 34,000.00 .00 $4,000.04- .0 j tc5n r:I Ar 1P-n1HFk r:nvT, UA1T9 .00 ;00 12:113.05 129113.05 i ,,� 336n SP11t PY,�+7.7N 1 11 4F lxS. 209032.00 240,384.00 2009320.00 401064.00- 83.3 I -,� ++ .♦ GPANTS F, AIU9 21 ;125.51 692,355.00 562,979.37 129,375463- 81.5 j351 r.a:AUF FEE 12.00 240.00 2F!8.00 48.00 12060 3511- Pt.aN r�4fof FFF 1472.30 495u0.00 139b12.05 9,112.05 302.5 35I? ASStSSPFNT SFAI••CHFS 10.00 150.Ou 115.00 35.00- 76.7 3511 S;Atf nF MAI>S 7.50 400.00 7211.53 320.53 180.1 - 351q PLATS-Wf/tlr--VAR-(.0VO.USF ?50.00 49000.00 39911.95 89.05- 97.8 3515 S11I-vF Y ("It( f F r 1?.Ou 14U.Ou 297.00 47.OU 119.b ' 14 IJ. • lc a 1 is c. so -, VY l► 1'99 -tL'6LL'TQS 62'R9L'960'T 00'99S68S941 A9' 1 S£'£17 bid►' 1 urulj I•- 2'RV -617'9616661 l5'9tL6S9T 00'St5'S9f - [9'17{6'yi S31)ti3nia diH1J •�•� `` i.. f'RoZ 600105t5 617'11709 00005 __ _.. 08'9£ 43i;I,, ud'uv 172'690'£ A2'6901 f 00• 00' S1N3W31113S V SwIV13 'SNI )Sbf robot 9b'LT2117t 9"%i2'61 00'000'5 f0'Ot9'b S1N3w38ailu�.I3a x SONild3n uS6f �,. 009 00 00! _ _._. - - . __ 00' - - - - 1ISI)d'30 Stt3d943A4U iLdf- ;c 00' 00 00' 00' AINnUJ-'SS3SSV'H5 2Ldi ` 4 -I 00' 00' 00' 00' lN3w33H9v An1Snu,+I t5df i Nul.iuiui) Y-YNUllWwL4iIL.JJ- uS-A n' -- •00=005 00' 0 095 pp' z no -00'S9h'SRT OQ' 00'SBn'S9t 00' S83ISNIML 1N N1,+�i"317 ufdf 9'611 ?00206 20'20S'S 00'00910 ZO'tLL 3NIII)SVJ 30 31VS r12d£ ` b'601 921S91 82'SiiSt4 00100bif- - __ _ _. ._._00'- 0' -008000191 on' 00000019.1 00 1S3r131NI utd£ " .I T't9 -60'S62'91 1S'A01169 006000199 29'01619 S39ay.43 '11UJ 39VWivu l£Li `` 17'fB---99=h49 v fit'5gt'-fd --- -00=800/92 _ ._ --- -46!64109 _ _ S3N1 1�JA0�- �Llwail� -Uiyf Z > • ( .' be -LOef6L 56'9 006009 }-- 00' _- 3wUJNI IUOd 'JSIw i175f 7'101 00'£9 00'592'5 00'00$'5 00' SVUS931 t]NlwwtMS eASf -62'016 TL'S2o'A -00-'OOO#S--- - Opo ;- S.pg 100d•SNC]]65lwuv--!1744 1.99 -00'99116 On'b£2'T{ 006000'LT 00' liltid-S13H3T1 NUSVJ3 unSf p1 O'bf -00'ff 00'L1 00'05 00' 0333 43HMIN 33iJ A45£ L'?9 -00=Ob9't - 00'n99'L - - 44=005'6 _ _--_.. _- 000 _ _ -.___— _ 5333-A8uw01S--V Slav)-3atd if4f verb •00'b5b 0019Af 000009 00'601 63NId 8 S3j3 ONi)i)d efSf " O'Sb2 06'24f 0S'219 000OS2 05'19 6331AdIS 3JIlOd 'JSIw Tfbf 0122 917'291 9b'?ff 00*05t - _ pp! :. _ _ _. ... _ _ _ _ _ - 61,40d3ti lw3UL37a--uf5f 00'155 00'LSS 00' 00' Alr3d0dd AIIJ iti 31v�; PeSf 60TS2 51'S5b SL'SSL 00600£ 00' S3JIAa3S'SHM'dd'7Slw ie',f. " ` 17'921 00010=1 00'1790.1 - 00'05 __ _ _ _-- _- 00=lof- — --- - -- - L]JbaHJ au11101-i1a3 GZSt °1 a .�! n• -00'05 00' 00'05 00' 61V1N38 SXaGw 311tl11A {25£ � 9'Of2 000591 00'S9f'T o0'o09 00' 1VAOW36 ►IONS 02S£ Op• 00' 009 y - 00' - 911wa3d '`]Ulkt Nf]- 3i!-H'efvrt btSf, b'9£ -55'Ob5II SA'6S6 00'00S'2 02'69 alVd3d LI'ImIS dt5f ' lobe -00'05£'2 00'00661 00'052'b 000002 S1VLN3a A1M3d)►ad '361-4 LISP ` cl IM .3NVIHVA lvnl3v 3nN3A31i '153 1317 33NV18VA 1Vn13V 3nN3A31f '153 nUtldid'JS3U�1NrniJ3v 3 1 V a 0 1 a V 3 A H I. N 0 W i N 3 H a n 3 (IN113 IV83N3S 10 UNITA a 7 39Vd 6L-{f-01 An Sv 1 M 0 d 3 M 3 n N 3 A 3 d 31dOAVHS 30 AIIJ 6Lbl. 1079 CITY nF -SHAKUPFF E X P E N D I T U R E R E P O H T AS OF 10-31-79 PAGE I FUN1; 01 GE.NFWAL F►)NO C U R R E N T M 0 N T H Y E A R T U D A T E - I } .I ACCOUNTIDESCRIPTiON APPROPRIATION ACTUAL VARIANCE PCT APPROPRIATION ACTUAL VARIANCE OCT 410n SAI_AP-IFA-fULI TIME 56,839.50 666,937.00 540,020.93 126,916.07 81.0 -4117 OVEkTIM+-FALL LIME 208.67 91445.00 8,258.59 11186.41 87.4 4t3N-4Atitl. t3---�A►tt-FIDE ---- - - - --9Fb32;36 00 - - -82i460a19 _ ., .__ 11toldli11 - 8b;2 a 413? SFvEkaMCF PAY. .00 ,00 726.07 728.07- h,I 414n DFRA 3,566.91 544447.00 37,543.98 16,903.02 69.0 II , �c -4 it t--PF Id 0,Ifist,S-F1 CA = - -- .: --- _.. _ -`- --1;e95:9Y - 257475:00 -- 111:502:99 7;012:02 12:3 4142 PENSILinS-FIRF .00 1,529.00 ,00 19529.00 00 1 ,_ 4150 HEALTH R LIFE INSURANCE 1,934.69 30,713.00 199502.68 11,210.32 63.5 ;; 41-5.1-M01*0+144 C�+aP:ik9ltkAHGE - ------ - -- 900 --- - ---- ---- --31041. 8 ---- 311-241:00- ------ - 100 100se-- ,..� 415? 11NF MPL(1YMF?.'1 UnMv. .00 600000 b85,76 85.78-114.3 - R RtY f'E f*$nNAr'eT•RvlcFe __ _- -- - - 7x;078;05 _ _.. 413 i9be;00 - 738;944,90 175;017:10 80:9 4210 nFFIFE SUPPLIES 284.22 9 3 00 5,241.00 26. • / _ 8S 1.314.15 74.9 422A 6tMERAL SUPPLIFS - - - _ ... - ---- - -24903;84 91666468 --64&2 _-) 4221 CHF001CAL8 776.00 39600.00 4,967.02 1067.02-138.0 1 4227 I`'UIO1 FUELS K LUHRTCANTS 13.11 33,020.00 29,486.72 3,533.28 89.3 _ ! ' 4223 CtOTHIflif,-fFftSJQUIVMFNI' - - _:00 -_-- 54 750:00 •si13I:s1 618;73 -89:2 „i4?24 SAFETY SUPPLTFS 19.91 1,160.00 3,162.39 2002.314-272.6 z.� 4221; SMALL MO L. P1144CHASES 58.27 2,660.00 717993 1,942.07 27.0 ifP3fi -f0 P R-RFPAIH- 7044 4231 PLDG.MAINT R PFPAIP 107.42 8,010.00 13,338,40 5,328.40-166.5 N 0A K REPAIR 899 96 184650.00 11,958 57 6,691.43 64. 4?3? vE ICLF. I1�1. R ' 1 e?3 It--rtTOr -Sr4Tfr+.-Mt I„T.�_._ 31500:00 _._3;101:15 . .. 398,85 88:b 4734 1,TIL..SYSIFM MAINT. & CON. .00 .00 .00 00 ,0 424n NnAo MATERIALS 594.42 49500.00 4,458.36 41..64 99:1 �, jai-PeiCHI140 ht4TEkIAL3 - ---- - -- - - --698:60 ---- - - ---- ---6-#"O-io0---- -Y 1251:80-- ----11-748420 -7049 .1424? SFAL CnATING .00 22,00000 ,00 129000.00 .0 4?43 CkOUNOS MAINT. MATERIALS 508,00 2,000000 630.10 1,369.90 3105 ,I-4 2 0 41--it'F P.tlf-'MIL `AIFPTAL4 - -.°.------ 3:>67.82 - _. 47000:00 ---3:267:62 732:1b 81:7 4?5n SliW,LgTHININ[; MATERIALS 2,083.00 5.300;00 51549.18 249.18-104.7 I ;- -StiPPLiF9-1t -REP-A IP9- _.. __ 124805;23 -- -- - 168#238400 --1224427:88 459810.12 7248 4310 LEGAL SERVTCF.S 1.935.67 30,000*00 234351.90 6048002 77.2 t; 431t AUnIi It f1N; SFRVICfS _ _. ;00 5000:00 5;404:00 4;00-100.1 Ai 431? FNGINFFRING SERVI"FS 527.88 10,200.00 13,877.92 3,677,92-136.,1 421 4311 F-nP flSIGN K S1;FTriARF.. .00 60.00 .00 60.00 .0 �71-43111 Pt6NNiNf; ___--- -._ __ _-.__ __ 19197.00 124000:00 .. 144515:00 485.00 9640 _I 4315 (11`IFR PPnf. SENvIFES 7.862.25 45,728.00 29,535.97 36,192.03 64.6 <c **'stPQfi1Ff$Q111Nf%t SFRVIF:S 11 ,522.80 - 10.34388400 4934484.87 194903.13 80:7 { 43?0 PL)S7 Ai:F 15.00 3,125.00 1,807.b8 1,317.12 51.9 -4321 TFtFPHf4NF - - 14097.27 124940.00 84183.30 Ai/756*70 6342 CI1tIMON)CAII019S 1 ,112.27 16,065.00 91991.18 6,073.82 62.2 _.,) 0330 TRAVEL FxPfNSF 594.10 8,520.00 5,73b.73 2,781.27 67.4 ,:i ,r**• T}{hVfl 594.10 R,520.00 5173b.73 2,781.21 67.4 i 1974 CITY OF SHAK14PFE E X P E N D I T U R E R E P O R T AS OF 10-31-79 PAGE 2 NMI) .01 UENFRAL F11ND C U R R E N T M 0 N T M Y E A R 1 0 0 A T E ACCOUNI/4)ESCRINTIM, APPROPRIATION ACTUAL VARIANCE PCT APPROPRIATIUN ACTUAL VARIANCE PCT „s 4350 LErAL Nt1TICES PUHLISNING $60.33 8,820.00 7.189.93 11630,07 8145 1 4351 Nk1N11MG -K R+PUOPOUTION 29004.23 4,850.00 59321.77 471.77-109.1 . �� *#•+ PRI TIfl_(, R RFPkr)l?UCT 2,864.56 13,670.00 12,511.70 1,158.30 91.S �• 43" r,F+1; R'tT:Ak;-1^SUR>'roCt_ _ -___�._____.. _ - -_..-1;094;29 __ .-_-._.._. . _.___--.12;967:00 ---El;985:99 -9;018:99-169;6 „ 0361 PRt1P. K HL1ILtk 1149IJRANCE 20.00 99255.00 871.00 89584.00 9.4 „ 430,7 VF4TCLE .00 12,086.00 12,114.00 28.00-100.2 14S0WANCE 1,114.29 344308.00 34,970.99 662.99-10109 20,290;00 16,163:80 79,7 ;c 4;126.20 ,; 4371 NATUWAL (;AS 8 HTr, 45.78 17,798.00 9,776.29 89021.71 54.9 437?"++47fR 670.25 1,505.00 984.50 Sz0.S0 b5.4 1 ,p--379 f�t+�{+-pT8Pfi9AtlDttMP-C►tGB; - _�-_..-_._ 1F2t3:10 _ ..___ __ _:._,_ 851580,00 ----631419:68 __.__ .22100:32 14.1 4311n LAND RFNIAL .00 11400.00 .OD 10400,00 ,0 -! 21 4381 RUILDING RENTAL .00 500.00 826.40 326.40-165.3 y -4 3E2 2,800:00 - i-,01-0;90 1178100 360 „ 43103 0fF1('F F(JUTPMENT RENTAL 405.71 59700.00 3,779.94 1,920.0b 66.3 4384 EDP FOIJIPMENT RENTAL .00 19,500.00 100618,54 89821.46 54.8 ! ' �J **** uTTLITIES a RFF.TALS 100329.07 155073.00 106,648.05 48,424,95 68.6 ., 4;9n-C0MFE1+FNCE3 R cCHMIL1 _ ._._. _ .__ _, - 582;50 . _ _ _ _9tMiOO_._.._. -5:841.35 ___ 39367.65 63.5 ,. 4391 (1UFS 1% SUHSCPIPTIONS 52.00 59175.00 59961.84 786.84-115.2 439? LTCENSFS 900 178000 261.95 83.95-147,2 4393-hr elrE!$ R IN0FM141 TIES :-00 - - - - - - - - --- s00 ._ ---aOO - 01)0 - „) 4394 FO MA R PAMPPLFTS 33;50 1083400 964051 598.49 64.2 „I 439«, MFF71Nr. FXPENSE 15.00 560.00 281110 278.90 50.2 **** WNF.SCNU(1LS,H(10KS 683,00 16,711.00 13,33b.75 3,374.25 79.8 3"j-4atfl JANIT()RjAt 9EkVICE9 - - -------- -- - 36:90 41-0407:00 91199.48 21207:52 80.6 4411 LUPPFINJ USE CHARr.FS .00 850.00 .00 650.00 .0 „ 44?% RL11Dn TESTS 26.00 . 400.00 345.50 54.50 86.4 an PRIS014 HUARO KJANTTIJ 62.90 12,657.00 9,544.98 3,112.02 7504 ,z �tSPP R{t1(,S; 9 STxUCTUREB 900 ;00 10,000.00 101000.00- ,,,I4500_ CAPITAL-11117Eu .00 .00 .U0 .00 4410 CAPITAL VEHICLES .00 33,364.00 33,351.00 1300U 100.0 a� 4511 4Co"ITAt..=E(j1jIPF:Ft1T 41512.75 6 0,9 U 9.0 U 59,b62.24 1,246.76 98.0 ;r X151? CAPITAL.-nFFICF EQ(JIPME.NT 741,00 61465.00 1 ,334.82 59130,18 209b ,, 4510 (ITHfk 1F1PWOVEkF14TS .00 16,300.0u 7,265.00 9,035.00 44.b Ark" INVnl ii) li"tC T 000 .00 .00 ;01) „ +�*** -CAPITAL 9 TMPRLlVMNTS 5,?53.75 117,038,00 111,613.U6 5,424.94 95.4 „ 4h1T Tt11FREST PAYt.fm75 .00 3,000.00 3,000.00 IOU 10000 4710 PF RMANFNT TkAr;cFFRS .00 27,800.00 21.80u.00 .O1) 100,0 -4 YgQ NfRCHANtjISE flip -kFSAt-f .00 1,650.OU 1.995.10 345.11)-12U.9 4050 lNVn1 17 11Hjl-(-1 .00 .00 .U0 .O1) i lg7Q Elly OF 9HAknVFE E x P E N 1) I T U R E R E P U k I AS OF 10-31-79 PALE 3 'F Uhf) 01 CF.NFNAL FUND C U R R E N T M 0 N T M Y E- A R 1 U 0 A T E eCC�n.rn,T/f).ESCRIPITUN APPROPRIATION ACTUAL VARIANCE PCT APPROPRIATION ACTUAL VARIANCE PCT S -4-9 FPO PFFUf,'1)S- .00 650.00 474.18 115.22 73.0 4Q81 SALES TAX .00 .00 586.92 566.92- 4QQn uISEELLANE(ii)S 46.91 - 20150000 - 19646627 503.73 7b.6 ^� 4991 (nN_TINGENCY- .00 350375.00 .00 35.375.00 .0 •a OT-HFN 'FxPf-NUTTI!kFS-- 48:91 709625;00 - 35 j503:07- 35 121.93 5U.3 _i \ --- F.IINO 444TALS- ------ - -- - ---420T46803 1.630 255.00 IV"4-1716sib 345.539984 7b.6 ,r 1 24 zo A• A^ A7 - rl '� Z 1979 TTTY OF SHAKOPEE -— CHECK REGISTER 11 2U 19 P46L 1 {, CHECK N11. DATE AMOUNT VENDOR ITEM DESCRIPTION ACCOUNT NU. INV. r P.U. a MESSa6t ^ 31249? --- 11/15%79 - - - 1% _ ' SMAKOPEE HDOE ----- GEN.SUPPLIE9-- -- "oI -4220 �� � ' '! 11.80 • " nJ 9, 319no3 _-__L1115/70__ _ _21,34 J_'AUTO.CENTRAL SUPPLY' GEN.SUPPLlEB. 01-4220-421.42 ,z "iSi9nU3 11%1517° 189.07 AUTO CENTRAL SUPPLY SMALL TOOL PURCH. 01-4225-421-42 319003 11/15/79 72900 AUTO CENTRAL SUPPLY EQUIP. MAINT. 01-4230-421-42 319(103 11/15/79 _ _1739_81 - AUTO CENTRAL SUPPLY VEHICLE MAINT. 01-4232-311-31 ; 319003 11/15/79 44,98 AUTO CENTRAL SUPPLY VEHICLE MiIN - 01�+�f32-X21-32 ;» � '^1319003 11/15%79 262.13 AUTO CENTRAL SUPPLY VEh1ICLE MA1N1* 01.4232.421-42 i 319npb 11/15/79 --31,50 -- -AIRtOMM --- - hiff. YloFiTIiTT. ----- -03W4Z33�311i31 31620 ( 319004- 11/15/19 lbi63 AIRCOMM CUMM.SYS.MAINT. 01+4233-321-32 31618 :- ' 211 - 54.13'----- --�------- z, 2-li Or 531900 % il/15/79 70.62 AKINS FIRE EQUIP. -EQUIP. Mk N ui-�123u-321-32 vutiv a� 'i3190UP 11/15/70 484.03 AKINS FIRE EQUIP. CAP-EQUIP. . 01-4511-321-S4 9911 3" ) z^�-... - 554.65 * -- ----- - �_ - - - -- --= --- ------ - ...�>„I cl468,3S A -- - 319013 -__-i!✓i517v_- ----- - --868.3$--__ -�ENNI$ 6N6E -�T�XLARIE$-- - �i-�I�b-312-3i <• 3190111 11/15/70 -- 94.50 ADAMS PEST CONTROL -- PRUF. SERVICEA 01-4315361-36 5679 •, 94.S0 * •r i ASSOCIATED ASPHALT PATCHING MATT 01-4241.427-42 730 ;J 31901° 11/15 T/79 26.00 ASSOCIATED ASPHALT GRUS,vMAiNT.MAT. - 01.4243-62262 601 630.00 * " 135 In^I 319020 11/15/79 - - ----- 8 59 AMERIC+IN a_s_ Cam, U ILE SU�PLZ€�- - --__0iW421U.3i1-31 24lu8I ,n) 89.50 � i.? " 3-19CIPA 11/15/79 6.48 AMES OFFICE SUPPLY OFFICE SUPPLIES 01-4210-121-12 7499 "! 3190V 11/15/74 6.46 AMES OFfIGE 6000 - DEFILE SUPPLIES 01-4210-311-31 7502 . a 41319030 1/15/79 22.00 WALT ACKERMAN IRAVEL EXPENSE 01-433u-651-65 !-,I ' 'if�319n3:111/1 5/79 - orLOU_ BILL__S_IU6GER1r__ _--CLOTHING 01-4223-311-31 IQ79 CITY-OF- SHAKOPF_E CHECK REGISTER it 20 IY ---P-AGE 2 2. CHECK MO. DATE AMOUNT VENUOR ITEM DESCRIPTION ACCOUNT NO. 110. M P.O. N MESSAGE _ a 4 42.00 j6 "! 314632 11/15/79 152_.82_ SAM BLOOM IRON GEN.SUPPLIES 01-4120-421-42 74406 �a (''' 319034 11/15/79 179.24 BATTERY wHSE. SERV. VEHICLE MAINT. 01-4232-411-41 114547 319034-_ it/1.5/7Q _- _-_ -317.02_ _ _ BATTERY WHSE. _SERV. _ VEHICLE MAINT. _ 01.4_2_32_-421-42 111136 31Q03u 11/15/79 269.64 BATTERY wHSE. SERV. YEHiGLE MAj-F. _ - - <, 765.90 * O1 4232 621.62 101681 It. in] 319036 11/15/70 201.50 BUSINESS FURNITURE CAP-UFF.SUEOUIP. 014512.411-41 44693 i 201.50 col ^r 1 319037 -1111-5/79 4.g403 33_ BANKERS LIFE H&L INS, PRE14 81.4925-911-91 4.403.33 - ------ 319040 11/15/14 25.37 BRYAN AGGREGATES ROAD MAT. 01-4240-421-42 ) �_.i _ 25.37 *_ 21" 319041 11/15/74 43.04 BRYAN RUCK PRODUCTS RD. MAT. 01-4240-421-42 '" t 319041 11/15/79 921914 - BRYAN RUCK PRODUCTS - GRNDS.MAINT.MAT. 01-4243-b25-62 "' 960.18 • - - - - - - - ----- --- t K y 44 319045 11/15/14 29765.60 ROY N. BAKER PROF, SERVICES 01-4315-341-34 41•! 2,76S.60. * 4> „off:*Ra** ***•LKS °I319o5p 11/15/19 204.60 CASTLE CHEMICAL CO. CHEMICALS - 01-4e21=650=65 1021 r n, 204.60 * 1 ***-CKS ^� i-1319(>b4_, . ft/15/79 78.10 _CLAYS PRINTING OFFICE SUPPLIES 01-4110-121-12 3031 I`'. 31906u 11/15/)9 222.85 0RINMKi; -- 300.95 1"1 319093 11/.15/7Q 8.5s DUNNING S HOWL. GEN.SUPPLIES 01.4220-421-42 4'! 31Q0v3 11/15/79 16.69 DUNNING S HOWL. GEH.SiPpLIEB 01-4220-44 144 319693 11/15/79 13.12 DUNNING 9 HUWE. GEN.SUPPLIE9 U1-412U•b2l•b2 �~ 314093 11/15/l9 27.73 DUNNING S HOWL. SMALL TOOLS 01.4225-421-42 319093 1 1/15/79 6 h 29 OUN NI NG S HUwE bLUG6 MA I N 1. ui-423 1-1 82-18 , ,1 *#*aaa RR}-LKJ - � i . 1979 CITY OF SHAK_OPEE __- ------ , - - — — CHECK REGISTER 11 tU /Y PAGE S CHF:C.K No. QATE AMUUNT VENDOR ITEM DESCRIPTION ACLOUNT NU. INV. + P.U. N MESSAGE _111 11/15/79 8.62 EASTMAN DRUG MI9C. U1-4990311=31 - - +, - -- - - - 8.62 �ttttf+ -- - --- - - r. Ait*•LKS o oo ISS BROS, 198,00 ' t9e- . --- -- -_ _ _ GEN.SUPPLIES - 7104220.911.91 Sots ' ffttft +ff•CKs '', 319131 11115/7y 683.00 ELECTRIC SERVICE LGUIP.MAINT, 01.4230-351-35 15054 IIto 3 68 00 +� io tv �_.- - z LK5 1 *fffft 11%15%79- -- �- - 11.150 -- - EARL ELMµ ---4TLEW - - Ot•A3T0�31I�31 �) 13.40 t 2� ffftff i- - -- �i� LKa -- ^!3191141 11/15/7.9 _— - -_91.00- G S M SANITATION TRASH PICK UP 01.4373-62d•62 ;;I si I ? 13191 N5 11/15/79 7.95 GOPHER STATE TRUCK VEHICLE MAINT, 01-4232-311-31 4184 � �a=!•f►ftf 319?-24 11/15/74 12.50 HENNEN-S SKELLY VEHILLE MAINT. o!•p232-311-31 i319?24 11/15/79 6.50 HENNEN-S SKELLY VEHICLE MAINT. 01-4232.331-33 "131922 _- -. _11/15/7q _ -- - 18100HENNEN-S SKELLY — — VEHICLE MAINT. _ 01.4232-411.41 �31922u 11115/19 58.00 421-42 95.00 + l^ 3}922A 11/15/79 90.37 MARK HURD AERIAL PRUF. SERVICES 56-4315-911-91 0711 seI 90.37 : - - - --- -- - -- ^i hn 319235 11/15/74 3.3b HARMONS HUWE,.HANK GEN.SUPPLIES UI-4220-321.32 14656 tffftf - - ttt.LKS - '`�31924? 11/15/7a 126.26 HARRIS MACHINERY -- -- -GtN.SUPPLIE3-- 01-n220-421-42 9LI648 126.26 , ,^ — - ttfe.l;Ky • . ' j'" / 314 25? li/15/119 _ _23,95_ IN-TL. HARVESTER ENUIF'.MAIN1. 01-4230-411-42 13427 -s 1979 (.1TY__OF SHAKOPEE- CHECK REGISTER 11 20 IV PAGE 4 -CHFCK NOS -DATE AMOUNT VENDOR ITEM DESCRIPTION ACCOUNT NO. INV. N P,O, A MESSAGE Z 3 I. - .3 4 1 23.95 * ------ --- - -- - --- 7 ^! 31v254 , 11/15/79 100800 - IDS LIFE INS. DEF.COMP. 81-4927-911-91 -- - ---- -- - 315257 11/t5/79 497.10 I-NSTANT TESTING LNG.3EkVICES 01=0312=411-ut . 48710 • ;,e -I o r_I I27 °�-319791 11/15/79 225.00 _ KRA$$ 6 MANAHAN LEGAL SERVICES 01.4310.161-16 Sta?91 ;1/1S/)9 - - 835.00 �RA88 tt MA�IAMAN_--��&�BERiij�E3- �I�310�1b3�1b -in. 1319291 11/15/70 2,S95.64 KRASS ✓< MANAHAN LEGAL SERVICE' 01.4310.165.16 '�' :' 3142-1 __ _..._.:. 1.1 15a2--_.-__ - ..---45 00 KRA$8 t MANAHAN LEGAL SERVICES '- 41-4310.317-31 2_l 142.QI 11/15/79 550.00 KRASS i MANAHAN LEGAL SERVICES Z4•q 10.911.91 - - �° 319791 11/15/10 20.00 KRASS R MANAHAN LEGAL SERVICES 52.4310.911.91 °� 1 319791 11/15./79 2.50.00_ KRASS 6 MANA14AN _ _LEGAL SERVICES_ 53.4310.911.91 319291 11/15/79 90.00 KRASS R MANAHAN �,�6A� BERYjC�9 55�4310�911�41 I 4,610,60 '1319792- -- 11/15/79 -- -- - 34.00 -----KUEHNEN•9 STANDARD --�VEM -Em A 1-NT-, - 0TW44232.311 31 34.00 o • �*+e,ter*fr - • _ < far °z 319315 11/15/79 895 76 4.11 LOGI3_ _ - EDP LGUIP RENTAL U1-4884-151-15 1337 895.76 ^ I I 131931h _ 11/15/79 76.30 LAIMRUP PAINT SUPPLY GEN.3UPPLIE3 01.4220•622-62 2!425 312. 6 - _-L.ANORP �ATFiT �JPPL-��EN.SU�FLIE�- -- __ __._.01Z42z0-639-62 22253 ^0 389.26 37 31931#1 11/15/79 361.75 LOCAL UNION #320 UNION DUES 61-4924-911-91 i 361.f5 * i j :1319319 11/15/70 _11_.25 LUNE STAR LIFE INS. CANCER PREM. d1-4926-911-91 i' 11.25 319;37 11/15/79 1 .88 MINNESOIA TRACTOR EOUIP.MAINT. U1-Ad30-4?1-42 49317 .n41 ***-LhS 31Q339 1 1/ISnco 69.11 M/A ASSOL14J S (.tN_SUJPFLIES 01-4220-311-St 12573 11 • 31Q330 11-11S/7Q 34.5) *+/A ASSUCIATFS GEN:SUPPLIES 01-4220-321•S2 lt5/4 31033- 11/15/79 2b1,9p M/A ASSOCIATES 6EN.SUPPLIES U1-4t2u-421-4t 1!551 -6 1J4 .--__._--._ _— c 1919 CITr OF .SHAKOPEE - CHECK REGISTER 11 20 lY PAGE 5 2� CHECK NU. BATE AMOUNT VENDOR ITEM DESCRIPTIUN ACCOUNT NO. INV. a P.U. 4 MESSAGE 368.61 ^ 319,141 11/15!79 167.43 MACOUEEN EQUIP. EOUIP.MAINT. 01-423U-421-4Z 5691 +o 91 161.43 �"'319342 11/15/79 701.87 MALKERSON MOTORS VEHICLE MAINI._— —— 01-4232 411 41 1^ 319347 11/15/79 4.60 14ALKE_RSON MOTORS VEHICLE MAINT - ,'�319iu2 11!15./79 520.00 --- ----MALK£RSON'MUTOR$ �C NE T NEivfiAL —pI�382 311 31 �+� ii,R.l.KS i. ' 319344 11/15/79 — — 15,00 LARRY MARTIN LICENSES 01-4392-141-14 — ------ --- - ------- ------ ^'I 11/15/79 4,� TARRY MARTIN ----T+IE�TN�—E-Xi�E-N�- ----- O.f�4396-1u1�14 I9N0 - fff*fr L "" 31934H- 1-1-/15/79-­.- _____ . ._—_310.00 ROBERT MC ALLI31ER PROF, SERV. 01-0315-361-3b "I i- 319;50 11/15/79 111.36 MOTOROLA INL. GEN.SUPPLIES 01-4220-321-32 183431 ,. 3319351 11!15/19 9,87 MOTOR PARTS GEN.SUPPLIES 01-4220-621-62 IA�I � 319151 11/151-j9 189,00 —_--__MOTOR PARTS —_ _SMALL TOOLS _01-4225-621-62 � ' 31Q351 11/15%79 37.03 MOTOR PARTS VEHICLE MAITN. ---- - --01-4232-421-42 -1"� ;1 235.90 • "' , 31935? 11!15/74 23.51 MINNEGASCU GAS BILL 01-4371-321-32 4 08. _ MINNEGASCU GA$ BILL 01-4371-022-62 S7 319352 11%15%19 69.38 MINNEGASCU GAS 4111 --- U1-4311-039-62 - - � - i-,� 128.95 • sa 319163 11/15/70 292s.IT _ MPLS. STAR_L TRIBUNE PRINTING 01-4351-121-11 1U43b 292.11 •• fiffrr "11319373 11/15/19 67.00 MILLER DAVIS -OFFICE SUPPLIES 01-4210-331-33 22461 11/15/79 5710 M.ILLER DAVIS_ _ GEN93UPPLIES - 01-4220-131-13 24543! 144,00 *.. 1319s83 11/i5/79 594.45 %M.1/•UELLEk 8 SUNS PAICH1N6 MAT. u1-4241-42l-u2 , V DEBIT ACCOUNT ;REDIT ACCOUNT AMOUNT BATCH REMARKS VENDOR CHECK '_:?'UW7 YEIK Ncvember 20, 1979 Handwritten Bills 01 . 4231 . 181 . 18 01 . 1010 334.00 Bldg . Maint . Allweather Roof 334 .00 01 . 4210 . 151 . 15 10 . 50 Office Supplies American Press 10 . 50 01 . 4391 . 111 . 11 18 .00 Subscription Am. Planning Assn. 18 .00 01 . 4390 . 411 . 41 144 . 51 Conference Arrowwood Lodge 144 . 51 01 . 4315 . 121 . 12 136 . 85 Prof. Services Earl G. Anderson & Assoc . 136 . 85 01 . 4330 . 331 . 33 13 . 60 Mileage Alex Barac 13 . 60 56 . 4242 .911 . 91 56 . 1010 19 , 654. 78 Seal Coating Blacktop Service 19 , 654. 78 01 . 4244. 427 . 42 01 . 1010 1 , 414. 80 Ice Control Mat. Buesing Bros . 1 , 414 . 80 01 . 4232 . 311 . 31 it 140.00 Vehicle Maint . Bloomington Chrysler/Plymouth 140 .00 01 . 4380 .911 . 91 It 825 .00 Land Rental Chicago , Milw. RR 825 .00 01 . 4232 .421 . 42 of 366 . 60 Vehicle Maint . Coffey Petroleum 366 . 60 01 . 4330 . 121 . 12 of 8 . 80 Travel Expense Judy Cox 8 . 80 01 . 4222 . 421 . 42 it 121 . 55 Motor Fuels Dressen Oil Co . 121 . 55 01 . 4330 . 121 . 12 if 6 . 40 Mileage David Dacquisto 6 . 40 13 . 4315 .911 . 91 13 . 1010 186 . 75 Prof. Services Nancy Engman 186 . 75 01 . 4232 . 311 . 31 01 . 1010 139 .00 Vehicle Maint . Engine Testing Corp . 376 . 00 01 . 4232 . 421 . 42 It 237 .00 " 01 . 4224.421 .42 it 12 . 68 Safety Supplies Elvin Safety Supply, Inc . 12 . 68 01 . 4232.311 . 31 It 96 . 37 Vehicle Maint . Ed Fannier 96 . 37 01 .4230.611 . 61 it 155 . 16 Equip . Maint . HauenStein & Burmeister 155 . 16 F1979 C17Y OF SHAKOPFE CHECK REGISTER 11 20 79 PAGE b I'I CHECk N(U. DATE AMOUNT VENDOR 17 Em DESLRIPTIUN ACLOUNT NO. iNV. 0 P.O, 0 MESSAGE Z � 3 is - - - — ***-LKb - `1319396 11_/15/70 26.32 NW BELL PHUNE BILL 01.4321.111-11 ;, _ 314386 11/15/79 203.76 --- _-NO BELL -- PMUNE BILL - - 01-4521-121-12 ^� 31938h 11/75/79 55.00 NO BELL PHUNE BILL 01-4321.141-14 "O 519381 - - --11/15(79 _-.-_ _- -_ --83.76-_-._-- No BELL —_ PHONE BILL 01.432!-151.15 �,� "` 31938h 11/15/79 89.66 NO HELL PHONE BILL 01-4321-ldl-16 I» "1319386 11/15/10 325.29 NO HELL PHONE HILL 01-4521-311-31 ,•I 3193[+6 11/15/79 39.09 NW BELL PHUNE BILL 03.4321-321-31 I" 319386 11/15/70 - - 34 22-- - NW HELL -- - - PHONE - uIZ323-331-33 ,- 31438E 11/15/79 20.33 No BELL PHUNE BILL 01-4521.351-35 16 > wA BELL PH NE BILL 0!«4321.411-4i "i3193bh 14115179 51.97 NO BELL --- PHUNE BILL O1-vSZl42i-42 -- - - -I "I 319"6 11/15/79 23.80 No BELL PHONE BILL 01.4321-639-62 �31938b _ 11/15/79 26932 NO BELL _ _ PHONE BILL 15-4321-191-19 1,104,30 * ----------. 31.9387 ._ ___. . 11/1.5/79 sERV. ST,_EOUIP `EOU3P.AMAIN1s 0l-4230.421-42 2010 35.00 * - --- -- --- --_ . • '� 44414+ '• t**•CKS ,, •. 3194105 11/15/74 39.196.76 ORFEI t SUNS OTHER IMP. 56-13519-911-91 39,196,76 LKb 3A� 319411 11/15/79 2,500.00 PAT-CMIR OPWAIUL-9 PTRuP. EIMCES - -- 13-4315-911-91 79276 -,•I 1 29500.00 R lag it { !4.l 319412 _ 11/15/79 373.96— --PITNEY BOwE3 - — ---U F. EY 1�, ENTAL--- -- 01=4383-1-21=12 14F 373.96 • � AA+tri ***-LK8 3191317 11/15/70 11.59 PUUCHER PRINTING OFF ILE SUPPLIES 01-411U-141-14 14W .:0I � �� *ittAA ~•f " ^'131"20 11/15/7() 6.95 HAROLD PASS MEETING EXPENSE U1-4396-421-42 A05—'. - - --- - --- ^,� iii*i* tt*-LKS "'I i 319422 11/15/79 3.99 PETTY CASH GEN.SUPPLIS U1-4220.111.11 319422 11/15/70 2.50 PETTY CASH VEHICLE MAINT. 01-4'!32-331-S3 319422 11/!S/7? 2.95 PETTY CASH POSTAGE 01-4320.121-12 319422 11/15!79 0.41 PETTY tASh PU$11GE _ 01-4320-141-10 I 319422 11/13/70 7.140 PETTY LASH POSTAGE 01-4320-411-41 319427 11/15/79 5.00 PETTY CASH LILENSES 01.4392-411-41 "; 3191322 11/15/70 9.75 PETTY CASH LICENSES ui=4392-421-42 i 319472 11/15/71 17, 11 PETTY CASH MISC. V1-4490-111-12 J I`5 1979 CITY OF SHAKOPE,E _— CHECK REGISTER 11 t0 79 PAGE 7 z CHUCK NO. DATE AMOUNT VENUOR ITEM DESCRIPTION ACCOUNT NU. INV. 0 P.O. It MES5A6L z w 1 '3190?4 11/15/79 210.00 PETERSON SEED GRNDS MAINT.MAT. 01-4243-622-62 1421 210.00 * 9 **.CKS " 319431 11/15/79 309.17 PRIOR LAKE AGGREG, GRNDS MAIN]. MAT. 01-4204-427-42 - ''" 309.17 s, Zg 01-4436--411,;41 7378 "'319447 11/15/19 90.00 ROGERS LO, - i 90.00 1"i mon4A 11)15/79 18.74 REYNOLb?; wEL0I�i6 - ---�EN.9UPPZTEB --- - _0T=4220421=42 29863 31944A 11/15/70 35.00 REYNOLDS MELDING GEN98UPPLIES 014220-441-44 2H3448 z, =wi31Q44Q 11/15/70 75.80 RADIO SHACK GEN.SUPPLIES 01-4220-111-11 67913 75.80 • " �t319462 11/15/79 19.95 RICH/LYNN CORP. GEN.SUPPLIE9 01-442p-121-12 5074 1 19.95 # sn w, 3191166 _ 11/15!79_ `— 279.95 REEDS SALES 3ERV, —_ CAP-EQUIP. 014511!6?1-64 �.-I 279.95 lA^ 31 91J67 11/15/79 14.10 RIES CHARLES BOOKS 01-4394-321-32 ! ' 14.30 Its I ; � X319472 11/15/79 7,540.00 ROLLINS OIL CU. MOTOR FUELS 01-4222-421-42 21470 319477 11/,15//9 19.12 SUEL BUSINESS — OFFICE SUPPLIES 03-421u-121-12 319477 11/15/79 19.54 SUEL BUSINESS OFFICE SUPPLIES 01-4410-141-14 " " 319477 11/15/79 2.77 SUEL BUSINESS OFFICE SUPPLIES 01-4410-151-15 319477 11/15/79 39.57 SUEZ. dUSINES9- - OFFICE SUPPLIES 01-4410-311-31 " 319477 11/15/79 24.57 SUEL 1USINESS OFFICE SUPPLIES U1-44111-421-42 "J "J.. 105257_. • "1319479 _ f�t511Q 3.537.14 SHAKQPEE VALLEY PUN; . �Ei4L NtiT.NUn. _ o1-4S5u-121-14 'I 319479 171/113/79 143.86 SHAKOPEE VALLEY PUb: Lt6AL NOT.PUH. 01-4350-131-13 319 474 11/15/70 __._.31ra7 . - SHAKOPEE VALLEY PUB. - LE6AL NOT,PUd. 23-4350-911-91 "i F197q -_UF SHAKUPEE, ..- _ - CHECK REGISTER 11 20 17�6t CHECK NU. .DATE AMUUNT VENDOR ITEM DESCRIPTION ACCOUNT NO. INV, 4 P004 4 Mt5SA6t Iz °1319074 11/15/79 . 16.70 3RAKOPEE VALLEY PUB. LEGAL NOT.PUB. 24.43SU-911 91 `� 31y479 11/15/79 125.96 SHAKUPEE VALLEY PUB. LEGAL NUT.PUb. 55-4350-911.91 °! 319470 11/f5/79 40.97 9HAKOPEE VALLEY PUb. - LEGAL ,NOT.PUb. 56-4350-911-91 3.896.50 _.-- i�I "� ;19ug1 11/15/79 161.50 SHAKOPEE FINE DEPT. SIGNS 01-4150-321-S2 +• 319481 11/15/19 400,00 00 814AKOPEE FIRE DEPT. SCHOOL 01.4390-321-32 ; - - --- --_ _-- - -- - -----. _ . - - - - - - - --... ***.LK3 LRI til 319400 11/15/79 32.00 STARKS CLEANING BLDG. MAINT. 01.4231-181-18 3-1.9080 11/15/79 _ 24,90__ __-= STARKS. CLEANING bLUG, MAINT. p1-4231.182.18 - -- 3f9n8u if11.5179 25.50 STARKS CLEANING HLUG. MAINT-. 01-4231311-3i _�• 'i319u8u ti/15/79 1340 STARKS CLEANING BLDG, MAINT. - 01.4231.421-42 ^ iz'l ' 319485 11/15/79 224.13 SPUC ELEC.STMT. 01-4370-181-18 319uH5 11_/15/79 - 252.00__- SPUC ELEC.STMT. _ -- _ --- - -- -- ---- ----- - - ----- ---- 01-4370-182-1e .. � , 3194H5 11/15/79 151.06 SPUC -----�lEt;§fil�i, �i-x+370-311-31 319495 11/15/70 73.45 SPUC ELEC,STMT, 01.4370-321-32 319405 _1.1 L15/-ZQ._._ _.----_.._- _-14.50 - _9PUC.----------� ELEC,STMT. 01-4370.351-35 -------;440----- -- - --319485 11/15/7q 11/15/70 302.14 SPUC ELEC.STMT. 01.4370-421-42 �3A =" 319nA5 11/15/79 278,84 SPUC ELEC,STMT. 01-4370-427.42 319495 _ __ _11/15/7° _ - 15,00 SPUC ELEC.9TMT. 01-4370-622-62 319n85 11/15%79 - - -- -_ - ---- 21.40 3PUL FLE1r.ST�fi.- �1�437U�b25-62 „ °; 319095 11/15/79 139,25 SPUC ELEC,BTMT. 01.4370-628.62 1•21 1 319485. _.__Ll%15/79 . -- 80«_64- _ SPUC_ _ _ ELEC.STNT* _01-4370-b39-62 i - - °511.331.20 REPUNO-WORK.COMP, 01--4--990--911-91 319495 11/15/ 7,888.77 . AI I,^13194N7. 1t/15/70 10 84 Stw OF SHAKUPEE_ GEN.8UPPLIES 01-4220-421-42 ,30: 319487 11/15/79 44,00 SKw OF SHAKUPEE SCHOOL U1-8390=321-32 - � 51,84 610.-S0 - --9UBURbAN LNG. ENO. SERVICE5--- _._ 0I=4312411.41 i 31948H 11/15/79 9.604.25 SUBURBAN ENG. ENG, SERVICES 23.4312-911-91 "I 3190e8 821.00-__ _--.___9u8URBAN ENG. LNG, SERVICES 53-4112-911-91 11/15/79 .'I "^I 519488 11/15/79 898.64 SUBURBAN ENG. -ENS. SERVICES -- -�5=a1iz•911.91 •.1 � 319488 11/15/79 2.085.50 SUBURBAN ENG, ENG. SERVICES 56.4312-911.91 I 149019.89 36.24 SUpE1tAMERiCA MoTUIt FUELS 01-4222-141.14 319489 -' 31.9484 11/15/79 27.64 SUPERAMLRICA MOWN FUELS 01-4222.311-31 3191jb9 11/1S/79 59.84 SUNERAMEk1CA VEFilllt MAINT. - 01.4132-311.31 123.72 * i + 31909f 11/15/79 3,053.75 ST. FkANCIS HOSPITAL PROF. SERVICFR 01-4315-911-91 31949f 11/15/74 13.00 ST. FkANC1S HOSPITAL bLUUU TFSTS 01-4425-311-bf 5,.F16h.25 1970 CITY OF SHAKOPEE — CMECK REGISTER 11 40 19 PAGE 9 i CHE.Ck NO. nATE AMOUNT VENDOR 1TEM DESCRIPTIUN ACGOUNI NU, 1NV, N P.O. 0 MtSSAUL Z ) 3 —_ — -- - ------- 1 °'319b91 11/15/79 127.'SU SCHkOEDER MFG• GEN*SUPPLIES — — U1-4Z2U•421.41 1951 .a I 319x92 11/15/79 38.08 SHAKOPEE MDwE, -- - -bEN.BUPPLIE$— -- -D1-4�Z0�421.42 9I 1'l 319492 fi/15179 ,53 SHAKOPEE MDME. 6EN,SUPPLIES 01.4220.441-44 '#319!{02 _ _--11/i,�119.�---�_ 1.61 M�KONEE NDwE GEN•SUPPLIEB 01.4zZ__0.65U•65_ $- 'n 31.9097 11/15/779 92,68 SHAKOPEE HDWE. SMALL TOOL$__.____ O1.4C2S•421.42 - - - ��ial 132.90 I,. !' 3.1,9 u o 4 . ..-- _11/fSI79_... ...__--_..__.— x7 50 .E—_-,W N�3I_NC. - _ -.._. . _..BLDG._MAINT,..__ _ 01-4231-161-18 1Z46 „ 67.50 * :ol - :3194q7 11/15/79 100,00 SHAKOPEE FORD VEHICLE MA1NT, 01-4232-311-S1 1e4lb ;F 00 #*i-LKS + 319999 - 11-1 S7-79 ---. -- -[9.��a--- -- $CGTT-CTi'-.-T IiEI;— - -G€A.�SUPPtIE9 01-4Z2t1-151-15 ;33 19.95 I an .;319505 11/15/79 39197.47 — _ STATE TREASURER SURCHARGE REMIT. 83-4929.911-91 1 - -- - 3,197,41 ,► ------ -- - -- ..- - - *ii.CK13 ^^ ?rI31950a 11/15/79 14,56 ST.RFGIS PAPER CO. GEN.SUPPLIES 01-4220.318.31 33143 14 56 • ***•CKS r 319510 11/15/!0 1,529.00 - PEN910N8=FIRE --- 014142-321-32 - *i+i:42i - .. ^' 319x10 11/15/79 1bt509,90 OTHER COLL, 82-4930-911-91 ***-424 18,038,90 I't^1319511 11/15/79 50.00 SHEPARDS CITATIONS 8OUK9 U1-4594-161-16 ^ ^` 50.00 �C 1 15.QU 3CUtT M. itEGOROER G€N,SUPPLIE$ 01-42Zu-f41-1u ; 15,00 11/1 S/7y 5.00 SCOTT C1Y.SURVEYUR GEN.SUPPLIES 01-4Z2U-141-14 S N1-IHt-stcn-t� do X31d HSV-N1 Will bL/SI/[ I tL56111 511-ii• t, � i OS'92 IL.I ?t-t21-nhS4-In 8Hna 'end LS3M - OS'82 6L/S111I £LS61iI- a�l'1-iii iiiii►��O. i 296[0£ [b•Tt6-STf.b-n2 S3OTAHU '4n8d 'JOSSV A 9n1H NnA 296LOf 6L/5l/Il y9S6lf L4 �n gCOO ST-151-96fb-TO 3SNUX3 MNI133W ONvlXOA 99349 Will 61/SI/tI n956If ,:•4 5T-t5I-Of ftt-lp-_--- ._ isfol03 11-1AtlNl_ _ QN'flxnh-993}49 _. 09*Ld 61/St/11 1795b&f l �.. RYa-iii __ +► SL69t 72?e 2n-t2h-n22n-t0 S3I1ddnS'N39 3NVdO8d*ONl A31lrA S1691 Wsl/1[ 955btf ._ ILI «I 2b-12b-06Tb-10 1001+95 - --_. W 40 n Od'61 1 - -- - i0sull bhSatf z. to-1Ib-06Th-TO 1nown W d0 n 0060£ 6L/GI/II SnSbIf ;,: '•I_-- 9Lt6Ot S1�tSL�06fb�1�_-- _ W X11 _ O 'Z4 -- 6Li5[/It._.__ ... _Sn561f << JC; • Sb6AST e =� _2£91 bt-lht-Zf2b�I0 o1NirW 311I1143A 91 NOINn OS'2 bl/S[/I[ hn5blf ;�.: ' 9SSl 20-t2b-2228-Ill s13nj aglow T! - - 9t NOINn - ----5661ST -- - --- 61/St/TF - nn5h1f 90101 I„ L7h22 If-LIT-0220-10 83I1ddneeN39 430 9n1A 3nlVA 3nHi 9L'LOT bL/SI/It it's6tf i ��c IFS i �� Tf-t[f-O2fn-tA 39r1St)d a318rW1MOW-66'41 X060 - 6L/ST%II 2bS6tf '.., old;cx, QTSnft iT Ttf-h2?n-tD S3114dn9 A13drS 0312wIlNn Sw403INf1 00 OT1 - 6L75t/lE [n�61f L 7FhnTt tS-ttf-02�n-10 63I1ddnS'N39 031IwIlNn OwMOAINn ST'2f1 6L/St/11 ln5etf all ii u;-- - -.. ... -- - --- - -- --- --- -- ------- - ----- . _....---------- -* .0065.1-'- _ ___ '..: ILI IT-ttT-Stfb-TO 613TAN32 6dONd 9N IM-01 6-INl 00651 bL/St/It dfSbif7:-:I cu _ _ __ ____ • 9[621 - _ra: ,u --- ----�--- - - - h7hB Ih-TTn•022h-t0--- B3jldd 39 �1SOd 3NA03131^-- 9L 2•f•�-- --- --- ----6L/SI%1�-- -- - Lf5b.if I� ol I{ ?f2v O o1NIVW_311IHIA SHOLOW 33dowyms IS66S 6L/St/ii 2£56tf I:, C z; 39rSS3W N 'nod M 'ANT 6nN 1Nnn17r NnI1dI41930 H31I IlOQN3A 1NnOwV 31vQ 6ilN k�3►+� L Ot 3!1rd hl O? it N31SI93b 43343 33461£_V46 Jn A I I t r i 1979 CITY OF SHAKOPEE _- _, __ .- y., _-._.___-CHECK REGISTER - - _ _ -_ 11 20 19 PAGt 11 'I CHECk NO. DATE AMOUNT VENpOR ITEM DESCRIPIIUN ACCOUNT NO. INV, 0 P.U. 0 Mt6S46t '319577 !1/15/79 3.02 WOUDLAKE SANITATION TRASH PICK UP 0 i319577 11/15/79 26,88 MUODLAKE SANITATION TRASH PICK UP 01-4373-311-31 " 319577 1.1/.15/79 _ _ 15.13 NOODLAKE SANITATION TRASH PICK UP 01-4373-321-31 I'' 319577 }1/15/79 26,x ---MOOOLAK_ SANITATION- ---JPA8H�ICK U�---------0I�-4373e421iw42 I^ 319577 11/15/79 26,88 - NOOPLAKE SANITATION TRASH PICK UP 01-4573-622-62 t° 1 "3-1..957.7__ __.: .-_11!15!19 ._�;,_ _, 61942.92_ 11o00�AKE '.�NItATION. TRASH PICK UP 01•4373�711�1-1 11 ^I 7,059.86 1319583 - 11/15/79 109.93 MUNTGUMERY WARDS GEN.SUPPLIE9 Of-4220-u21-u2 to Ii' I 109693 +► i ! i 319591 11%15%79 525. 6 0 XLRUX CUPP. UFFIGE EDUIp,RENTAt 01=x383-311-31 590781 525.00 + 21! "�319h_03 _11/15/7Q _ -206.25_ - ZACKS_ CHEMICALS 01-4221-421-42 7e62 319403 11/15/79 X98.75 �AZ`KS - - -- 11�1+iI�ACS - —b7-t�221-441�41F 7662 F:319603 11/15/79 140000 ZACKS SMALL TOOLS 01-4225-421-42 7662 745,00 ° I lid It 51*137.S6 FUND 01 TOTAL p1 ,. 26.,32 FUND 15 TOTAL 9,636.12_. FUND_23_TUTAL 874.52 FUND 24 TOTAL - 'a 20.00 FUND 52 TOTAL F 19-071.00 FUND 53 TOTAL FUND S6 TOTAL 98.00_-_ FOU 71 _TOTAL_.__. I � ♦ l4r , ^, 4,874.33 FUND 81 TOTAL 164509.90 FUND 82 TOTAL 3,197.47 FUND .83 TOTAL 132,575.42 TOTAL 'f:I a, n� DEBIT ACCOUNT CREDIT ACCOUNT AMOUNT BATCH REMARKS VENDOR CHECK AMOUNT CHECK CIO . HANDWRITTEN BILLS- NOVEMBER 20 , 1979 Page _2 _ 01 . 4315 . 121 . 12 01 . 1010 474.00 Prof. Services Eugene A. Hickik & Assoc . 474 .00 01 . 4315 . 421 .42 " 840 .00 It Jerry' s Contracting 840 .00 01 . 4330 . 141 . 14 if 16 . 40 Travel Expense George Johnson, Jr. 16 . 40 01 .4230 .321 .32 96 . 70 Equip . Maint . Ladder Towers Inc . 96 . 70 01 . 4315 . 651 . 65 825 .00 Prof. Services Lutz Tree Service 825 .00 22 . 4315 . 911 . 91 22 . 1010 300 .00 " Lasalle , Ruppert & Assoc . 300 .00 01 . 4394. 331 . 33 01 . 1010 9 .00 Books Mn. Soc . Am. Inst .Arch . 9 .00 55 . 4514. 911 .91 55 . 1010 3, 225 . 83 Street Const . McNamara-vivant 3 , 225 . 83 01 . 4250 .421 . 42 01 . 1010 183 . 36 Signs M-R Sign Company 183 . 36 01 . 4231 .311 .31 it 81 .00 Bldg. Maint . Marsh Htg . & A/C 81 .00 01 .4330 .311,31 it 9 .00 Mileage Pat Mohrbacher 9 .00 01 . 4232 .421 .42 of 19 .00 Vehicle Maint . Myers Automotive 19 .00 01 . 4394 .311 .31 " 40 .00 Books State of Minn-Doc . Section 40 .00 01 . 4394. 411 . 41 " 15 . 00 of Nat .Society of PE 15 .00 01 . 4980. 911 . 91 32 . 50 Refund/Dup . pymt . Northern Electric 32 . 50 01 .4394. 441 . 44 17 . 24 Books Prentic-Hall 17 . 24 23 . 4312 . 911 . 91 23 . 1010 49 , 680.00 Eng. Services Schoell & Madson 49 , 680.00 01 . 4231 . 628 . 62 01 . 1010 70.00 Bldg. Maint . Schrader Block 70.00 DEBIT A`• OUNT 'REDIT ACCOUNT AMOUNT BATCH REMARKS VENDOR CHECK AMOUNT CHECK 9C . HANEWRITTEN BILLS - NOVEMBER 20, 1979 Page 3 01 . 4315 . 321 . 32 01 . 1010 52 . 65 Prof. Services Shakopee Medical Center 52 . 65 01 . 4351 . 121 . 12 It 1 , 204. 15 Printing Topographic Arts , Inc . 1 , 204. 15 01 . 4220. 181 . 18 It 505 . 20 Gen. Supplies United Labs 505 . 20 01 . 4394 . 151 . 15 it 3 . 50 Books University of Georgia 3 .50 56 . 4514. 911 . 91 56 . 1010 15 , 103 . 13 Street Ccnst . Valley Paving, Inc . 15 , 103 . 13 01 . 4232 .311 . 31 01 . 1010 746 . 34 Vehicle Maint . Valley Tire Service 746. 34 97 , 571 . 35 97 , 571 . 35 General Fund 01 9 , 420. 86 Fund 13 186 . 75 Fund 22 300 .00 Fund 23 49 , 680 .00 Fund 55 3 , 225 . 83 Fund 56 34, 757 . 91 97 , 571 .35 CITY OF SHAKOPEE w 129 East First Avenue, Shakopee, Minnesota 55379 MEMO TO: Douglas S . Reeder, City Administrator H.R. Spurrier , City Engineer FROM: SUBJECT: Maintenance Agreement for Blueprint Machine DATE: November 15 , 1979 Attached please find a copy of a machine maintenance agreement from Rogers Company. This agreement provides for continued maintenance of the blueprint machine in the Engineering Department . The agreement provides for two annual inspections . The rate is a reasonable rate because I also attach a copy an invoice from Rogers Company for the labor,parts and mileage required to fix the blueprint machine and Adjust the blueprint machine October 30. Should we enter into the Agreement, the amount of $70.80 would be credited to our account as a part of the annual $125 . 00 fee . I recommend that the City enter into a maintence agreement with Rogers Company. HRS :nae %6 s DIVISION OF 7HORPE INVESTMENT CO. 2323 WAYZATA .BOULEVARD MINNEAPOLIS, MINNESOTA 55405 MACHINE MAINTENANCE AGREEMENT ith W It / ST For the servicing of the following equipment: TYPE OF MACHINE MAKE SERIAL NUMBER SCHEDULED CALLS PER YEAR PRICE PER YEAR 1. In consideration of the payment of S,12u— _annually in advance, and subject to the conditions hereof, the H. A. Rogers Company will (a) Inspect the above machines times per year at intervals of approximately months. (b1 Clean, lubricate, adjust and make all minor repairs necessary on each inspection call. (c) Furnish labor for installation of all parts necessary for proper operation at time of scheduled service call. (d) It is provided that the extent of repair will not include major overhaul, rebuild or conversion. (e) It is further provided that all work under this agreement is to be completed within the normal eight hour work- ing day. Any overtime work done upon the request of/or with the approval of the machine owner will be subject to additional overtime charges at one and one-half times the prevailing hourly service time rate. (f) Should the machine owner request special service, other than the regularly scheduled inspection and service as provided by this agreement, such special service will be chargable to the machine owner at regular rates for regular ,A10ime (between 8 A.M. and S P.M. during the normal five-day work week) and 1!/z times the regular rate on Saturdays, Sundays, and Legal Holidays, and for any overtime during the five-day work week (before 8 A.M. or after S P.M.) in addition to charges for all incidental traveling time and expense incurred on these special calls. (g) It is further provided that the date on which service will be rendered each period will be determined by the serviceman's itinerary. However all possible arrangements will be made to render such service as close to that date most convenient to the owner. 2. Should the H. A. Rogers Company fail to make a regularly scheduled service call, the Owner will be credited with the total amount paid hereunder. 3. The Owner will pay for all parts and materials. 4. This agreement is not transferable, but should the Owner apply any of the above machines toward the purchase of a new Ozalid machine, the unearned balance paid for service thereon will be applied toward a new Machine Agreement for each new machine. ;, MOTE: AS A "PREVENTIVE MAINTENANCE CONTRACT" THIS AGREEMENT DOES NOT—REPEAT- DOES NOT ENTITLE THE CUSTOMER TO EMERGENCY CALLS. IT PROVIDES THE SERVICES (a) (b) (c) AT SCHEDULED INTERVALS. Rogers Company By , gy: Dated This Contract covered by Customer's P. O. Dated 19 —. CUSTOMER'S COPY SxA u D o WD _L_A_KE fAHK ADVISORY COPWIT-TEE — IVE NU`J 1'it3L' � 17 1979 'UN_UTES meeting was called to order at 7 :00 PM by Chairman Stoks in the Community Services Meeting Room. Members Present : Dick Stoks, Paulette Rislund, Harry Weinandt, Marlene Larson, John Leroux, Bill Devine, David Rocknet and Community Services Director George Muenchow. Marlene Larson gave a Treasurer's Report with $ 160.21 balance in the Savings Account maintained for this committee. It was agreed that this amount would be left in the account for the present time. John Leroux commented that following the defeat of the Bond 3 Referendum at the polls on November 6 that now is the time to 40 press forward seeking re-designation of Regional status of this park by the proper authorities including the Metropolitan Council. In line with this the City Council at its November 7 Meeting re-appointed all committee members requesting their council and guidance in seeing this matter through. All members accepted this re-appointment excepting Harry Weinandt who was" co cerned about the conflict of interest that now wolil i P nimittee Motion by Leroux, seconded by Larson, that this body recommend to the City Council that John Neely be appointed to the committee to replace Harry Weinandt. Carried. Mot on by Weinandt , seconded by Larson, that this committee re, affirm its previous recommendation to the City Council and Planning Commission that appropriate action be taken as quickly as possible to secure Regional Park Classification for the O'Dowd Lake Park. Motion carried. wfidowp e was directed to send a letter of thanks to all involved through the means of the Shakopee Valley News "Letter To The Editor" column. Marlene Larson will send personal notes of thanks to the organizations that contributed funds for this effort. Motion by Leroux seconded by Rockne, to adjourn. Carried. The next meeting will be scheduled at the call of the Chairman. respectfully submitted, George F. Muenchow, Acting Secty. November b, 1979 Mayor Walter Harbeck City of Shakopee 129 E. First Avenue Shakopee, !-N 55379 Dear Ffayor Harbeck: The Shakopee Police Commission voted unanimously to reduce the probationary period for Chief 111o[n.1s Brownell from one year to six months. This action was tal.en on September 27, The probationary period will end on December 4, 1979. The probationary period of Patrolman John M. Flynn ends November 20, 1979. We recommend permanent status. Sincerely, Virgil S. Mears, Secretary SHAKOPEE POLICE COT.u�IISSION M/a cc:Mr. D. Reeder Commissioner S. Dircks Commissioner S. VonBokern CITY OF SHAKOPEE /D/ c ff 129 East First Avenue, Shakopee Minnesota 55379 MEMO TO: Mayor and City Council FROM: Douglas S . Reeder, City Administrator Police Chief Probationary Period SUBJECT: DATE: November 15 , 1979 The Civil Service Commission has recommended that the probationary period for the Police Chief be reduced to six months , and I concur in that recommendation. If the City Council agrees in reducing the probationary period to six months , the probationary period would end December 4, 1979 . One reason that the Chief is concerned about this is that he would like to move to Shakopee and does not want to purchase a home until after his appointment has been permanent. The Chief ' s performance to date has been very good, and I believe that he has made good progress in making the needed changes in the Police Department . I believe he is well respected in the Department and with the rest of the City staff . His presence has greatly increased the communications and coordination between the Police Department and the City Hall . Recommendation: It is recommended that the City Council appoint Thomas Brownell as a permanent employee effective December 4, 1979 . DSR/jiw l � MEMO TO: Mayor and City Council FROM: Douglas S . Reeder City Administrator RE: Permanent Employment -- John Flynn DATE: November 19 , 1979 The Civil Service Commission and the Police Chief have recommended that John Flynn be made a permanent employee of the City of Shakopee . He has successfully completed his probationary period and I concur in their recommend- ation that John Flynn be appointed a permanent employee . DSR/jiw CITY OF SHAKOPEE JO iw a:1' ,1Rrx 129 East First Avenue, Shakopee Minnesota 55379 MEMO TO: Mayor and City Council FROM: Douglas S . Reeder , City Administrator SUBJECT: HRA Director/Administrative Assistant DATE: November 15 , 1979 We have received about 30 applications for this position. Of these , I have interviewed four people and am now recommending Jeanne Andre for the position at a starting salary of $12 , 500. She will not get a salary increase in January but would be eligible for an increase after six months . She does not have a great deal of experience in this area but has a strong educational background (nearly completed Masters Degree) and some good work experience in related areas . Recommendation: It is recommended that the City Council appoint Jeanne Andre at a salary of $12 , 500 to the position of HRA Director/ Administrative Assistant effective December 3rd, 1979 , with the understanding that she will serve a six month probationary period . DSR/jiw Attachment CITY OF SHAHOPEE ) o Minn 129 East First Avenue, Shakopee, esota 55379 MEMO TO: Mayor and City Council FROM: Douglas S Reeder , City Administrator SUBJECT: Police Sergeants DATE: November 15 1979 The Police Chief has requested and the Police Civil Service Commission has approved the addition of one Sergeant to the Shakopee Police Department . This is not an authorization for a new body but rather the addition of a Sergeant at the cost of a patrolman. This authorization would cost the City approximately $2 , 600 per year. The schedule by the Civil Service Commission is not possible because of the proper notification that must be given. A new schedule will be set up to allow appointment as soon as possible . After consideration of all aspects of this proposal , I feel s merit . I am concerned that we do not get top heavy it ha in any I believe that it will strengthen department , however, the operation of the Department to have an additional Sergeant at this time . Under other conditions , with other personnel holding the various positions , I believe that it would be quite possible to operate with three Sergeants and that some day we may want to return to that status . Recommendation: It is recommended that the City Council authorize a fourth Sergeant position in the Shakopee Police Department . DSR/jiw /to'OOTO ,,roF�"°"•�. CITY OF SHAKOPEE 129 East First Avenue, Shakopee, Minnesota 55379 MEMO TO: Mayor and City Council Douglas S . Reeder , City Administrator FROM: SUBJECT: Police Selection Process DATE: November 15 , 1979 It is recommended by the Police Chief , the Civil Service Commission and myself that the City Council approve the appropriate resolution authorizing entering into a Joint Powers Agreement with the Suburban Police Recruitment Systems . This system is a non-profit joint powers operation which will give written and physical tests to prospective Police officers throughout the metropolitan area . The system is a response to the new state laws which set forth new criteria for Police selection and its workings are described on the attached sheets . The benefits of this system are as follows : 1) We will still have final selection of who we want as Policemen and who we want to interview. 2) The system will test and rank applicants on written and physical abilitites in accordance with the appropriate laws . 3) If a local man wants to become a Police officer he can test through the system if he meets the minimum educational requirements . 4) The City would do the oral interview and maintain the control over final selection. 5) The problem of applicants becoming professional test takers and taking the test in every community will be ended . 6) By joining the Joint Powers Agreement , we can still hire Police outside of the system if we want . It merely gives us a good option. DSR/jiw N CITY OF SHAKOPEE INCORPORATED 1870 129 E. First Ave., Shakopee, Minnesota 55379 (612)445-365 NOV 8 1979 CITY OF SHAKO€'EE November 6, 1979 Mr. Douglas Reeder, Administrator City of Shakopee 129 E. First Avenue Shakopee, MN 55379 Dear Mr. Reeder: The Shakopee Police Commission voted to become party to the Joint and Cooperative Agreement and to participate in the Suburban Police Recruitment System by paying a fee of $10.00 per sworn officer. We believe the cost to be $140.00 for the first year's membership. We are doing this primarily as a holding move and will watch developments in this area. We are not positive that the services of the Suburban Police Recruitment System will be used, however. Sinc ely, Virgi S. Mears, Secretary SHAK EE POLICE COMMISSION M/a cc:Mayor W. Harbeck Commissioner S. Dircks Commissioner S. VonBokern Tj) rT r h c I / �Z L o f P r o ,7 r c s s RESOLUTION AUTHORIZING PARTICIPATION IN THE SUBURBAN POLICE RECRUITMENT SYSTEM is authorized WHEREAS, the City of oint and cooperative by Minnesota Statute 471. 59 to enter into j agreements with other governmental units; and WHEREAS , this City Council has reviewed a joint and coopera- tive agreement among suburban municipalities in the seven-county metropolitan area which will establish a Suburban Police Recruit- ment System; and of the Suburban Police Recruitment Sys- WHEREAS , the purpose for entry-level tem will be to recruit candidates y-level police positions ssist the cooperating in the cooperating municipalities and to a municipalities in evaluating candidates for these positions ; and WHEREAS, this City Council has determined that oitaillb ate advantageous to the City of in the Suburban Police Recruitment System; NOW, THEREFORE, BE T taESO �, as RESOLVED City Council of M 1. The Mayor and the hereby are authorized to execute the Joint and Cooperative Agree- ment which establishes the Suburban Police Recruitment System and which provides for City membership in said System. and hereby 2 • Director and are designated as the City' s initial Alternate Director in the Suburban Police Recruit- ment System. 3. The City Clerk hereby is directed toasexecuted copy of the Joint and Cooperative Agreement of this vided therein, together with a certified copy Resolution. Adopted by the City Council this day of 1979 . Mayor ATTEST: City Clerk JOINT AND COOPERATIVE AGREEMENT SUBURBAN POLICE RECRUITMENT SYSTEM PREAMBLE. The parties hereto are municipal governmental units of the State of Minnesota. This agreement is made and entered into pursuant to Minnesota Statute §471.59. General Pur ose. The general purpose of this agreement is to establish and I. operating framework fora joint powers organization which will recruit provide the op g candidates for entry-level police positions in the cooperating municipalities and which positions. will assist the cooperating municipalities in evaluating candidates for these p sition Establishment of the proposed organization represents the conclusion of the Suburban Police Personnel Selection Standards Project, a four-year research effort by the coo erating municipalities, the ;Metropolitan Council and the Metropolitan Area P Mana ement Association to develop valid, non-discriminatory selection standards and g procedures for entry-level police positions. II. Definitions. Section 1. Board - the Board of Directors of the Suburban Police Recruitment System. Section 2. City Council - the governing body of a member municipality. ipality which has entered into this Section 3. Member - any suburban munic agreement and which is in compliance with the provisions hereof. Section 4. Suburban Municipality - any municipality within the seven-county metropolitan area other than the cities of Minneapolis and St. Paul. ecruitment System (SPRS) - the joint powers Section 5. Suburban Police R organization established pursuant to this agreement. III. Membership. burban municipality shall be eligible to become a member of Section 1. Any su the SPRS. 1 NL,- Section 2. Charter members of the SPRS shall be those members which join the system prior to February 1, 1980. Charter membership shall be restricted to those municipalities which have participated in the Suburban Police Personnel Selection Standards Project. iciality eligible to join the SPRS prior to Section 3. Any suburban munp February 1, 1980, may indicate its desire to do so by filing a duly executed copy of this agreement with Public Management Consultants, 326 South Broadway, Wayzata, Minne- sota 55391. Said agreement shall be accompanied by a certified copy of a resolution adopted by the City Council of that municipality authorizing execution of the agreement and designating the municipality's initial Director and Alternate Director. This agreement shall become effective when it has been duly executed by ten eligible suburban municipalities and when executed copies from these municipalities have been filed as set forth herein. " Section 4. Suburban municipalities desiring to join the SPRS after February 1, 1980, shall be admitted only upon a favorable vote of fifty-one percent (51%) of the total membership of the Board at a regular or special meeting. The Board also may impose such conditions upon the admission of members, other than charter members, as it deems appropriate. IV. Board of Directors. Section 1. The governing body of the SPRS shall be its Board of Directors. Each member municipality shall be entitled to appoint one Director to the Board, who shall have one vote. Each member municipality also shall be entitled to appoint one Alternate Director to the Board, who may attend meetings of the Board and who may vote in the absence of that member's Director. Section 2. Directors and Alternate Directors shall be appointed by a reso- lution of each member's City Council. The Director and Alternate Director shall be that member's chief administrative officer, assistant chief administrative officer, chief of police (or equivalent) or chief's first assistant. 2 Section 3. The SPRS shall be notified of the appointment of a Director or an appointing member filing ith the Board a coy of the Alternate Director by the apQ g g p resolution making said appointment. Accompanying this resolution shall be the mailing address of the person so appointed, to be used by the Board as that person's official address for the purpose of giving any notice required either by this agreement or by bylaws of the Board. d Alternate Directors shall be appointed to serve until Section 4. Directors an their successors are appointed and qualified. Section 5. A Director or Alternate Director may be removed from the Board at any time, with or without cause, by a resolution of the City Council originally appointing that person to the Board. The SPRS shall be notified of the removal of a Director or Alternate Director by the removing member filing with the Board a copy of the resolution effecting said removal. Section 6. Any vacancy on the Board shall be filled by the City Council of the member municipality whose position on the Board is vacant. Section 7. There shall be no voting by proxy. All votes must be cast in person at Board meetings by a member's Director or Alternate Director. Section 8. If at any time a member municipality is in default on any agreement with the SPRS or is in arrears on any dues or charges of the SPRS, during the existence of such default or arrearage the voting rights of said member shall be suspended. V. Meetings. Section I. The first meeting of the Board shall be held during the month of February, 1980. At this meeting the Board shall elect a President, a Vice President, in Section VII-1 hereof, and four additional and aSecretary-Treasurer, as provided members of the Executive Committee, as provided in Section VIII-1 hereof. 3 la � Section 2. At the first meeting of the Board, or as soon thereafter as is reasonably possible, the Board shall adopt bylaws governing its meetings and proce- dures. Such bylaws may be amended from time to time as provided therein. However, regular meetings of the Board shall be held at least semi-annually during the months of February and August each year. Section 3. The specific date, time and location of regular and special meetings of the Board shall be determined by the Executive Committee. All meetings of the Board, however, shall be held within the seven-county metropolitan area. Section 4. Notice of regular meetings of the Board shall be given to the Directors and Alternate Directors by the Secretary-Treasurer at least fifteen (15) days in advance of the meeting, and the agenda for all such meetings shall accompany the notice. however, business at the Board's regular meetings shall not be limited to matters set forth on the agenda. Section 5. Special meetings of the Board may be called by the President, by the Executive Committee, or by the Executive Committee upon the written request of a majority of the Directors. Notice of special meetings of the Board shall be given to the Directors and Alternate Directors by the Secretary-Treasurer at least five (5) days in advance of the meeting, and the agenda for all such meetings shall accompany the notice. vi. Powers and Duties of the Board. Section 1. The Board shall take such action as it deems necessary and appropriate to accomplish the general purposes of the SPRS and to provide the services contemplated herein. Such action shall include, but not be limited to, the establishment and operation of a cooperative recruitment and placement system for police officers and the establishment and operation of uniform testing and evaluation procedures for police positions. These activities and any other activities authorized by this agreement or authorized at a regular or special meeting of the Board may be undertaken in any one or more of the manners outlined herein. 4 Section 2. The Board shall have full control over and management of its affairs, which shall include the powers (a) to enter into contracts, leases or similar agreements with others; (b) to provide for the prosecution, defense or other partici- pation in actions or proceedings at law in which it may have an interest; (c) to employ such persons as it deems necessary on a full-time, part-time or consulting basis; (d) to conduct research into any police selection matter; (e) to purchase, hold and dispose of property, both real and personal; (f) to purchase public liability insurance and other bonds or insurance; and (g) to contract for space, commodities or personal services with a member or a group of members. Section 3. The Board may establish and collect membership dues, charges for services to members and non-members, and charges for services to applicants or potential applicants for employment. Section 4. The Board may accept gifts, may apply for and use grants or loans of money or other property from the state or federal governments or from any other governmental unit, may enter into any agreements required in connection therewith, and may hold, use and dispose of such moneys or property in accordance with the terms of the gift, grant, loan or agreement relating thereto. Section 5. The Board shall cause an annual independent audit to be made of the books of the SPRS, and it shall make an annual financial report to its members in writing prior to each year's February meeting of the Board. The books and records of the SPRS shall be available and open to examination by all members of the system at any reasonable time. The Board also shall establish an annual budget for the SPRS, in accordance with the applicable provisions of this agreement. Section 6. The Board may delegate authority to the Executive Committee between Board meetings, except that the Board may not delegate its authority to establish membership dues and service charges. Any such delegation of authority shall be made by a resolution of the Board, and it may be conditioned in any such manner as the Board deems appropriate. 5 Section 7. The Board may exercise such other powers and duties as are incidental to the above powers and duties, but which may be required to effectively implement and carry out this agreement. VII. Officers of the Board. Section 1. The officers of the Board shall consist of a President, a Vice er, all of whom shall be Directors. These officers President and aSecretary-Treasur shall be elected annually at the regular meeting of the Board held during the month of February. New officers shall take office at the adjournment of the Board meeting at which they are elected. death of an officer, or upon an officer's Section 2. Upon the resignation or ceasing to be an employee of the appointing member municipality, a vacancy shall occur in that office. Upon the occurrence of such a vacancy, the Executive Committee shall fill the vacant position on an interim basis until the next meeting of the Board. Section 3. The three officers of the Board all shall be members of the Executive Committee. side at all meetings of the Board and the Section 4. The President shall pre Executive Committee. The Vice President shall act as President in the absence of the President. er shall be responsible for keeping a record Section 5. The Secretary-Treasur of all proceedings of the Board and the Executive Committee, for the custody of all SPRS funds, for the keeping of all financial records of the SPRS, and for such other matters as may be delegated to this position by the Board. Section 6. The President and the Secretary-Treasurer shall sign all vouchers disbursing funds of the SPRS. VIII. Executive Committee. Section 1. The Board of Directors shall have an Executive Committee consisting of the Board's three officers and four other Directors, all of wham shall be 6 F' / 6 elected annually at the regular meeting of the Board held during the month of February. Vacancies on the Executive Committee shall be filled by the Committee on an interim basis until the next meeting of the Board. Section 2. A quorum at any meeting of the Executive Committee shall be four Committee members. Section 3. The Executive Committee may adopt bylaws governing its own meetings and procedures. Such bylaws, if adopted, shall be subject to this agreement, to the bylaws of the Board, and to any applicable resolution or other directive of the Board. Section 4. The Executive Committee shall meet at the call of the President or upon the call of any two other members of the Committee. The date, time and location of a Committee meeting shall be established by the person or persons calling the meeting. At least forty-eight (48) hours advance written notice of any meeting of the Executive Committee shall be given to all members of the Committee by said person or persons. However, such notice may be waived by any five members of the Executive Committee who actually attend a Committee meeting or who give their written waiver of the required notice for that meeting. Section 5. The Executive Committee may exercise those powers and perform those duties delegated to it by the Board, subject to such conditions and limitations as may be imposed by the Board. The Executive Committee shall report on its activities at each regular meeting of the Board. Section 6. The Executive Committee shall cause to be prepared a proposed budget for the SPRS for each calendar year, which shall be submitted to the Board at least thirty (30) days in advance of the preceding year's August meeting of the Board. The Executive Committee shall receive and disburse funds of the SPRS in accordance with the budget for the system subsequently adopted by the Board. 7 & Section 7. Subject to the provisions of the adopted budget, upon authorization by the Board the Executive Committee may appoint, fix the conditions of employment, and remove any employee of the SPRS, and upon authorization by the Board it may negotiate and enter into contracts with consultants and contractors to the SPRS. The Executive Committee shall direct and supervise the activities of all employees of the SPRS and of all consultants and contractors to the SPRS. Section 8. The Executive Committee shall not take any action which is not authorized by this agreement or which is not delegated to it by the Board. IX. Financial Matters. Section I. The fiscal year for the SPRS shall be the calendar year. Section 2. An annual budget for the SPRS shall be adopted by the Board at its regular meeting held during the month of August each year. Copies of the adopted budget shall be mailed promptly thereafter to the chief administrative officer of each member municipality. This budget shall be deemed approved by each member municipality unless, prior to November 15th of that year, a member gives written notice to the Board that it is withdrawing from the SPRS for the following year. Section 3. The Board shall have the authority to establish a method for sharing operating costs of the SPRS in excess of any federal, state or other outside assistance received. Billings from the SPRS to member municipalities shall be due when rendered. Any member whose bill has not been paid within forty-five (45) days after a billing shall be in default, and that member's voting privileges shall be suspended as provided in Section IV-8 hereof. In the event of a dispute regarding an amount which is due and payable, a member nevertheless shall make the payment in order to preserve its membership status, but such payment may be made under protest and without prejudice to dispute the bill and to exercise any remedies available to it. X. Administrator. Section I. An administrator of the SPRS may be appointed by the Board or by 8 6 v►- the Executive Committee, upon specific authorization by the Board. Such an adminis- trator may be employed on a full-time, part-time or consulting basis. Section 2. An administrator, if appointed, shall have only those powers and duties which specifically are delegated to the administrator by the Board. An administrator shall report to the Executive Committee, which shall be responsible for directing and supervising all activities of the administrator. XI. Withdrawal. Section 1. Any member may withdraw from the SPRS upon thirty (30) days written notice to the Board. Section 2. The withdrawal of a member shall not affect that member's obligation to pay any fees or charges for which it may be obligated under this agreement. XII. Dissolution. Section 1. The SPRS may be dissolved upon a two-thirds (2/3) vote of all SPRS members. Section 2. In the event of a dissolution the Board shall determine the measures necessary to effect the dissolution and shall provide for the taking of such measures as promptly as circumstances permit, subject to the provisions of this agreement. Section 3. In the event of a dissolution, following the payment of all out- standing obligations, all assets of the SPRS shall be distributed among the members in equal proportions. Should such obligations exceed assets of the SPRS, the net deficit of the SPRS shall be charged to and paid by the members in equal proportions. XIII. Duration. This agreement shall continue in effect indefinitely, unless terminated in accordance with the terms hereof. IN WITNESS WHEREOF, the undersigned suburban municipality has caused this agreement to be executed and delivered on its behalf. 9 IN THE PRESENCE OF: MUNICIPALITY: By Title RECEIVED AND FILED And this day 1of (Title 0 10 ANTICIPATED QUESTIONS REGARDING THE SUBURBAN POLICE RECRUITMENT SYSTEM 1. What is the background of the Suburban Police Recruitment System? Establishment of the Suburban Police Recruitment System (SPRS) represents the culmination of a four-year cooperative effort by fifty-five suburban municipalities, the Metropolitan Area Management Association (MAMA) and the Metropolitan Council to develop valid, non-discriminatory selection standards and pro- cedures for entry-level police positions. This effort began in 1975 when representatives of MAMA and several local Chiefs of Police associations approached the Metropolitan Council to re- quest their assistance in securing funding for such a project. A Selection Standards Committee representing each of these groups then was formed to prepare an application for funding and to administer the resultant research effort. The first major phase of the Selection Standards Project ana- lyzed the police officer' s position in depth, beginning with an extensive collection of data on the vaious activities which an officer performs. Based upon this analysis, the Committee se- lected several characteristics and abilities which it felt are essential for effective job performance and which must be test- ed at entry rather than trained on-the-job. The second major phase of the Selection Standards Project was the development of test instruments and procedures to measure the selected characteristics and abilities, and the ultimate validation of these instruments and procedures. The precipitating factor which most has created the need for valid selection standards and procedures probably has been the Civil Rights Act of 1964 , together with the many court deci- sions and administrative guidelines which have enforced this Act. Basically, these decisions and guidelines require that the selection standards and procedures of municipalities, as well as many other organizations, must be demonstrated to be job-related (i.e. , validated) before they may be ' utilized. Perhaps the most notable local action in this regard was the court decision which prevented the City of St. Paul from hiring police officers for over three years , until such standards and procedures could be developed. 2. Why is a centralized recruitment and evaluation system necessary One obvious advantage of a centralized recruitment and evalua- tion system is that it will be much more efficient for appli- cants to be processed and tested once than to be processed and tested in earn individual community. A centralized recruitment and evaluation system also will be more efficient for the par- ticipating municipalities. The SPRS will expose a community to a much larger group of applicants than would apply in individual community, thus giving the community a better chance of finding just the "right" applicant. Use of the SPRS also will drastically shorten the time required to fill a vacancy in any community. The principal need for a centralized recruitment and evalua- tion system, however, relates to the teat instruments which will be used to predict an applicant' s job performance . Re- peated taking of these tests by an applicant will influence their validity, thus necessitating some control over the ap- plicant population. If each community were to administer these tests individually, soon the evaluation process for all communities would be subject to challenge. 3. Why is a joint powers or anization proposed to administer the SPRS? The proposal that a joint powers organization be created to administer the SPRS reflects the Selection Standards Commit- tee' s philosophy that local communites should retain control over the recruitment and evaluation of their employees to the greatest extent possible. It has been estimated that each year it will take approximately 1, 200 hours of professional and support time to administer the proposed recruitment and evaluation system. The Committee feels it is highly unlikely that any existing agency directly responsible to municipali- ties is willing or able to undertake such a committment, and it does not recommend that control of this function be trans- ferred to a higher level of government. 4. What services will be offered to members of the SPRS? The SPRS will act as a central "clearing house" to receive and process applications for the participating municipali- ties. Written examinations will be given to all applicants to measure their numeric and creative thinking abilities and to determine their behavioral tendencies on several specific dimensions. A composite score based upon each of these in- struments will become an applicant' s "written score" in the process. Applicants successfully completing the written examination next will take a physical agility test, which they must pass in order to be listed on the SPRS eligibility roster. A community wishing to fill a vacancy through the SPRS will receive the names and written scores of all applicants on the eligibility roster who have indicated a desire to work for that community. The community then may select candidates from this list based upon its own criteria, although such criteria obviously should be job-related, and it will receive further information on each of these candidates. Representa- tives from the community who will be conducting its oral inter- views also may attend a "training" session to receive informa- tion on the oral interview process which has been developed to complement the written examinations. Each community participating in the SPRS will have complete . control over its oral interview process and the weight which it assigns candidates' written examination scores. Each com- munity also will control candidates ' background investigations and their psychological and medical evaluations. However, psy- chological and medical evaluations will be available on an op- tional fee basis through the SPRS, for communities wishing to utilize either service. 5. What fees will be charged by the SPRS? The Selection Standards Committee faced a "Catch 22" situation regarding the establishment of fees for the SPRS. Most com- munities understandably will not consider joining the SPRS un- til they know what type of fees are anticipated, but no fee structure can be adopted until after the System is established. In order to help resolve this situation the Committee has pre- pared a budget for the SPRS for the coming year, and it has determined a fee structure which will support this budget and which will be recommended to the SPRS Board at its first meet- ing. It is the Committee' s recommendation that a majority of the cost required to support the SPRS be borne by "placement" fees, paid by member municipalities as vacancies are filled utiliz- ing the System. The Committee also is recommending an annual fee for membership in the System. Following is the fee struc- ture which has been adopted by the Committee and which will be recommended to the SPRS Boards a. A placement fee of $600 for each vacancy which is filled utilizing the SPRS; b. An annual fee for membership in the SPRS of $10 per sworn police officer employed by a community. 6 . What is the relationship between testing procedures of the SPRS and the POST Board? The POST Board (Peace Officer Standards and Training Board) has established minimum entrance standards for police offi- cers throughout the State, and it has certified training pro- grams for police officers in several universities, colleges and vocational-technical schools. The POST Board also has established a testing process to insure a minimum level of achievement in its certified training programs and in its "skills" courses supplementing these programs. The tests administered by the POST Board primarily measure acquired knowledge, and they are not intended to predict a student' s future job performance. The tests which will be administered by the SPRS will measure an applicant' s numeric and creative thinking abilities, an applicant' s behavioral tendencies (i .e. , personality) , and an applicant' s physical agility. These tests will not be re- stricted to students who have completed certified training programs, so they will measure a much larger and broader ap- plicant population than is measured by the POST Board. The testing procedures of the SPRS specifically have been design- ed to complement and build upon, rather than duplicate, test- ing procedures of the POST Board. LAW ENFORCEMENT TRAINING P24D LICEIJSI??G WAYS OF ENTERING L711,7 F7_jroRCE'1FNT EITLOYfM-NT 1. Traditional Route Iiired by Local The traditional process of local agencies Agency hiring untrained lava enforcerent personnel is still possible under the nev legislation. The local agency may opt to use this procedure, Attends a however, the untrained officer rust be sent to Mandatory a basic training course within one year of Basic Course appointment. This anproveO basic course is currently being offered by the RCP Training Department, St . Paul Police renartrent, ?Iinnea- Licensing polis Police Department and the ?,`innesota State Examination Patrol . Since expenses of this training (in- cluding the officer 's salary during training) must be paid by the local agency, it is antici- One Year pated that this er^ployment route will be grad- Probationary ually phased out as the usual employment proce- Period dure for peace officers . Licensed Peace Officer 2. College (2 or 4 year) Law Enforcement Route 2 or 4 Year Students who complete an approved law en- Degree in forcement Program are eligible to take the Law Enforcement academic portion of the licensing examination. Upon passing this examination and meeting certain selection requirer.,ents (See the Select: Academic Portion Standards Section) , the student r:av enroll in of Licensing skills course. This course will be offered by Examination the HCA and will undoubtedly be offered by some colleges and/or vocational technical schools . The minimum length of this course will be 4 wei 4 Week (or more) but ray also be offered in one quarter of a Skills Course college year. The student who completes this course and the remaining portion of the licers: exam will be eligible for hiring by an agency. Skills Portion This eligibility will extend for one year. of Licensing Upon successful cor.,pletion of a one year nroba. Examination tionary period with a single agency, the office will be licensed. (Cont.) - e 2 LAW ENFORCEMENT TRAINING AND LICENSING PagJ U �� WAYS OF E14TERING LNI ENFnP.CEt 4FNT ErIPLOY?TENT Continue 2 . College (2 or 4 year) Law Enforcement route (Cont.) Hired by Local Agency One Year Probationary Period Licensed Peace Officer 3. Vocational-Technical School Law Enforcement Route Complete Two programs in Vo-Tech schools have been 2 Year Law offering law enforcerent basic training . These Enforcement courses provide training in both the academic Program and skills aspects of law enforcement. Unon completion of the program students are eligible to take the licensing examination, and upon Licensing successfully passing the exam can be hired by Examination a local agency. This eligibility for er.•plovrnent extends for one year. When hired and successful' period, completing the one year probationary peace officer would be licensed. Entrance re- Hired by Local Agency quirements for students in these programs oarall the minimum selection requirements of the State. One Year Probationary Period Licensed Peace Officer LAW ENFORCEMENT TRAINING AND LICENSING Page 3 SELECTION STANDARDS 1. U .S . Citizenship The Selection Standards are applied by the hiring agency . The State mandated 2. Drivers License minimum requirements are listed in the adja- cent column; local agencies may vary in 3. Background Check the actual level of these standards that (No Felony Record) they utilize. 4 . Psychological Exam Vo-Tech schools use a procedure for en- rolling students in their lava enforcement 5. Medical Exam program that parallels the listed standards . Therefore, essentially all students who 6. Physical Strength satisfactorily complete the program and the And Agility licensing examination should be able to meet the selection standards of most Minnesota 7. Written and Oral law enforcement agencies . Examinations It is proposed that college students who successfully complete the approved academic program in law enforcement and who pass the academic portion of the licensing examination should expect to meet certain minimum selection standards prior to their enrollment in the skills course. This will also assure that students who complete the skills course and the licensing examination will be able to meet the selection standards of most Minnesota law enforcement agencies . Students who would have difficulty in meeting the Trinimum selec- tion standards should be discouraged from aspiring to law enforcement careers. For example, a student with a criminal record, a poor drivinc_ record, physical problems such as poor vision, excess weight, back problems, lack of physical strength and agility , and/or poor psycholo- gical health, will undoubtedly not be hired as a peace officer. (However, some of these students may be qualified for careers in other areas of the criminal justice field such as probation, parole, correc- tions , etc. ) LAW UNFORCEMENT TRAINING AND LICENSING page 4 EMPLOY?grmr OPPORTUNITIES Recently the Crime Planninq Board a approximately 300-375 new fu tmepeace offcerswould be hired ears the number hired each year in Minnesota. Over the past few y positions has been 350-400 . When openings int�ereofeindividuals have have been advertised, a very large n applied, so that competition for these jobs has been intense . There have also been some changes in the legislation concern ing required training of police offificer1hiredlaftern7uly 1, 1979 of 1000 population or less) . Any a in these towns must be trained andnliwassrequired. one required °f appointment; previously no training Will then extend to all newly hired peace officers in training the job market a little , but will not Minnesota. This may expand substantially change the number of new officers required in t'.inneso a. THE LICENSING EX7,-,4j ' The licensing exagiven it mination must be gi per anticipated that in the first few years, at The examination will be based ug institutions . One esection toft the ve the learning been distributed to the training the academic" objectives; the other examination will be related to lated to material covered in the skills section of the exam will be re course. academmicic"" p p graduate from college programs will take the So portion the examination. Vo-Tech students or peace officers who have completed one of torso. fails courses s examination °th sections of the examination. If a p (or one section) , they will have two additional chances to success- fully pass the licensing examination. 4 MCAR § 13. 020. New Peace Officers . A. All agencies shall furnish the name, address , date of appointment and other pertinent information concerning a newly appointed peace office; to the executive director within 10 calendar days of such officer's appointment. B. No agency shall appoint any new peace officer who does not comply --with the following minimum selection standards; provided, that these standards shall not be construed to restrict an agency from adopting more rigid standards in the areas enumerated. 1. The applicant shall be a citizen of the United States . 2. The applicant shall possess a valid Minnesota driver's license; or in the case of residency therein, a valid driver's license fror. a contiguous state; or eligibility to obtain either of the above. 3. The applicant shall complete a comprehensive written application prior to hiring. The applicant shall be fingerprinted and a thorough background search shall be made through, but not limited to, the resource of local, state and federal agencies in order to disclose the existence of any criminal record or unacceptable conduct which would adversely affect tlie performance by the applicant of his duties as a peace officer. 4 . The applicant shall not have been convicted of a felony in this state or in any other state or federal jurisdiction or of any offense in any other state or federal jurisdiction which would have beer_ a felony if committed in Minnesota. 5. A licensed physician or surgeon shall make a thorough medical examination of the applicant to determine that he is tree from any physical condition which might adversely affect the performance of his duties as a peace officer . 6. An evaluation shall bL-- made by a licensed psychologist to deter- nine that the applicant is free from any emotional or mental condition which might adversely affect his perforr..ar_ce of duties as a peace officer. 7. The applicant shall successfully pass a job-related examination of his physical strength an0__ agility demonstrating the posseSsicii of physical skills necessary to the accomplishment of the duties and rune- _ tions of a peace officer. 8. The applicant shall successfully pass a written examination demonstrating the possession of all mental s'J:il'_s necessary for the accomplishment of the duties and func-t ions of a peace officer. 9 . The applicant shall successfully complete an oral examination conducted by or for the agency to demonstrate the possessi-on of skills necessary to the accomplishment of the duties and functions of a peace officer. 1040V MEMO TO: Douglas S . Reeder, City Administrator FROM: Gregg M. Voxland, Finance Director RE: Carpeting of City Hall DATE: November 14, 1979 The City has received quotations for the installation of carpet that was previously budgeted. The low quotation is from Sears @ $8. 95 a square yard installed . The Building Inspector has assured me that the carpet proposed is of good quality . It is proposed to carpet the Finance/Assessing/Inspection offices , the Engineering area and to recarpet the old side of City Hall except for the conference room. This program should stay within the budgeted amount of $3 , 300. Action: Motion to proceed with carpet installation. GMV/ljw CITY OF SHAKOPEE /L? (� t `' 129 East First Avenue, Shakopee, Minnesota 55379 MEMO TO: Douglas S . Reeder , City Administrator FROM: Gregg Voxland , Finance Director SUBJECT: Office Remodeling DATE: November 9 , 1979 Since the proposed remodeling of the annex appears not to be viable at this time , I suggest a short term alternative . The proposal is to use portable panels to divide space in the reception area . This would give privacy to the terminal operator and give common space to the Finance Department so that part time employees would be close to myself or Mrs . Kirkpatrick for direction. The biggest factor is to eliminate the distraction of traffic for the receptionist . Estimated cost for portable panels with good quality acoustics is $1 , 300. This should ease the noise problems in that area also . Other costs would be for one additional light fixture , rewiring the outlet for the receptionist and a longer cord on the telephone . These costs should be around $200-$250. GV/ljw Alot -ye nXeNf U H�c(4 4 e,*Ze A/0F fIlee/IJvtc�7 D,).ke _ � �v � _.� ' f � \1 - -,� _ , �_ _ � � i 1 1 1 ' _ - -- �� �p 1 � . _ - ----- �- �P��e� i MEMO TO: Douglas S . Reeder City Administrator FROM: Gregg Voxland Finance Director RE: Lease of Automobile for Police Department DATE: November 20, 1979 We have received two quotations for the lease of an unmarked car. Shakopee Ford quoted $218. 67 per month including license plates . Malkersons quoted $200.00 per month excluding license plates . They also have agreed to provide license plates at a cost of less than $10.00 per month. Recommend Malkersons proposal be accepted. Action: Motion to authorize staff to execute lease with Malkersons for the lease of an automobile per quotation for 1980. GV/jiw MEMO TO: Shakopee Planning Commission FROM: Douglas S . Reeder, City Administrator RE: Riverview Industrial Park Plat DATE: November 15 , 1979 It is recommended that the Planning Commission approve this plat with the following conditions : 1) Favorable Title Opinion of City Attorney . 2) Park dedication be in cash. 3) Watermain lay-out should conform to the Shakopee Public Utilities Commission watermain design criteria . 4) Sanitary sewer design must conform to the City of Shakopee ' s design criteria for sanitary sewers . 5) Riverview Drive is a collector street and should have an 80 foot right-of-way . 6) Lot 8 , Block 3 , is the only lot with drive access to County Road 83 . 7) Drainage and utility easements required on all lot lines , at least 10 feet wide unless larger required for drainage plan. 8) Temporary cul-de-sacs be constructed and paved . 9) Street names be revised and approved by the City Administrator. Preliminary plat approval only is recommended. DSR/jiw