Loading...
HomeMy WebLinkAbout01/25/2024 Meeting ••• ••••• Meeting Location: Municipal Center Apple 7100 147th Street West Valley Apple Valley, Minnesota 55124 January 25, 2024 CITY COUNCIL REGULAR MEETING TENTATIVE AGENDA 7:00 PM 1. Call to Order and Pledge 2. Approve Agenda 3. Audience - 10 Minutes Total Time Limit - For Items NOT on this Agenda 4. Approve Consent Agenda Items Consent Agenda Items are considered routine and will be enacted with a single motion, without discussion, unless a councilmember or citizen requests to have any item separately considered. It will then be moved to the regular agenda for consideration. A. Approve Minutes of January 11, 2024, Regular Meeting B. Approve Change of Assumed Name in Connection with On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for Farmer AV, LLC, 14883 Florence Trail C. Approve Change of Assumed Name in Connection with On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for Misfit AV, LLC, 14889 Florence Trail D. Adopt Resolution of Support for Metro District Highway Safety Improvement Program(HSIP) Grant Funding E. Adopt Resolution of Support for Safe Routes to School (SRT S) Grant Funding F. Adopt Resolution Approving Application to Minnesota Amateur Sports Commission for James Metzen Mighty Ducks Ice Arena Grant G. Adopt Resolution Appointing Judges for March 5, 2024, Presidential Nomination Primary H. Adopt Resolution Awarding Project 2024-126, Mowing and Trimming Services 2024-2026 I. Approve Engineering Consulting Agreement with B32 Engineering Group, Inc., for Construction Administration of Hayes Arena Improvements Associated with 2023 Parks Bond Referendum J. Approve Joint Powers Agreement with Dakota County for 2024 Sentence to Service (STS) Program Work Crews K. Approve Purchase Order Agreement with All-American Ice, LLC, d/b/a All-American Arena Products, for Project 2024-127, Hayes Arena Ice System Replacement, Associated with 2023 Parks Referendum L. Approve Agreement with Advanced Systems Integration, LLC, for Fire Station 2 A/V Equipment M. Approve Agreement with Ancom Communications, Inc., for Fire Station 2 Station Alerting System Installation N. Approve Agreement with Egan Company for Project 2024-114, Traffic Signal and Street Light Maintenance O. Approve Agreement with Marco Technologies, LLC, for Managed Voice Maintenance Advantage Software Assurance P. Approve Change Order No. 14 for Apple Valley Fire Station#2 and Improvements to #1 & #3 Q. Approve Acceptance and Final Payment on Agreement with Gemini 26, Inc., d/b/a Bauemfeind Goedtel for Fire Station 3 Apparatus Bay Heat Replacement R. Approve Acceptance and Final Payment on Agreement with McNamara Contracting, Inc., for Project 2023-107, 157th Street W. and Hayes Road Street Improvements S. Approve Personnel Report T. Approve Claims and Bills 5. Regular Agenda Items A. Orion Hospitality Group, LLC, d/b/a Crooked Pint Ale House, 15668 Pilot Knob Road 1. Hold Public Hearing 2. Adopt Resolution Approving Issuance of On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales 6. Staff and Council Communications 7. Approve Calendar of Upcoming Events 8. Adjourn Regular meetings are broadcast, live, on Charter Communications Cable Channel 180 and on the City's website at www.applevalleymn.gov • ITEM: 4.A. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Minutes of January 11, 2024, Regular Meeting Staff Contact: Department/ Division: Pamela J. Gackstetter, City Clerk City Clerk's Office ACTION REQUESTED: Approve the minutes of the regular meeting of January 11, 2024. SUMMARY: The minutes from the last regular City Council meeting are attached for your review and approval. BACKGROUND: State statute requires the creation and preservation of meeting minutes which document the official actions and proceedings of public governing bodies. BUDGET IMPACT: N/A ATTACHMENTS: Minutes CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Minutes of the regular meeting of the City Council of Apple Valley, Dakota County, Minnesota, held January 11, 2024, at 7:00 o'clock p.m., at Apple Valley Municipal Center. PRESENT: Mayor Hooppaw; Councilmembers Bergman, Goodwin, Grendahl, and Melander. ABSENT: None. City staff members present were: City Administrator Lawell, City Clerk Gackstetter, City Attorney Hills, Community Development Director Benetti, Parks and Recreation Director Carlson, Deputy Police Chief Dahlstrom, Police Chief Francis, Human Resources Manager Haas, Finance Director Hedberg, Fire Chief Nelson, Public Works Director Saam, Planner/Econ. Dev. Specialist Sharpe, and Associate Planner Stroeing. Mayor Hooppaw called the meeting to order at 7:00 p.m. Everyone took part in the Pledge of Allegiance to the flag. APPROVAL OF AGENDA MOTION: of Grendahl, seconded by Bergman, switching the order of items on the regular agenda to consider item 5.B first, and approving the agenda for tonight's meeting, as amended. Ayes - 5 -Nays - 0. AUDIENCE Mayor Hooppaw asked if anyone was present to address the Council, at this time, on any item not on this meeting's agenda. No one requested to speak. CONSENT AGENDA Mayor Hooppaw asked if the Council or anyone in the audience wished to pull any item from the consent agenda. There were no requests. MOTION: of Goodwin, seconded by Melander, approving all items on the consent agenda with no exceptions. Ayes - 5 -Nays - 0. CONSENT AGENDA ITEMS MOTION: of Goodwin, seconded by Melander, approving the minutes of the regular meeting of December 28, 2023, as written. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving issuance of a 2024 Precious Metal Dealer License, to Jay F. Jeweler, Inc., at 7373 147th Street W., Suite 191. Ayes - 5 -Nays - 0. CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Page 2 MOTION: of Goodwin, seconded by Melander, approving issuance of a Temporary Event License in connection with a community festival to LSP Ventures, Inc., d/b/a Rascals Apple Valley Bar& Grill, for use on February 3, 2024, at the Apple Valley Activity Center and outdoors at Johnny Cake Ridge Park- West, 14255 Johnny Cake Ridge Road, as described in the City Clerk's memo. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-1 of support for a funding application to American Public Works Association Minnesota Chapter(APWA-MN)Diversity and Inclusion Grant. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-2 designating Dakota County Tribune as the official newspaper of the City of Apple Valley for the year 2024. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-3 designating the City's website as the official website for the dissemination of solicitations of transportation project bids in 2024. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-4 designating U.S. Bank NA as the official depository for City funds for the year 2024. Ayes - 5 -Nays - O. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-5 designating as additional depositories and financial security dealers for City funds for the year 2024: Wells Fargo Securities, LLC; Wells Fargo Bank,NA; 4M Fund; Northland Securities, Inc.; RBC Capital Markets Corporation; Robert W. Baird& Co., Inc.; Moreton Capital Markets, LLC; U.S. Bancorp Investments, Inc.; Old National Bank; Merchants Bank,NA; Frandsen Bank& Trust, and MidCountry Bank. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-6 designating U.S. Bank Institutional Trust as Safekeeping Custodian. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-7 authorizing electronic funds transfer transactions. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-8 authorizing the City Clerk to appoint Deputy City Clerk's for 2024 election administration. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, appointing Clint Hooppaw and Pamela Gackstetter as statutory members to the Apple Valley Firefighters Relief Association(AVFRA) Board of Trustees for the year 2024, as described in the City Clerk's memo. Ayes - 5 -Nays - 0. CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Page 3 MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-9 approving amendments to the Apple Valley Firefighters Relief Association Bylaws. Ayes - 5 -Nays - O. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-10 approving the report for Project 2023-134, Arby's Pond(KL-P4) Feasibility Study. Ayes - 5 - Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-11 approving the report for Project 2021-165, East Lake Subwatershed Assessment study. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, adopting Resolution No. 2024-12 approving a one-year extension of the Conditional Use Permit and site plan and building permit authorization for U-Haul of Apple Valley. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Professional Services Agreement with Marsh McLennan to serve as the Insurance Agent for Record, subject to final approval by the City Administrator and City Attorney, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Professional Services Agreement with Johnson Laffen Galloway Architects, Ltd., d/b/a JLG Architects, for design and development of Apple Valley Community Center/Apple Valley Senior Center associated with 2023 Parks Bond Referendum, in an amount of $637,500.00, plus reimbursable expenses estimated at$20,000.00, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Professional Services Agreement with Johnson Laffen Galloway Architects, Ltd., d/b/a JLG Architects, for design and development of Apple Valley Family Aquatic Center associated with 2023 Parks Bond Referendum, in an amount of$492,000.00, plus reimbursable expenses estimated at $20,000, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Professional Services Agreement with Confluence, Inc., for design and development of Youth Baseball/Softball Complex associated with 2023 Parks Bond Referendum, in an amount of$312,000.00,plus reimbursable expenses, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Professional Services Agreement with Confluence, Inc., for design and development of Redwood Park associated with 2023 Parks Bond Referendum, in an amount of$966,000.00,plus CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Page 4 reimbursable expenses, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Professional Services Agreement with Confluence, Inc., for design and development of Kelley Park associated with 2023 Parks Bond Referendum, in an amount of$516,000.00, plus reimbursable expenses, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the Third Amendment to Antenna Lease Agreement with Dakota County, for Palomino Lattice Tower, as attached to the Public Works Superintendent-Utilities memo, and authorizing the Mayor and City Clerk to sign the same. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving Change Order No. 13 for Apple Valley Station#2 and Improvements to#1 & #3, with various contractors in various amounts. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, approving the personnel actions as listed in the Personnel Report dated January 11, 2024. Ayes - 5 -Nays - 0. MOTION: of Goodwin, seconded by Melander, to pay the claims and bills, check registers dated December 20, 2023, in the amount of$1,689,908.69, and December 28, 2023, in the amount of$1,663,923.40. Ayes - 5 -Nays - 0. END OF CONSENT AGENDA ORDINANCE AMENDING CHAPTER 155, REGULATING SIGNS IN PD-290, ZONE 3 Mr. Sharpe reviewed the request by Wings Credit Union for an ordinance amendment to allow a 20-ft. tall, 80 sq. ft. sign. This was the first reading of an ordinance amending Chapter 155 of the City Code, regulating signs in Planned Development No. 290, Zone 3. He stated that the Planning Commission reviewed this item and unanimously voted to deny the request for a 20-ft. tall sign, but recommended approval of a 14-ft. tall sign. Councilmember Grendahl asked if there were any public comments received. Mr. Sharpe responded that no comments have been received. Mr. Thomas Schuenke, Vice President of Administration and Facilities at Wings Financial, provided background on their request and presented pictures of the monument sign at various locations. He said they want an impact sign. He added that they would be happy with a 16 ft., 80 sq. ft. sign. Discussion followed. CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Page 5 MOTION: of Bergman, seconded by Grendahl, waiving the procedure for a second reading and denying the ordinance amending Chapter 155, Appendix F, Article 2, of the City Code, regulating signs in Planned Development No. 290, Zone 3 (PD-290, Zone 3), to allow installation of a freestanding ground sign with a maximum height of 20 ft. and total sign area not to exceed 80 sq. ft. Ayes - 4 -Nays - 0 - Abstain - 1 (Hooppaw). MOTION: of Goodwin, seconded by Grendahl, waiving the procedure for a second reading and passing Ordinance No. 1127 amending Chapter 155, Appendix F, Article 2, of the City Code, regulating signs in Planned Development No. 290, Zone 3 (PD-290, Zone 3), to allow installation of a freestanding ground sign with a maximum height of 16 ft. and total sign area not to exceed 80 sq. ft. Mr. Thomas Schuenke said Wings is in agreement with that motion. Vote was taken on the motion: Ayes - 4 -Nays - 0 -Abstain- 1 (Hooppaw). ORDINANCE AMENDING CHAPTER 154, REGULATING SIGNS Mr. Sharpe gave the first reading of an ordinance amending Chapter 154 of the City Code, regulating signs. The Planning Commission reviewed this item and voted unanimously to recommend approval. Because this matter was previously reviewed by the Planning Commission, staff is recommending waiving of the second reading. MOTION: of Goodwin, seconded by Grendahl, waiving the procedure for a second reading and passing Ordinance No. 1128 amending Chapter 154 of the City Code, regulating signs. Ayes - 5 -Nays - 0. PLANNING COMMISSION VACANCY Ms. Gackstetter reviewed her memo regarding the resignation of Planning Commissioner Keith Diekmann, creating a vacancy on the Planning Commission with a term expiring March 1, 2026. She recommended the Council extend an invitation to individuals interested in serving on the Planning Commission to submit an application to her by February 16, 2024. Councilmember Grendahl commented on Mr. Diekmann's many contributions to the City. MOTION: of Grendahl, seconded by Bergman, accepting the resignation of Planning Commissioner Keith Diekmann and thanking him for his dedicated service to the City of Apple Valley; and directing staff to post the Planning Commission vacancy and inviting individuals interested in serving on the Commission to submit an application to the City Clerk by February 16, 2024. CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Page 6 Councilmember Melander noted Mr. Diekmann provided over 20 years of thoughtful, careful, considerate, and dedicated service to the City. He suggested the City give him a letter or certificate acknowledging his service. The Council thanked Mr. Diekman and wished him the best of luck. Vote was taken on the motion: Ayes - 5 -Nays - 0. 2024 ACTING MAYOR MOTION: of Bergman, seconded by Grendahl, adopting Resolution No. 2024-13 appointing Councilmember Goodwin to serve as Acting Mayor, in the absence of the Mayor, for the year 2024. Ayes - 5 -Nays - 0. COMMUNICATIONS Deputy Police Chief Dahlstrom invited kids to join the Police Department for the Ice Fishing Derby they are hosting on February 3, 2024, from 12:30 p.m. to 3:30 p.m. at Cobblestone Lake. CALENDAR OF UPCOMING EVENTS MOTION: of Bergman, seconded by Grendahl, approving the calendar of upcoming events as included in the Deputy City Clerk's memo, and noting that each event listed is hereby deemed a Special Meeting of the City Council. Ayes - 5-Nays - 0. CLOSE MEETING, LABOR NEGOTIATIONS AND PERFORMANCE EVALUATION Mayor Hooppaw requested a motion to close the meeting under the exceptions to the open meeting law to discuss labor negotiations. MOTION: of Grendahl, seconded by Bergman, to enter into a closed meeting and convene in closed session to discuss AFSCME union labor negotiations. Ayes - 5 -Nays - 0. The Council convened in the Regent Conference Room at 7:41 p.m. to discuss AFSCME union labor negotiations. In attendance were Mayor Hooppaw; Councilmembers Bergman, Goodwin, Grendahl, and Melander; City Administrator Lawell; City Clerk Gackstetter; Human Resources Manager Haas; Parks and Recreation Director Carlson, Finance Director Hedberg; and Public Works Director Saam. The meeting was tape recorded as required by law. The Council reconvened in open session at 8:12 p.m. MOTION: of Grendahl, seconded by Goodwin, to adjourn. Ayes - 5 -Nays - 0. The meeting was adjourned at 8:13 o'clock p.m. CITY OF APPLE VALLEY Dakota County, Minnesota January 11, 2024 Page 7 Respectfully Submitted, /s/Pamela J. Gackstetter Pamela J. Gackstetter, City Clerk Approved by the Apple Valley City Council on Clint Hooppaw, Mayor • ITEM: 4.B. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Change of Assumed Name in Connection with On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for Farmer AV, LLC, 14883 Florence Trail Staff Contact: Department/ Division: Pamela J. Gackstetter, City Clerk City Clerk's Office ACTION REQUESTED: Approve the change of assumed name (or d/b/a) in connection with the On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for Farmer AV, LLC, located at 14883 Florence Trail from Farmer and the Fishmonger to Minnesota Burger Company. SUMMARY: Farmer AV, LLC, is requesting to change its assumed name (or d/b/a) in connection with its On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales to Minnesota Burger Company. The necessary paperwork has been filed. There will be no change in the legal licensee name or corporate officers. Because the owners and officers remain the same, no additional background checks were needed. BACKGROUND: N/A BUDGET IMPACT: N/A • ITEM: 4.C. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Change of Assumed Name in Connection with On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for Misfit AV, LLC, 14889 Florence Trail Staff Contact: Department/ Division: Pamela J. Gackstetter, City Clerk City Clerk's Office ACTION REQUESTED: Approve the addition of a second assumed name (or d/b/a) in connection with the On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for Misfit AV, LLC, located at 14889 Florence Trail to include d/b/a Pizzeria Social and d/b/a Fanner and the Fishmonger. SUMMARY: Misfit AV, LLC, is requesting the addition of a second assumed name (or d/b/a) in connection with its On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales. The first or original assumed name was Pizzeria Social. The new or additional assumed name is Fanner and the Fishmonger. The necessary paperwork has been filed. There will be no change in the legal licensee name or corporate officers. Because the owners and officers remain the same, no additional background checks were needed. BACKGROUND: N/A BUDGET IMPACT: N/A • ITEM: 4.D. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Adopt Resolution of Support for Metro District Highway Safety Improvement Program (HSI P) Grant Funding Staff Contact: Department/ Division: Evan Acosta,Assistant City Engineer Engineering Division ACTION REQUESTED: Adopt resolution of support for Metro District Highway Safety Improvement Program (HSIP) grant funding. SUMMARY: The Highway Safety Improvement Program (HSIP) provides grant funding to projects that both provide a reduction in crashes and reduce the severity of crashes. The current solicitation is for State Fiscal Years 2028 and 2029, where there is an estimated $30 million of Federal funding available for Metro District Cities and Counties to be administered by MnDOT through the FAST Act Legislation and Bipartisan Infrastructure Law. Galaxie Avenue has been identified in the City's 2040 Comprehensive Plan as a high crash corridor where safety improvements should be considered. The City authorized a corridor safety study on Galaxie Avenue between Founders Lane and 160th Street West (C SAH 46) in August of 2023. The results of the safety study show both high crash rates and high critical crash rates specifically at the intersection of Galaxie Avenue and 157th Street West. A preliminary design has been developed which includes a roundabout at 157th Street West and Galaxie Avenue, a 4-lane to 3-lane conversion between Founders Lane and 159th Street West, and realignment of the driveway accesses on Galaxie Avenue in this segment of roadway to improve sight conditions for cars exiting the driveways. TSAC supported the proposed improvements at the November 8, 2023 meeting when City staff presented the safety study and proposed plan. The current 2024 CIP would need to be updated to include Galaxie Avenue from Founders Lane to 159th Street West. The deadline for application to be submitted to MnDOT is February 1, 2024. BACKGROUND: N/A BUDGET IMPACT: The maximum funding from the grant is $2,000,000 with a 10% local match requirement. If grant funds are secured, the following funding scenario is anticipated: Estimated Project Costs: Construction Cost $3,000,000 Construction Contingency (10%) $300,000 Engineering Design& Inspection, Testing, Survey $500,000 Total Estimated Cost $3,800,000 Estimated Project Funding: HSIP Grant Funding $2,000,000 Road Fund $1,800,000 Total Estimated Funding $3,800,000 ATTACHMENTS: Resolution CITY OF APPLE VALLEY RESOLUTION NO. 2024- A RESOLUTION OF SUPPORT FOR A HSIP GRANT FUNDING APPLICATION WHEREAS, the Highway Safety Improvement Program (HSIP) was created to achieve a serious reduction in traffic fatalities and serious injuries; and WHEREAS, there is an estimated $30 Million in available federal funding to be administered by the Minnesota Department of Transportation (MNDOT) through the FAST Act Legislation and Bipartisan Infrastructure Law; and WHEREAS,HSIP funds are available to MNDOT;the counties of Anoka, Carver, Chisago, Dakota, Hennepin, Ramsey, Scott, and Washington; and the State Aid eligible cities and towns within those counties; and WHEREAS, City staff have completed a traffic safety study on Galaxie Avenue and developed a preliminary design including: 1. A roundabout at 157th Street West and Galaxie Avenue 2. A 4-lane to 3-lane roadway conversion between Founders Lane and 159th Street West 3. Realignment of the driveway accesses on Galaxie Avenue to improve sight conditions; and WHEREAS, City Staff have identified the proposed improvements as eligible for HSIP funding: NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Apple Valley, Minnesota, that: 1. Support for a funding application in the amount of $2,000,000 for the HSIP Grant is approved. ADOPTED this 25th day of January, 2024. Clint Hooppaw, Mayor ATTEST: Pamela J. Gackstetter, City Clerk • ITEM: 4.E. • •• ••• ••• COUNCIL MEETING DATE: January25, 2024 Apple Valley SECTION: Consent Agenda Description: Adopt Resolution of Support for Safe Routes to School (SRTS) Grant Funding Staff Contact: Department/ Division: Evan Acosta, Assistant City Engineer Engineering Division ACTION REQUESTED: Adopt resolution of support for Safe Routes to School (SRTS) grant funding. SUMMARY: The Safe Routes to School (SRTS) Infrastructure Program provides grant funding to projects that make improvements to pedestrian and bicycle facilities adjacent to schools. The current solicitation is for projects which can be constructed in 2024 or 2025, with $10.9 million available for infrastructure projects. Crosswalk enhancements are proposed on 142nd Street West just west of Pilot Knob Road, which is the primary pedestrian access for both Scott Highlands Middle School and Highland Elementary School. The crosswalk has been formally studied and recommended improvements include: curb bump outs, new ped ramps, enhanced LED lighting, pavement markings, improved signage, fencing for safe pedestrian routing, turn lane addition, and reconfiguration of traffic patterns within the existing road parameters, including new No Parking restrictions. The deadline for application to be submitted to MnDOT is February 2, 2024. Awarded Projects are announced in April/May of 2024 and construction may be completed in either 2024 or 2025. BACKGROUND: N/A BUDGET IMPACT: The maximum funding from the grant is $1,000,000 with no local match requirement. If grant funds are secured, the following funding scenario is anticipated: Estimated Project Costs: Construction Cost $340,000 Construction Contingency (10%) $34,000 Engineering Design& Inspection, Testing, Survey $27,000 Total Estimated Cost $401,000 Estimated Project Funding: SRTS Grant Funding $340,000 Road Fund $61,000 Total Estimated Funding $401,000 ATTACHMENTS: Resolution CITY OF APPLE VALLEY RESOLUTION NO. 2024- A RESOLUTION OF SUPPORT FOR A SRTS GRANT FUNDING APPLICATION WHEREAS, the Minnesota Safe Routes to School (SRTS) Infrastructure Program was established by the Minnesota Legislature to award financial assistance to projects which construct school-adjacent pedestrian and bicycle improvements; and WHEREAS, there is $10.9 million in SRTS funding available; and WHEREAS, the City of Apple Valley submitted a Letter of Intent to the Minnesota Department of Transportation (MNDOT) to receive grant funding for pedestrian and bicycle improvements to 142nd Street West adjacent to both Scott Highlands Middle School and Highland Elementary School; and WHEREAS, City staff have been advised by MNDOT to continue with a full application for grant funding for pedestrian and bicycle improvements to 142nd Street West adjacent to both Scott Highlands Middle School and Highland Elementary School based upon; 1. The proposed project meets all eligibility requirements for grant funding 2. The City has demonstrated previous planning and strong project delivery history 3. The City has demonstrated robust engagement with public and supporting entities NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Apple Valley, Minnesota, that: 1. Support for a funding application in the amount of$340,000 for the SRTS Grant is approved. ADOPTED this 25th day of January, 2024. Clint Hooppaw, Mayor ATTEST: Pamela J. Gackstetter, City Clerk • ITEM: 4.F. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Adopt Resolution Approving Application to Minnesota Amateur Sports Commission for James Metzen Mighty Ducks Ice Arena Grant Staff Contact: Department/ Division: Eric Carlson, Parks & Recreation Director Parks and Recreation Department ACTION REQUESTED: Adopt the resolution approving application to the State of Minnesota Amateur Sports Commission for a James Metzen Mighty Ducks Ice Arena Grant, requesting $250,000 to help fund the refrigeration replacement project. SUMMARY: Staff is seeking authorization to submit an application to the State of Minnesota Amateur Sports Commission for a James Metzen Mighty Ducks Ice Arena Grant to help fund the refrigeration replacement project at Hayes Arena. The City of Apple Valley is requesting $250,000, which is the maximum amount communities replacing an existing R-22 indirect refrigeration system may request. BACKGROUND: Built in 1994, the rink at Hayes Arena is maintained using an R-22 refrigeration system. Production of R-22 was banned by the EPA in 2020, therefore making the refrigerant difficult and costly to acquire. One of the missions of the James Metzen Mighty Ducks Grant Program is to provide financial assistant to Minnesota communities eliminating the use of R- 22 systems in ice arenas. The refrigeration replacement project at Hayes Arena is included in the 2023 Parks Bond Referendum projects, staff is seeking supplemental funding from the Minnesota Amateur Sports Commission. Applications are due on Tuesday, February 13. BUDGET IMPACT: The grant request is for $250,000, and the City will have a 1:1 match, which will be funded by the successful 2023 Parks Bond Referendum. ATTACHMENTS: Resolution CITY OF APPLE VALLEY RESOLUTION NO. 2024- A RESOLUTION APPROVING AN APPLICATION TO THE MINNESOTA AMATEUR SPORTS COMMISSION FOR A JAMES METZEN MIGHTY DUCKS ICE ARENA GRANT WHEREAS,the City Council of Apple Valley supports the grant application made to the Minnesota Amateur Sports Commission for the James Metzen Mighty Ducks Ice Arena Grant Program. The application is to help fund the refrigeration replacement project at Hayes Arena associated with the 2023 Parks Bond Referendum; and WHEREAS,the City of Apple Valley has the capability and capacity to ensure the project be completed and administered within the James Metzen Mighty Ducks Ice Arena Grant Program guidelines; and WHEREAS,the City of Apple Valley will secure the matching funds from a different source. NOW, THEREFORE, BE IT RESOLVED,by the City Council of the City of Apple Valley, Dakota County, Minnesota,that staff is hereby authorized to submit an application for a James Metzen Mighty Ducks Ice Arena grant to help fund the refrigeration replacement project at Hayes Arena. BE IT FURTHER RESOLVED that approval of its application by the Minnesota Amateur Sports Commission,the Mayor and City Clerk are hereby authorized to execute such agreements as are necessary to receive and use the funding for the proposed project. ADOPTED this 25th day of January,2024. Clint Hooppaw,Mayor ATTEST: Pamela J. Gackstetter, City Clerk • ITEM: 4.G. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Adopt Resolution Appointing Judges for March 5, 2024, Presidential Nomination Primary Staff Contact: Department/ Division: Pamela J. Gackstetter, City Clerk City Clerk's Office ACTION REQUESTED: Adopt the resolution appointing individuals listed in the resolution to serve as judges and election officials for the Presidential Nomination Primary to be held on March 5, 2024. SUMMARY: Attached for your consideration is a resolution appointing judges and/or election officials for the Presidential Nomination Primary to be held on March 5, 2024. The individuals listed in the resolution have indicated their willingness to serve at the upcoming election. BACKGROUND: In order to serve as a judge, the law requires regular judges to complete a minimum of two hours of training and head election judges to complete a minimum of three hours training. In addition, all election judges working the election in March are required to complete one additional hour of training within 60 days of the Presidential Nomination Primary that focuses upon processes and procedures that are unique to its administration. Training for the appointed judges will be completed in February. BUDGET IMPACT: N/A ATTACHMENTS: Resolution CITY OF APPLE VALLEY RESOLUTION NO. 2024- CITY OF APPLE VALLEY JUDGES & OFFICIALS APPOINTED FOR THE 2024 PRESIDENTIAL NOMINATION PRIMARY PRECINCT 1 Revival Baptist Church - 964 Garden View Drive Paul Anderson * Gregory Hall * Eric Chermack Rick Vance Mary Wulf Kevin White Elliott Albright PRECINCT 2 Apple Valley Senior Center - 14601 Hayes Road * Marybeth Brady Jackson Lori Gluck Martha Hiltner AM Steven Kuhn Jeffrey Kile Linda Tetzlaff Amy Peschong Steven Ruegg PM * Shannan Boodoo PRECINCT 3 Redwood Community Center - 311 County Road 42 * Matthew Bellin Jeremy Jackson Mary Markes * Debbie Wessman Jennifer Merk Jamie Krumrich Kristin Lindgren PRECINCT 4 Apple Valley Community Center - 14603 Hayes Road Pamela Hale * Anita Burke Sue Kraus Sandy Slinger * Andrea Tsai Terry Henschel AM Robbie Briody PM Dale Kersten PRECINCT 5 Bethel's Rock Church - 14201 Cedar Avenue * Karen Brean JoLee Bubna * Kaare Festfog Jerry Ewing Paula Gajewski Mickelson Larry Stanley Daniel Wing PRECINCT 6 Education Partnership Building - 14200 Cedar Avenue Sharon Bassett PM Susan Anderson Jennifer Berglund * Allison Burke Sylvia Bobbitt * Kevin Schleppenbach Steven Huff AM Linda Paseka Jan Kukowski PRECINCT 7 Shepherd of the Valley Lutheran Church - 12650 Johnny Cake Ridge Road * Debra Gutzmann Ronald Caucutt Robin Ruegg * Brian Mahon Gail Sater Ron Sailer * Steve Wilson PRECINCT 8 Heritage Lutheran Church - 13401 Johnny Cake Ridge Road * Cisa Keller Michael Blesi Meghan Wallace Roger Gebhard Carrie Wees AM * Steve Raines Jill Woodruff PM Tamra Falk PRECINCT 9 Community of Christ Church - 5990 - 134th Street Court Lynne Beck Donna Beckman Robin Gernandt * Brian Buechele Frank Sachs AM * Ronald Burke Jeffery Smith PM Steven Soderlind PRECINCT 10 South Suburban Evangelical Free Church - 12600 Johnny Cake Ridge Road Doris Brummund * Mary Anne Lantz * Kelly Kausel Linda Lichty * Adrian Schottroff JoAnn George AM Mary Mueller Faisal Suleiman PM PRECINCT 11 ISD 196 District Service Center - 14301 Diamond Path * Karen Ainslie Adaline Machacek Lynn Filipas * Rae Lynn Zuehlke * Craig Huber Linda Hofstadter PM Renata Mayrhofer Gerry Robison AM PRECINCT 12 Spirit of Life Presbyterian Church - 14401 Pilot Knob Road Nick Bruecken Corinne Anderson AM Cassandra Feldman AM Patricia Gramentz PM * Thomas Knobel-Piehl Daniel Keenan * Monica Long * Teressa Schlueter Desi Week PM PRECINCT 13 Johnny Cake Activity Center - 14255 Johnny Cake Ridge Road * Tony Nelson * Jason Christianson Naomi Owen Kurt Moreno * James Porter Mary Ann Rolandson Andrea Dobberman PRECINCT 14 Apple Valley Municipal Center - 7100 147th Street W. Teresa Blaylock Russell Davies * Michael Leick * Corinne Johnson Melissa Taphorn * Monica Nolte-Reed James McMann PRECINCT 15 River Valley Church - 14898 Energy Way * Shelley Beaumont Bradford Bruggemann Jerry Nagel PM Waynes Cordes AM * John Roberson Crystal See PM Jaci Staiger AM Christian Heinrich * Pat Kriegl PRECINCT 16 Hope Church - 7477 145th Street W. Patricia Buss * Ian McGregor Phyllis Rowley Carla Tappainer * Cassie Slinger Shahid Aziz PM Laura Berger AM Christopher Rueber * Denotes Co-Head Judge ADDITIONAL ELECTION JUDGES AND ELECTION OFFICIALS Brandi Aitken Kayla Hechsel Mary Mueller Nathan Bang Barb Hedding Michele Mueller JoLee Bubna Eve Heeralall Missy Nelson Anita Burke Terry Henschel Shawna Nelson Julie Carlson Tim Klausler Ben Pierson Penelope Curry Mary Klein Lisa Reiten Mary Duevel Harry Kline Karen Shaw Nathan Ehlers Mary Anne Lantz Penny Stewart Judy Finger Stephanie Marschall Mary Thelen Pamela Gackstetter Jenae Marthey Breanna Vincent Charles Grawe Mike McCollum Debbie Wessman Deb Melton ALTERNATE ELECTION JUDGES (AL) Janet Ausland Evelyn Clifford Hassan Bouchareb Karen Erickson Monica Brown Kurt Erickson Alanna Gundry Daniel Foss Tanya Miller Diane La Haie Dana Mostoller Chad Lange Mario Polanco-Shelton Dwaine Mewhorter James Sebesta Anna Rajadurai Pamela Sebesta Paulette Schlichter Karen Seglem Tami Swenson Tricia Warns John Andrews Rachel Wiley Melanie Baumhover Melinda Woitaszewski Dimitry Brigham Anthony Fleck Sherry Foss Frank Kinder Tammy Lensch Shelley Panos BE IT RESOLVED by the City Council of the City of Apple Valley, Dakota County, Minnesota, that the foregoing individuals are hereby appointed as election judges and/or election officials for the Presidential Nomination Primary to be held on March 5, 2024, in the City of Apple Valley with the understanding that amendments may be necessary to the appointments in order to fill vacancies. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized to make the necessary substitutions. Judges will be paid at the rate of$14.00 per hour and Co-Head Judges at $16.00 per hour for time trained and worked in the precinct. ADOPTED this 25th day of January, 2024. Clint Hooppaw, Mayor ATTEST: Pamela J. Gackstetter, City Clerk • ITEM: 4.H. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Adopt Resolution Awarding Project 2024-126, Mowing and Trimming Services 2024-2026 Staff Contact: Department/ Division: Mike Endres, Parks Superintendent Parks and Recreation Department ACTION REQUESTED: Adopt the resolution awarding the agreement for Project 2024-126, Mowing and Trimming Services 2024-2026, to Executive Outdoor Services, LLC, the lowest responsible bidder, for a first-year cost of $113,675.00, second-year cost of $120,175.00, third-year cost of $123,780.00, and including Alternate #1 cost for additional mowing of Lebanon Cemetery as needed at $800.00 per occurrence. SUMMARY: On Tuesday, January 16, 2024, sealed bids were opened for the purpose of entering into a written agreement for a three-year commitment of mowing and trimming services on selected City properties. The lowest responsible bidder was Executive Outdoor Services, LLC. The contract will be funded through individual department operations based on the property. 1. Fire Department - Stations 2. Liquor - Stores 3. Public Works Department - Lebanon Cemetery and Water Towers 4. Administration - Municipal Center 5. Community Development Department - Educational Building 6. Parks and Recreation Department - Parks BACKGROUND: The City of Apple Valley has contracted out several properties for mowing and trimming services. Historically the properties have been contracted out for over twenty years. The properties are considered maintenance intensive and more cost effective to contract out. The preceding contract (which was also with Executive Outdoor Services, LLC) has expired, and staff is seeking authorization to once again enter into an agreement for this service. The new three-year contract would be in effect for calendar years of 2024, 2025, and 2026. BUDGET IMPACT: For all properties: $113,675.00 for 2024, $120,175.00 for 2025, and $123,780.00 for 2026, plus $800.00 per additional Lebanon Cemetery mowing occurrence as determined by the Streets Superintendent. ATTACHMENTS: Resolution Bid / Quote Tabulation Proposal CITY OF APPLE VALLEY RESOLUTION NO. 2024- A RESOLUTION AWARDING CONTRACT FOR PROJECT 2024-126, MOWING AND TRIMMING SERVICES 2024-2026 WHEREAS, pursuant to Resolution No. 2023-192, sealed bids have been received for Project 2024-126, Mowing and Trimming Services 2024-2026; and WHEREAS, a tabulation of said bids is attached hereto as Exhibit A; and WHEREAS, it is staff's recommendation to accept Alternate to Base Bid#1 for additional mowing at Lebanon Cemetery. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Apple Valley, Dakota County, Minnesota, as follows: 1. The base bid of Executive Outdoor Services, LLC, the total first-year cost of $113,675.00, a second-year cost of$120,175.00, and a third-year cost of$123,780.00, is hereby found to be the lowest responsible bid meeting specifications. 2. Alternate to Base Bid#1 on the Proposal form is hereby accepted at$800.00 per occurrence, on an as-needed basis, as determined by the Street Superintendent. 3. The Mayor and City Clerk are hereby authorized and directed to enter into a contract with Executive Outdoor Services, LLC, for its bid, the total first-year cost of $113,675.00, a second-year cost of$120,175.00, and a third-year cost of$123,780.00, plus $800.00 per additional Lebanon Cemetery mowing occurrence, in accordance with Exhibit A and the specifications heretofore approved by the Council and on file with the Parks and Recreation Department. The Parks & Recreation Administrative Coordinator is hereby authorized and directed to return to all bidders the deposits made with their bids, except the deposits of the successful bidder and the next two lowest bidders shall be retained until a contract has been signed. ADOPTED this 25th day of January, 2024. Clint Hooppaw, Mayor ATTEST: Pamela J. Gackstetter, City Clerk 2 Exhibit A leifil CITY OF APPLE VALLEY p . Project 2024-126, Mowing and Trimming Services 2024-2026 PROPOSAL DATE: Tuesday, January 16, 2024— 10 a.m. / Total Year 1 Cost Total Year 2 Cost Total Year 3 Cost Alternate Cost 1 Black and Green L�7 Bid Bond 14625 Felton Ct, Suite 102 ❑ Cashiers Check IZZ, 4e514 .°11 i 2A , W.1-, kv1 i 2`I,1.11-1.2S 1g0•ro0 Apple Valley, MN 55124 ❑ Certified Check 2 The Grounds Crew ❑ Bid Bond 12500 Chowen Ave ❑ Cashiers Check Burnsville,MN 55337 ❑ Certified Check ./,,3 Executive Outdoor Services ❑Bid Bond /N. V 1656 Frisian Street VCashiers Check I 1 S,co 3 .°° 120, 11 .°° I23-,1$0.00 °° ❑ Certified Shakopee, MN 55379 Check �� 4 Prima Pros ❑Bid Bond 6273 University Ave, Suite E ❑ Cashiers Check PO Box 620422 ❑ Certified Check Middleton, WI 53562 5 KG Landscape Management ❑ Bid Bond 10041 Polk St NE ❑ Cashiers Check Minneapolis, MN 55434 ❑ Certified Check 6 Prescription Landscape ❑ Bid Bond 481 Front Ave ❑ Cashiers Check St. Paul, MN 55117 ❑ Certified Check 7 Sam's Lawn Maintenance ❑Bid Bond 612 Donaldson St N ❑ Cashiers Check Cannon Falls, MN 55009 _ ❑ Certified Check 8 Best Lawn Guy ❑ Bid Bond PO Box 534 ❑ Cashiers Check Rosemount, MN 55068 ❑ Certified Check 9J 0 M;Ni, cevwiruc-hm. I1 Dd e,I-°la /o 19/ - �10, �153. t,}lZ.,�10�•�ii I,Ip�S.ao KD $ulr-m UI,, Sono Mo Services Cash curs &I�cec� 1 lq,vivo- I t ,,��5•°° 12 -, r do.°° ca 50.a° Present: Pamela Gackstetter, City Clerk Steve Rother,Park Maintenance Supervisor Mike E res. Park Su erintendent Kayla Hechsel Administrative Coordinator l PROPOSAL Project 2024-126;MOWING AND TRIMMING SERVICES 2024-2026 Bid Opening: 10:00 a.m. January 16,2024 Bid Addressed To: Pamela J.Gackstetter,City Clerk Apple Valley Municipal Center 7100 147th Street West Apple Valley,MN 55124 Bid From: 1 )ec,Q.1 s,►X O 0 T j b a r� lib k Fie 5 fet J S r To the City of Apple Valley: The undersigned,having studied the specifications,proposes to furnish services in accordance with the specifications dated December 13,2023,on file with the City Clerk,including delivery and any taxes,as follows: FIRST YEAR ANNUAL COST 1.) Pipeline easement from County Road 42 to Newell $ L.1 1 O Q • Approximately 4 acres 2.) Newell Park $ 1 b 0 • Approximately 1 acre 3.) Long Lake Park $ bC3 • Approximately 5.44 acres 4.) Trail edges located between Eveleth and Euclid $ 1 1'o O 5.) Outlot located between 12996 and 13006 Euclid $ 7 0 6) 6.) Outlot located between 5642 and 5546 133rd Street Court $ 00 7.) Belmont,Chaparral,and Heritage Parks $ lava 00 • Approximately 7 acres 8.) Duchess,Greening,and Pennock Parks S 7 7D) • Approximately 9 acres 9.) Aquatic Center(within fenced area and entire front of the building adjacent to parking lot, S 1 �i)o as well as island in the parking lot) • Approximately 0.75 acre • Must be mowed twice weekly and be bagged and removed. • Mowing must be completed before 9:30 am. 10.) Lac Lavon $ c 3 0 O • Approximately 5.69 acres FIRST YEAR ANNUAL COST 11.) Cobblestone Lake Park $ ' Z-! 4' • Approximately 35 acres • Must be mowed twice weekly(preferably on a Monday and Friday schedule) 12.) Fire Station#1 $ 100 0 • Approximately 0.5 acre • Must be mowed twice within seven calendar days. • The mowing at this site is limited to the front of the facility(the adjacent park is maintained by the City). 13.) Fire Station#2 $ '(7 e 17 • Approximately 0.25 acres • Must be mowed twice within seven calendar days. 14.) Fire Station#3 CI 0 • Approximately 2.21 acres • Must be mowed twice within seven calendar days. 15.) Lebanon Cemetery(County Road 42 and Pilot Knob Road) $ 2-1 0`) • Approximately 12 acres 16.) Liquor Store#2 (Pilot Knob Road and 141 s`Street) $ ` 3 6 el • See Attached 17.) Liquor Store#3 (157th Street and Pilot Knob Road) $ • Approximately 0.62 acres 18.) Education Building(14200 Cedar Avenue) $ Z-1S • Approximately 0.5 acres 113( l07$ (2024) FIRST YEAR ANNUAL COST (2025) SECOND YEAR ANNUAL COST I Z®, f 7 (2026) THIRD YEAR ANNUAL COST f 2. 3 -]U` 0 — �o� l 3N(cii- 357, 1(3 0 ALTERNATE TO BASE BID 1. Lebanon Cemetery(additional mowing; cost per occurrence) $ g?)6 • Approximately 12 acres Addendum:Receipt of the following Addenda to the Contract documents and their costs being incorporated into the Bid is acknowledged(give Addendum numbers): Addendum No. /A / Date r Addendum No._ Date Any deviation from the specifications must be clearly noted and the attached questionnaire completed; otherwise, this bid will be considered in strict compliance, and the bidder will be held accountable for all items. Accompanying this bid is a bidder's bond, certified check, or cash deposit in the amount of ic'ile rv_,,J'Th JJ.5 O ('14 fj�i tq��R oe_ DOLLARS -. -G�}/ CENTS ($ f 7 f �' p' / , .70 ' ), Whic is at least five percent(5%) of the am6unt of my/our bid made payable to the City of Apple Valley,Minnesota, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and/or bond within fifteen(15)days after its submittal to the City. In submitting this bid,it is understood the City retains the right to reject any and all bids,to waive irregularities and informalities therein, and to award the contract to the best interest of the City. In submitting this bid it is understood that payment will be by cash or check upon delivery and acceptance. It is understood that bids may not be withdrawn for a period of sixty(60) days after the date and time set for the opening of bids. It is understood that the City reserves the right to retain the certified check or bond of the three lowest bidders, as determined by the City, for a period not to exceed 60 days after the date set for the opening of bids. DATE: ! ' ' 2 -Z Li Respectfully submitted, State whether bidder is G xec u N oo, Serticces Individual /1/i t./&/ Firm Name Partnership Names of Partners: By e..--74...;c1✓ �.+ Si re Corporation I hOej Jfj State in which incorporated Printed Name of Signer Title b cc)Pe./2_ Address IL, 541FC S e5 la-0 5 occlko P4 Co 56171 Telephone Crj - 315 - �� • ITEM: 4.1. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Engineering Consulting Agreement with B32 Engineering Group, Inc., for Construction Administration of Hayes Arena Improvements Associated with 2023 Parks Bond Referendum Staff Contact: Department/ Division: Eric Carlson, Parks & Recreation Director Parks and Recreation Department ACTION REQUESTED: Approve agreement with B32 Engineering Group, Inc., for Engineering Consulting for construction administration of Hayes Arena improvements associated with the 2023 Parks Referendum, in the amount of$24,215, plus reimbursable expenses. SUMMARY: City staff would like to hire All-American Ice, LLC, d/b/a All-American Arena Products, to replace the R-22 refrigeration system at Hayes Arena (see relevant contract also on this meeting's agenda for more details). B32 Engineering Group Inc. would assist the City by reviewing designs and plans of All-American Arena Products to ensure that the new skid refrigeration system and new floor/dasher boards installed as part of the 2023 Parks Referendum meet or exceed all engineering requirements. B32 Engineering will also oversee the construction of all major elements of the ice system, including but not limited to sub-floor heat piping installation, ice rink piping installation, concrete rink floor pour, and ice- equipment start up and dasher board installation. A standard City contract will be used for this Agreement, though it is attached to this agenda item for reference. BACKGROUND: For the last several years, the City of Apple Valley has worked with the community to determine the future needs and desires residents have for parks and recreation services. On Tuesday, November 7, Apple Valley voters approved two separate questions in a special election, authorizing a total of $73.25 million to invest in parks, trails, natural resources, Kelley Park, Redwood Park, Hayes Arena, the Apple Valley Family Aquatic Center, the Apple Valley Community Center and Senior Center, a youth baseball/softball complex at Hayes Park, and a community pool at Redwood Park. It will take four to six years to implement the improvements approved by voters. As we develop projects, we will involve residents in the planning process. Information on plans and construction progress will be provided on our website so residents can see what work is planned for each location and how the referendum dollars are being spent. BUDGET IMPACT: Funding for this Agreement comes from the successful 2023 Parks Referendum. ATTACHMENTS: Agreement ENGINEERING CONSULTING AGREEMENT THIS ENGINEERING CONSULTING AGREEMENT, is entered into this day of January, 2024 by and between the City of Apple Valley, a Minnesota municipal corporation (the "City"), and B32 Engineering Group, Inc. — 206 Cantwell Street, LeSueur, MN 56058 (the "Consultant"). WHEREAS, Consultant has experience in providing professional engineering services, including construction administration services for all types of ice rink projects; and WHEREAS, the City desires to engage Consultant to assist the City with construction administration services proposed by Consultant for the Hayes Arena Renovations and Upgrades Project(Project 2024-127, Hayes Arena Ice System Replacement)(the "Project"); and WHEREAS, Consultant desires to accept such engagement upon the terms and conditions hereafter set forth. NOW THEREFORE, in consideration of the mutual agreements herein contained and intending to be legally bound hereby, the City and Consultant agree as follows: ARTICLE I SCOPE OF WORK The City hereby retains Consultant for the purpose of furnishing the Construction Administration Services, described in and in accordance with the requirements and provisions of the "Proposal Submittal" dated January 12, 2024, attached hereto as Exhibit A and incorporated herein by reference (the "Services") associated with the Project, for a lump sum cost of $24,215.00, plus reimbursable expenses pursuant to Exhibit A. ARTICLE II INDEPENDENT CONTRACTOR STATUS The City and Consultant expressly agree that Consultant is an independent contractor and not an employee, agent, joint venturer, or partner of the City. Nothing in this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between the City and Consultant or any employee or agent of Consultant. Both parties acknowledge that Consultant is not an employee for state or federal tax purposes. As Consultant is not the City's employee, Consultant is responsible for paying all required state and federal taxes. In particular, the City will not withhold FICA (Social Security) from Consultant's payments; will not make state or federal unemployment insurance contributions on Consultant's behalf; will not withhold state or federal income tax from payment to Consultant; will not make disability insurance contributions on behalf of Consultant; or will not obtain workers' compensation insurance on behalf of Consultant. ARTICLE III TERM/CONTRACT TIME The City and Consultant agree that the Project is scheduled to commence on March 1, 2024 and be completed no later than July 31, 2024. Consultant shall provide its Services commencing on the date this Agreement is executed by all parties through the date the City makes final payment to the contractor performing work on the Project,unless terminated in accordance with Article VI of this Agreement. ARTICLE IV INSURANCE Consultant shall not commence performance of the Services until it has obtained all insurance policies identified in Exhibit A at the limits identified in Exhibit A. Consultant shall have filed the certificate of insurance or the certified copy of the insurance policies, issued by an insurance company of good standing and authorized to do business in Minnesota, with the City prior to commencing the Services. The Consultant agrees that the deductible within its professional liability insurance policy shall not exceed $250,000.00. Each insurance policy shall contain a clause providing that it shall not be canceled by the insurance company without thirty (30) calendar days written notice of its intent to cancel or non-renewal, and not less than ten (10) calendar days advance written notice for nonpayment of premium. The certificate of insurance shall contain the following language in the description of operations section of the certificate of insurance form or in the additional remedies schedule to the certificate of insurance form: "Each of the above described policies is so endorsed requiring the City to be provided thirty (30) calendar days written notice to the City of the intent to cancel or non-renewal, and not less than ten (10) calendar days advance written notice for nonpayment of premium" ("Required Language"). If the producer or insurer(s)identified on the certificate of insurance refuse to provide the Required Language on the certificate of insurance form or on the additional remedies schedule, Contractor shall: (a) provide the City with a copy of the notice of cancellation endorsement documents for each policy that meet these requirements along with the certificate of insurance; and (b) provide the City with a copy of the insurer's cancellation notice within two (2) calendar days of receipt. The City shall be listed as an additional insured on the Comprehensive General Liability and Umbrella Liability policies. ARTICLE V INVOICES During the term of the Agreement, the Consultant shall submit monthly an itemized invoice setting forth a statement of the Services completed, and expenses incurred in the performance of the Services under the terms of this Agreement in accordance with terms set forth in Exhibit A. 2 Within thirty (30) days of the City receipt of Consultant's itemized invoice, the Owner shall issue payment for all undisputed amounts. Interest shall accrue at 6% per annum on all undisputed amounts not paid within thirty (30) days of the City's receipt of the invoice. ARTICLE VI TERMINATION OF AGREEMENT The City may terminate this Agreement automatically on the occurrence of any of the following events: (1) Consultant's bankruptcy or insolvency; (2) the sale or merger of Consultant's business and/or change in majority ownership; or (3) failure of Consultant to perform the Services in a timely or acceptable fashion in the sole discretion of the City. Additionally,this Agreement may be terminated by either party upon thirty (30) days written notice without cause. In the event of termination, copies of plans, reports, specifications, electronic drawing/data files, field data,notes,and other documents,written,printed or recorded on any medium whatsoever, finished or unfinished, prepared by the Consultant pursuant to this Agreement and pertaining to any work or to a Project, shall be made available to the City. All provisions of this Agreement allocating responsibility or liability between the City and Consultant shall survive the completion of the services hereunder and/or the termination of this Agreement. Should the City fail to pay Consultant all or any part of the compensation set forth in Article V of this Agreement on the date due, Consultant, at Consultant's option, may terminate this Agreement if the failure is not remedied by the City within thirty (30) days from the date payment is due. ARTICLE VII DISPUTE RESOLUTION Consultant acknowledges that the City may, from time-to-time, be subject to arbitration or litigation arising out of or relating to any Services that may have been provided, directly or indirectly, by Consultant. Consultant agrees to use its best efforts to work with the City and agrees that it will cooperate fully with the City in any arbitration or district court hearing and further agrees,if the City makes a timely request, to be a named party to any arbitration proceeding involving a work product or service provided by Consultant. ARTICLE VIII NOTICES Any notices given hereunder by either party to the other shall be in writing and may be effected by personal delivery with signed receipt or by registered or certified mail with postage prepaid and return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing below, but each party may change the address by written notice in accordance with this paragraph. Notices delivered personally or by mail will be deemed communicated as of actual receipt; (both signed at time of receipt). The Consultant's authorized representative for the purpose of the administration of this Agreement is Scott Ward, phone 651-492-1376, or their successor. The City's authorized 3 representative for the purpose of the administration of this Agreement is Eric Carlson, Parks &Recreation Director, 7100 147th Street West, Apple Valley, MN 55124, phone (952) 953-2310, or his successor. ARTICLE IX ASSIGNMENT Except for the Consultant's use of necessary consultants, the Consultant and the City shall not assign or delegate their respective obligations under this Agreement without the written consent of the other party, which consent shall not be unreasonably withheld. ARTICLE X ENTIRE AGREEMENT This Agreement supersedes and terminates any and all prior agreements, either oral or written,between the parties hereto with respect to the rendering of services by Consultant for the City and contains all the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises, or agreements have been made, orally or otherwise, by any party, or by anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement or promise not contained in this Agreement shall be valid or binding. Any modification of this Agreement will be effective only if it is in writing signed by the party to be charged. ARTICLE XI INDEMNIFICATION Except as prohibited by MINN. STAT. § 604.21, Consultant agrees to protect, defend, indemnify, and hold the City and its assigns and attorneys, accountants, and employees, harmless from and against all losses, liabilities, damages, judgments, claims, counterclaims, demands, actions, proceedings, costs, and expenses (including reasonable attorneys' fees) of every kind and character resulting from, relating to, or arising out of the negligent acts or omissions of the Consultant in the performance of the Services. In order that City obtain Consultant's professional services for a fee that includes compensation for a reasonable amount of risk, but not unlimited risk, the parties agree that Consultant's professional liability arising out of its Services under this Agreement will not exceed the Consultant's applicable insurance limits. In no event shall either party be liable for special, incidental, consequential, or punitive damages, including,but not limited to,to those arising from delay, loss of use,loss of profits or revenue,loss of financing commitments or fees,or the cost of capital,regardless of whether such damages are caused by breach of contract, willful misconduct, negligent act or omission, or other wrongful act. ARTICLE XII RIGHT TO WORK PRODUCT 4 Any work product generated in the performance of the Services shall be the exclusive property of the City. This information shall be deemed the City's proprietary information and shall not be disclosed to anyone outside of the City, or used by Consultant or others without the prior written consent of the City. Provided, however, the Consultant has the right to reuse such information and material in the normal course of its business and retains all rights in its standard drawing details and specifications,and in all field data,notes and databases. Other than reuse or modification by the Consultant, the City waives all claims against the Consultant resulting from any changes or reuse of such information and material. The Consultant will furnish the City with electronic data versions of certain drawings or other written documents ("Digital Data") compatible with the City's software (to the extent possible) unless otherwise agreed upon and/or provided in hard copy form. In the event of any conflict between a hard copy document and the Digital Data,the hard copy document governs. The Digital Data shall be prepared in the current software in use by the Consultant and is not warranted to be compatible with other systems or software. Any Digital Data submitted by the Consultant to the City is submitted for an acceptance period of 60 days ("Acceptance Period"). Any defects that the City discovers during this period and reports to the Consultant will be corrected by the Consultant at no extra charge. For correction of defects reported to the Consultant after the Acceptance Period, the City shall compensate Consultant on an hourly basis at Consultant's billing rates. The City understands that the Digital Data is perishable and the City is responsible for maintaining it. ARTICLE XIII SEVERABILITY Whenever possible, each provision of this Agreement will be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement is held to be invalid, illegal, or unenforceable in any respect under any applicable law or rule, in any jurisdiction, such invalidity, illegality, or unenforceability will not affect any other provision or the effectiveness or validity of any provision in any other jurisdiction, and the remaining provisions of this Agreement will continue in full force without being impaired or invalidated in any way. ARTICLE XIV GOVERNING LAW All issues concerning this Agreement will be governed by and construed in accordance with the laws of the State of Minnesota, without giving effect to any choice of law or conflict of law provision or rule (whether of the State of Minnesota or any other jurisdiction)that would cause the application of the law of any jurisdiction other than the State of Minnesota. ARTICLE XV DATA PRACTICES 5 Pursuant to Minn. Stat. § 13.05, subd. 11, all of the data created, collected, received, stored,used, maintained, or disseminated by Consultant in performing a City function under this Agreement is subject to the requirements of the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, and Consultant must comply with those requirements as if it were a government entity. ARTICLE XVI AUDIT Pursuant to Minn. Stat. §§ 6.551 and 16C.05, subd. 5, the Consultant's books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by the City, and either the Legislative Auditor or State Auditor, as appropriate, for a minimum of six years from the end of this Agreement. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the dates identified below. CITY OF APPLE VALLEY B32° ENGINEERING GROUP By By Clint Hooppaw, Mayor (signature) (printed name) And Its Pamela J. Gackstetter, City Clerk (title) Date: Date: 6 CERTIFICATE OF ACKNOWLEDGEMENT STATE OF ) ) SS. COUNTY OF ) On this day of , , before me personally appeared ,to me known who,being by me duly sworn, did say that he/she is respectively the of B32° Engineering Group, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of the corporation by authority of its Board of Directors, and said officers acknowledged the instrument to be the free act and deed of said corporation. (Notarial Seal) Notary Public 7 Exhibit A 8 MI In Engineering Group December 31, 2023 Revision 1 January 8, 2024 Revision 2 January 12, 2024 Mr. Eric Carlson Parks and Recreation Director City of Apple Valley City Hall 7100 147th ST W Apple Valley, MN 55124 Via email: eric.carlson@applevalleymn.gov Re:Apple Valley Hayes Arena—Review of Proposed New Ice System Dear Mr. Carlson: We are pleased to submit this proposal to provide professional engineering services for the above-mentioned project. The following proposal outlines our understanding of the project by defining the scope of our services and key assumptions made in preparing this proposal and fees associated with the Scope of Work. ABOUT B32 ENGINEERING GROUP, INC. Our team has extensive and specialty experience in programming, evaluations, concept design, and design and construction phase services for all types of ice rink projects. Successfully completing over 325 ice rink related projects, our team, led by Scott Ward, is a leader in the ice rink industry providing some of the most innovative, cost-effective, and energy-efficient design solutions. We know these unique facilities very well, have a thorough understanding of their needs and performance requirement and have the in-depth, specialty experience required to successfully complete this project for you, Brian,the City, and other project partners. We have submitted to you our complete Ice Rink Statement of Qualifications for your review. We would be happy to provide additional information regarding projects, references, etc. at your request. A few notable projects that we are currently working on, or have recently completed, include new facilities for the NHL's Florida Panthers and San Jose Sharks; new Division 1 college facilities for Colorado College CO, Northeastern University, University of Connecticut, Sacred Heart University CT,Augustana University Sioux Falls SD, and Arizona State University; renovations for Division 1 college facilities for the 3MAM University of Minnesota, Minnesota State University, University of New Hampshire, Northern Michigan University, and St. Cloud State University MN; renovation for the Olympic Center in Lake Placid NY, Xcel Energy Center St. Paul MN, Hamilton College NY; new college preparatory school facilities for The Lawrenceville School NJ, Nobles and Greenough School MA, and Millbrook School NY; cutting edge CO2-based rink projects, new community B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 1 !MI Engineering Group facilities for a new 3-sheet Mosaic Quarter Complex in Tucson AZ, Elk River MN, Andover MN, Proctor MN,Virginia MN, Bowie MD, Richmond VA; community facility renovations for James W. Campion III Rink Lebanon NH, Schenley Park Ice Rink Pittsburgh PA, Mankato, MN, Alexandria MN, Hopkins MN, Bloomington MN, Maple Grove MN, The Super Rink Blaine MN, Pelham AL, Hoyt Lake MN,Town of Wilkes Barre PE, Rochester NY, Hamburg NY, and many others. We can provide you with references for any one of our many successfully completed ice rink projects at your request. Here are a few references to start: 1. Solar4America San Jose (San Jose Sharks Practice Facility, 2 new sheets and renovated 3 existing sheets). Reference: Jon Gustafson, Vice President, Sharks Ice LLC,408.999.6751. justafson@sharksice.com 2. St. Louis Ice Center(St. Louis Blues Practice Facility, 4 sheets) Reference: Patrick Quinn, Chairman, St. Louis Legacy Ice Foundation,410-754-8005, pq@legacyice.org 3. Great Park Ice and Sports Complex, Irvine CA(Anaheim Ducks practice facility, 4 sheets), Reference: Art Trottier,Vice President—The Rinks. 714.518.3201 attrottier@the-rinks.com 4. Xcel Energy Center and TRIA Rink, St. Paul, MN (MN Wild Practice Facility) Reference: Mark Anger—Facility Development/Project Manager for the MN Wild. 651.312.3476, manger@wild.com Reference:Travis Larson, Ice Operations and Event Manager, Xcel Energy Center, 651- 726-8160, TLarson@xcelenergycenter.com 5. Enterprise Center(formerly the Scottrade Center), St. Louis, MO (St. Louis Blue Arena), Complete. Reference: Doug Waugh—Sr. Director of Building Operations and Public Safety, Scottrade Center. 314.589.5982 dwaugh@scottradecenter.com 6. Ice Den Scottsdale (Arizona Coyotes Practice Facility, 3 sheets) and Ice Den Chandler,AZ Reference: Mike O'Hearn—Executive Vice President Rainy Partners, LLC 602-980-7179 mikeo@rainypartners.com 7. Pasadena Ice Skating Center, Pasadena CA Reference: Michael Ross, Chief Executive Officer, 626.793.2122 mross@pasadenacenter.com 8. 3M Arena at Mariucci, University of Minnesota, Minneapolis Reference: Craig Flor,Athletic Facility Manager, 612-625-8365, florx003@umn.edu 9. Cottage Grove Ice Arena, Cottage Grove, MN Reference: Zac Dockter, Park and Recreation Director 651.458.2847 zdockter@cottage- grove.org 10. Runestone Arena,Alexandria, MN Reference: Vinnie Hennen, Facility Manager, M. 320.298.0319 vhennen@alexandriamn.city 11. Burich Arena, Hutchinson, MN Reference: Mary Haugen, Recreation Facilities/Operations Manager M. 320.234.4227 mhaugen@ci.hutchinson.mn.us B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 2 0 IND Engineering Group 12. St. Louis Rec Center, St. Louis Park, MN Reference: Jason Eisold, Rec Center Manager, Parks & Recreation Department. 0.952.924.2547 jeisold@stlouispark.org. TEAM MEMBERS Principal and President of 332 Engineering Group, Inc., Scott Ward, and our team, will work closely with you and the design team on this project. Scott has over 26 years of experience in civil and mechanical engineering fields. He has extensive knowledge of public facilities (e.g., ice arenas, water and wastewater treatment, community centers, aquatic centers, etc.) and associated feasibility and evaluation studies, project development, funding applications, and the design and construction process. His education and engineering experience uniquely qualifies him for the specialized design requirements of ice systems. He has been involved in over 325 ice rink projects since 1997, including professional practice facilities, Division 1 college venues, single and multi-sheet community arenas, and outdoor ice rinks. Scott is integrally involved in each ice rink project and has owned the business since 2007. In addition to Scott's professional expertise, he was also an avid coach and coaching coordinator for 16 years; is a hockey player and supporter of youth hockey. The application of this practical insight help assures each facility, and its systems are designed to meet your needs, operate successfully and be a gathering place for the community. Education Master of Science in Mechanical Engineering, University of Minnesota, 2000 Bachelor of Civil Engineering, University of Minnesota, 1995 Registration Registered Professional Engineer in:AL,AK,AZ,CO, CT, FL, IA, IL, MA, MD, ME, MI, MN, MO, NC, ND, NE, NH, NJ, NM, NY,OH,OR, PA, RI,SD,TN,TX,VA,VT,WA,WI,WV,WY. Professional Affiliations American Society of Heating, Refrigeration and Air Conditioning Engineers(ASHRAE) Minnesota Ice Arena Managers Association (MIAMA) Wisconsin Ice Arena Managers Association (WIAMA) North East Ice Skating Mangers Association (NEISMA) Ice Skating Institute (ISI) United States Ice Rink Association (formerly STAR) Minnesota Recreation and Park Association (MRPA) Examples of Ice Arena Projects: See B32 Engineering Group, Inc. Ice Rink Statement of Qualifications for more information. B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 3 0 MD Engineering Group PROJECT UNDERSTANDING The existing indirect ice system at Hayes Arena was installed with the construction of the building in 1994.The 29 year old system has well exceeded its expected life of 20-25 years.The system uses R-22 refrigerant and glycol. R-22 refrigerant was banned from being produced or imported in the U.S. as of January 1, 2020 driving supplies down and costs up to as high as$75/pound over the past few years.At certain times, purchases have been limited to 20-30 pounds at a time. The City has received a proposal from All American for the replacement of the ice system (refrigeration, rink floor and dasher board systems) through Sourcewell. All American has teamed with Rink Tec International for the refrigeration system and ice rink floor system work. B32 Engineering Group, Inc. has reviewed the proposal and provided comments and recommendations to the City through a separate letter. The City has requested a proposal from B32 Engineering Group, Inc. to provide the review the proposal and construction administration and observation services related to the replacement of the ice system. We will work closely with the City on the project. No design work is included in this proposal. Project Schedule Construction will take place in 2024. SCOPE OF WORK As Ice Rink Engineers and Consultants, B32 Engineering Group, Inc. will provide the specialized services required for the ice system including a review the proposal by All American and construction administration services. B32 Engineering Group, Inc. will provide a step-by-step design approach as described below: Step 1—Review All American Proposal During this step B32 Engineering Group, Inc. will: 1.1 Meeting (in-person): In-person meeting with you and the City,to discuss the project and gather information on the proposal. 1.2 Review the proposal by All American and provide comments and recommendation regarding the proposed ice system. Step 2—Construction Services The ice system (refrigeration system, waste heat recovery systems, ice rink floor system and dasher board system) is the most important system in an ice arena facility. Proper installation B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 4 Engineering Group of these systems plays a significant role in the economic and social success of the facility. Experienced ice arena specialists provide a higher level of confidence that the installation has been done right and the final product has been constructed as the design intended. To observe the construction of all major elements of the ice system, 6-7 site visits during construction for a single sheet ice arena facility of this level would be needed. The cost to perform these services varies greatly depending on the phasing of the project, the length of construction and the quality and experience of the contractor. Based on similar projects with All American and Rink Tec International, we have included 5 site visits during key periods of construction as outlined below. We will be on-site for the phased construction of the ice system including the following: 2.1 Sub floor heat piping beneath rink floor(1 visit). Observe final preparation of subgrade and installation of piping grid for the new rink floor, including general layout, workmanship of joints and pressure test for ice rink floor. 2.2 Ice rink piping installation (1 visit). Observe installation of rink piping for the new rink floor including piping, connections, placement, materials, etc. Check on progress of refrigeration system. Conduct a concrete pre-pour meeting for the new rink floor pour with the ice rink contractor and subcontractors, prior to rink floor concrete pour. 2.3 Concrete rink floor pour/equipment inspection (2 visits): Check final installation of rink piping, header pipe, reinforcement, and expansion joint for the new rink floor. Review elevation survey of rink piping. A progress check of the refrigeration system will also be conducted at this time. 2.4 Final inspection/ice equipment start-up and dasher board system (1 visit). Perform a final walkthrough of the systems generating a list of items (punch list) to be completed. 2.5 Contract Administration: We will also provide shopdrawing review of equipment and materials used on the project and answer questions regarding the drawings and specifications during construction. A field observation report will be provided with each site visit. 2.6 Prevailing wage review. If the City receives state funding through the Mighty Ducks Legislation, B32 will review monthly pay requests and payroll information from the All American and Rink Tec and compare with the payroll requirements of the State and make recommendation to the City for payment. 2.7 Any additional site visits would be included under additional services and may include: ■ Preconstruction meeting. ■ Floor insulation and transmission main installation (2 visits). Observe installation of the floor insulation and transmission mains prior to backfilling. • Post-occupancy system performance verification (1 visit). Visit the site after the ice system has been up and running, has been tested and balanced,to verify the operation of the ice system is as designed. If the Owner will be providing commissioning, we will assist the Owner's commissioning agent by providing information on the ice system as requested. We did not include commissioning services in this proposal. B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 5 Trni Engineering Group ■ Warranty walkthrough (1 visit). Walk through the facility 10-11 months after substantial completion to identify potential warranty information. ASSUMPTIONS This proposal is based on the following assumptions. ■ GETTING STARTED- Prior to starting the work, B32 Engineering Group, Inc. will be provided with full information regarding your firm's and client's requirements including any special or extraordinary considerations for the Project or special services needed and will be provided with all pertinent existing data. • INFORMATION - B32 Engineering Group, Inc. will be relying on CAD files and topographic surveys completed and prepared by others. B32 Engineering Group, Inc. assumes no liability for the accuracy of such drawings or surveys. EXCLUSIONS- In preparing this proposal, certain items have been excluded from the scope of services that may or may not be required. Should these services become necessary, B32 Engineering Group, Inc. can provide them as Additional Services. The following services have been excluded from this proposal: ■ Design phase services. • Evaluation of site and soil conditions in or near the building. ■ Rebates, grants, or other funding applications. • Energy modeling and calculations. Life cycle cost analysis. • Permit applications. • Concept drawings of improvements to the facility. • Commissioning of systems. ■ Local and State code review meetings. Environmental reviews, reports or permits. • Building energy simulation. • Sampling, laboratory and on-site material testing or performance and intrusive testing. Minnesota B3 (Buildings Benchmarks and Beyond) design requirements. - Hazardous material testing. • Surveying. ■ Record plans or as-builts. ■ Project advocacy beyond the normal standard of care. B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 6 0 MD Engineering Group COST OF SERVICES We propose the following fixed fees for the services outlined in this proposal. TASK Fee PROPOSAL REVIEW (STEP 1) $765 CONSTRUCTION ADMINISTRATION-SHOPDRAWING REVIEW(STEP 2) $5,100 CONSTRUCTION ADMINISTRATION—5 SITE VISITS(STEP 2) $15,800 PREVAILING WATER REVIEW(STEP 2.6) $2,550 TOTAL FIXED FEE SERVICES $24,215 Conditions of Proposed Fee: • EXPENSES- Reimbursable expenses are in addition to the fee above. Additional services expenses will be invoiced in accordance with our standard fee schedule. • Taxes not included in fee. • PAYMENTS—All payments due to B32 Engineering Group, Inc. shall be made within 45 days after receipt of invoice. Services will be invoiced once per month. Finance charges will be applied to all payments not received within 30 days of invoicing. B32 Engineering Group, Inc. shall have the right to suspend work on the project upon invoice past due more than sixty(90) days from presentation, unless or until B32 Engineering Group, Inc. is satisfied that payment is forthcoming. • ADDITIONAL SERVICES—Additional Services, if authorized in advance, will be billed in accordance with our standard fee schedule. • FEE SCHEDULE -The attached fee schedule is valid through December 31, 2024. Any services furnished after December 31, 2024, will be charged in accordance with our 2025 fee schedule. We will not increase any item on the fee schedule by more than 5% per year for work performed in 2025. The fixed fee will remain unchanged for 2025. QUALIFICATIONS—The proposed construction administration fee is based on the Owner hiring an experienced ice rink contractor meeting the qualifications of B32 Engineering Group, Inc. standard Section 131811—Ice Rink General Requirements that in general states the contractor must have successfully completed five (5) ice rink projects of similar scope in the past five (5) years. INSURANCE. This proposal is based on the following insurance coverage carried by B32 Engineering Group, Inc. Category Insurance Limits Comp General Liability and Bodily Injury $2M each occurrence $4M general aggregate Professional Liability $5M each claim $5M aggregate Umbrella Liability $2M each occurrence $2M aggregate B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 7 0 MD Engineering Group • This proposal is based upon completion of our services by December 31, 2024. • This document serves as record of the basic terms of our agreement. Upon receipt of a countersigned copy of this letter, we assume you will provide B32 Engineering Group, Inc. with an agreement for review and comment. B32 ENGINEERING GROUP, INC. IS BEST VALUE FOR THE CITY OF APPLE VALLEY. In addition to having an extensive resume of over 325 very successful ice rink projects of all types and sizes nationwide, B32 Engineering Group, Inc. brings to your project: • Extensive ice rink design and construction experience providing a clear understanding of what works and what doesn't work. Extensive single-sheet and multi-sheet ice rink design experience providing the knowledge of proper pumping and flow design to allow individual flow and temperature control to each sheet of ice and central refrigeration system design maximizing system performance and efficiency. As one example, we were involved in the ice system design for two 4-sheet complexes with very tight budgets and two different building types. I have designed many multi-sheet facilities. Extensive experience with natural refrigerants such as CO2-based ice systems and ammonia- based ice systems. Experience with codes, regulations, statues and ordinances applicable to indoor ice arena facilities. • Personal attention. The Owner of B32 Engineering Group, Inc., Scott Ward, will be assigned to design and manage this project for you. This project will be a priority for the B32 Engineering Group, Inc. Experience and passion fosters innovation. B32 Engineering Group, Inc. was the first in the ice rink industry to: Design an ice system that regenerates a desiccant system using waste heat recovered from the refrigeration system in place of natural gas. (Northfield Ice Arena- MN) Design a conversion (direct to indirect) of an existing Holmsten Ice Rink's direct refrigeration system that uses the existing equipment to minimize costs with little or no loss in operating efficiency. This provided the City with the widest range of options for replacing or renovating the existing ice system in the North Arena. (Lund Arena -Gustavus Adolphus College-MN) Design a geothermal-based ice system without a well field and using a city water source, maximizing waste heat recovery and providing superior efficiency and reliability without losing performance. (Brooklyn Park Activity Center-MN) • Design a geothermal-based ice system that uses industrial grade refrigeration technology for a long-life span and ammonia refrigerant to maximize efficiency and reduce greenhouse gas emissions. (Burnsville Ice Center-MN) B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 8 Torni Engineering Group • Design of first CO2-based ice systems in the United States. B32 Engineering Group, Inc. has designed 6 total CO2-based ice systems with the first in 2014. (Anchorage AK Eagle River AK, Palmer AK, St. Michael MN) Design ice systems for LEED certified ice arena facilities including Bentley University MA (Platinum),Amsoil Arena-Duluth MN (Gold), Great Park Ice &Sport Anaheim CA (Silver) and others. B32 Engineering Group, Inc. is always striving to apply sustainable practices including waste heat recovery, water reuse, using recycled water to make the ice sheet, geothermal, natural light, etc. For full disclosure to the City, B32 Engineering Group Inc. reviews,signs,and stamps the majority of Rink Tec International engineered ice system drawings when the approval of a licensed engineer is required. It is likely we will be requested by All American/Rink Tec International to review the final drawings for this project,comment, recommend any changes and stamp and sign the drawings as the Engineer of Record. We value the relationship we have developed with the City over the years and will always act in the best interest of the City. If you have any concerns, questions or would like to discuss this in more detail, please let me know. Thank you for the opportunity to be involved in this project. We are confident you will find our qualifications, experience and reputation at the top of the industry. We encourage you to call any references on any project that we have worked on. If this proposal meets with your approval and is consistent with your understanding, please sign and return by mail an original copy of this letter. In the event we do not receive a signed copy of this letter, and we are authorized to begin work verbally, we will assume the terms and conditions of this proposal have been accepted by you. We are very excited for this opportunity, and we look forward to personally sharing our experience and knowledge of ice systems with you, Brian, and the City of Apple Valley. If you have any questions, please feel free to contact me on my mobile at 651.492.1376. Sincerely, Agreed to and accepted, B32 ENGINEERING GROUP,INC. By Scott A. Ward, P.E. President Title Enclosure: 2024 Professional Services Fee Schedule We can provide you our Ice Rink Statement of Qualifications at your request. Date B32 ENGINEERING GROUP,INC., 2211 O'Neil Road,Hudson,WI 54016 t 651.256.3090 f 715.808.0842 www.B32eng.com 9 APPENDIX A Engineering Group B32 2024 PROFESSIONAL SERVICES FEE SCHEDULE Effective: January 1, 2024,through December 31, 2024 HOURLY RATES LABOR CATEGORY HOURLY RATES Principal $255-$285 Senior Project Engineer/Project Manager $180-$200 Project Engineer/Project Manager $135-$155 Senior Designer/Project Manager $145-$165 Designer $115-$135 Intern $85-$95 Marketing $110-$130 Administrative $90-$110 REIMBURSABLE EXPENSES Reimbursable expenses include, but are not limited to the following: • Mileage(current IRS rate). • Parking/Tolls • Travel Expenses: airfare, lodging, rental cars, and electronic communication in connection with the project. • Meals will be billed at$75 per diem. • Reproductions,plots,report materials and standard form documents as outlined in the table below. Item Size Black&White Color Photocopies/Printing 8.5 x 11 $0.33 $1.20 11x17 $0.46 $2.35 Plots and Scans over 11x17 in size At cost of outside service • Outside services(printing,testing,etc.). • Delivery Services(UPS,FedEx,etc.). • Subconsultant Services. • Other similar direct project-related expenditures. Reimbursable expenses are billable at 12%over cost and per diem. All payments due to B32 Engineering Group,Inc.shall be made within 45 days after receipt of invoice. B32 invoices monthly. These rates are subject to adjustment each year on January 1. • ITEM: 4.J. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Joint Powers Agreement with Dakota County for 2024 Sentence to Service (STS) Program Work Crews Staff Contact: Department/ Division: Eric Carlson, Director Parks and Recreation Department ACTION REQUESTED: Approve Joint Powers Agreement with Dakota County for 2024 Sentence to Service (STS) Program Work Crews, in the amount not to exceed $27,417.00. SUMMARY: Staff is seeking authorization to enter into a Joint Powers Agreement with Dakota County for Sentence to Service Program Work Crews. The term of the Agreement shall be the 2024 calendar year and cost shall not exceed $27,417.00. BACKGROUND: In the past, the Dakota County STS crews have provided a valuable staffing resource in aiding maintenance division goals in both parks and streets. Typical assignments have been litter collection along city streets, clean-up after Freedom Days events, hockey rink and shelter painting, fall tree wrapping and mulching, cleaning around storm ponds, etc. The cost of this program for 2024 will be $481.00 per day and will not exceed $27,417.00. The cost is split between the Parks and Street Maintenance Divisions. The contract guarantees up to 57 crew days with a supervisor and an average crew of seven. This has been an effective portion of maintenance operations. BUDGET IMPACT: Funding has been designated within the 2024 budget, in both the Parks Maintenance and Street Maintenance divisions, to support this project. ATTACHMENTS: Agreement Dakota County Grant#244001 JOINT POWERS AGREEMENT BETWEEN THE COUNTY OF DAKOTA AND THE CITY OF APPLE VALLEY FOR SENTENCE TO SERVICE PROGRAM WORK CREWS AGREEMENT PERIOD: 1/1/2024— 12/31/2024 This Agreement is between County of Dakota, through its Community Corrections Department, hereinafter "County" and the City of Apple Valley, 7100 West 147th Street,Apple Valley, MN 55124 , hereinafter"City."This Agreement uses the word "parties"for both County and City. WHEREAS, the County and the City are governmental units as that term is defined in Minn. Stat. §471.59; and WHEREAS, under Minn. Stat. §471.59, subd.1, two or more governmental units may enter into an agreement to cooperatively exercise any power common to the contracting parties, and one of the participating governmental units may exercise one of its powers on behalf of the other governmental units; and WHEREAS, the City desires the services of the Sentence to Service Program work crews; and WHEREAS, the County operates a Sentence to Service Program by providing work crews referred through the Community Corrections Department plus a supervisor to perform unskilled labor; and WHEREAS, The City will pay the County a total amount not to exceed $27,417.00 for fifty-seven (57)work crew days pursuant to the terms of this Agreement; and WHEREAS, the Dakota County Board of Commissioners authorized the County to enter into an agreement with the City for Sentence to Service work crews. Now, THEREFORE, in consideration of the mutual promises and agreements contained herein the parties agree as follows: 1. GENERAL PROVISIONS. 1.1 Purpose. The purpose of this Agreement is to define the rights and obligations of the County and the City with respect to Sentence to Service ("STS")work crews. 1.2 Cooperation. The County and the City shall cooperate and use their reasonable efforts to ensure the most expeditious implementation of the various provisions of this Agreement. The parties agree to, in good faith, undertake resolution of any disputes in an equitable and timely manner.City and County liaisons will meet at least twice annually and more frequently if necessary, to discuss issues related to the STS program. 1.3 Term. This Agreement is effective and enforceable on January 1, 2024, ("Effective Date")and expires on December 31, 2024,or the date on which all Services have been satisfactorily performed and final payment is made,whichever occurs first. 1.4 Definitions. a) Work Crew. A work crew shall consist of a Crew leader and a crew of five to ten workers, who are jail inmates or community members, screened by Community Corrections. The Crew leader, an employee of General Security Services Corporation (GSSC), shall oversee and be in charge of the work crew. b) Work Crew Days. An STS work crew day shall consist of seven hours, less a thirty-minute lunch break, between the hours of 8:00 am and 3:00 pm. A work crew may be discharged earlier at the discretion of the City supervisor. 2. CITY'S RIGHTS AND OBLIGATIONS. 2.1 General Description. City will purchase fifty-seven (57) STS work crew days. The specific days to be worked and the work to be performed shall be determined at least thirty calendar days in advance of the work by the City and the County. 2.2 Total Cost. The total amount to be paid by the City pursuant to this Agreement shall not exceed $27,417.00. The (STS) Custom Dakota County Grant#244001 County will invoice the City for actual crew days worked up to 57 days at the following rates: • For five or more workers per crew, the daily rate is $481; and • For work crews with less than five workers, the daily rate is $240.50 2.3 The City agrees to pay the County$13,708.50 no later than May 31, 2024, and shall pay the remaining $13,708.50 no later than October 1, 2024. 2.4 Work Projects.The City will provide work projects requiring unskilled labor such as light construction or landscaping, and any specialized equipment needed for the work. Each work project will be reduced to writing and provided to the Crew leader before work commences. A work project will be concluded when a City representative and the Crew leader approve in writing that work has been satisfactorily completed. 2.5 Crew. Work crew members, including the GSSC work crew leader, are not employees of the City or the County. 3. COUNTY'S RIGHTS AND OBLIGATIONS. 3.1 General Description. The County will: • Provide STS work crews for the City pursuant to this Agreement. • Designate a person as the County's representative with respect to the performance of services for the City under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define the County's policies and decisions with respect to services covered by thisAgreement. 3.2 Payment. The County will submit invoices to the City for payment by the City. 3.3 Work Projects. The County, through its Contractor, General Security Services Corporation, shall equip work crews with hand tools. 3.4 Other Work. The County may, at its discretion, offer the City the opportunity to use more than 57 crew days per year without additional cost to the City if additional days are available. 4. LIABLE FOR OWN ACTS. 4.1 Each party to this Agreement shall be liable for the acts of its own officers, employees and agents and the results thereof to the extent authorized by law and shall not be responsible for the acts of another party, its officers, employees and/or agents. It is understood and agreed that the provisions of the Municipal Tort Claims Act, Minn. Stat. Ch. 466, and other applicable laws govern liability arising from a party's acts or omissions. It is further understood and agreed that Minn. Stat. § 3.739 solely governs claims for injury or death of work crew members. 4.2 Any and all work crew members engaged in the aforesaid work to be performed by the County shall not be considered employees of the City for any purpose including, but not limited to, application of the Workers' Compensation laws. Any and all claims that may or might arise under the Workers' Compensation Act of this City on behalf of the work crew members while engaged on any of the work contemplated herein shall not the obligation or responsibility of City but shall be determined as provided in Minnesota Statute § 3.739. The County shall not be responsible under the Workers' Compensation Act for any employees of the City. 5. FORCE MAJEURE. Neither party shall be liable to the other party for any loss or damage resulting from a delay or failure to perform due to unforeseeable acts or events outside the defaulting party's reasonable control, providing the defaulting party gives notice to the other party as soon as possible.Acts and events may include acts of God, acts of terrorism,war, fire, flood, epidemic, acts of civil or military authority, and natural disasters. (STS) Custom Dakota County Grant#244001 6. TERMINATION. 6.1 Termination Without Cause. Either party may terminate this Agreement without cause by providing 30 days' Notice of Termination to the other party. 6.2 Termination for Cause or Material Breach. Either party may terminate this Agreement for cause by providing 7 calendar days' Notice of Termination to the other party, unless a different procedure or effective date is stated within the specific section of this Agreement under which the default occurs. In addition to other specifically stated provisions of this Agreement or as otherwise stated in law, events or circumstances constituting default and giving rise to the right to terminate for cause, unless waived, include but are not limited to: A. Making material misrepresentations either in the attached exhibits or in any other material provision or condition relied upon in the making of this Agreement. B. Failure to perform services or provide payment within the time specified in this Agreement. C. Failure to perform any other material provision of this Agreement. D. Failure to diligently and timely perform services so as to endanger performance of the provisions of this Agreement. 6.3 Termination by County — Lack of Funding. The County may immediately terminate this Agreement for lack of funding. A lack of funding occurs when funds appropriated for this Agreement as of the Effective Date from a non- County source are unavailable or are not appropriated by the County Board. The County has sole discretion to determine if there is a lack of funding. The County is not obligated to pay for any services that are performed after providing Notice of Termination for lack of funding. The County is not subject to any penalty or damages for termination due to lack of funding. No Notice of Default is required to terminate under this section. 6.4 Notice of Termination. The Notice of Termination must state the intent to terminate the Agreement and specify the events or circumstances and relevant Agreement provision warranting termination of the Agreement and whether the termination is for cause. 6.5 Duties of Parties Upon Termination. Upon either party providing the Notice of Termination, and except as otherwise stated, the parties shall: A. Discontinue performance under this Agreement on the date and to the extent specified in the Notice of Termination. B. Complete performance of any work that is not discontinued by the Notice of Termination. C. Cooperate with each other regarding transition of services. D. Cancel all orders and subcontracts to the extent that they relate to the performance of this Agreement. E. Return all County property in County within 7 calendar days after the date of Notice of Termination to the extent that it relates to the performance of this Agreement that is discontinued by the Notice of Termination. F. Submit an invoice for services satisfactorily performed prior to the effective date of termination within 35 calendar days of said date. G. Maintain all records relating to the performance of the Agreement as may be directed by the Notice of Termination or required by law or this Agreement. H. Make final payment in accordance with this Agreement for Services satisfactorily performed. 6.6 Effect of Termination for Cause or without Cause. A. Termination of this Agreement does not discharge any liability, responsibility, or right of any party that arises from the performance of, or failure to adequately perform the provisions of this Agreement prior to the effective date of termination. Termination shall not disclose any obligation which, by its nature, would survive after the date of termination. B. The County shall not be liable for any services performed after Notice of Termination, except as stated above or as authorized by the County in writing. 7. DAMAGES. Duty to Mitigate. Both parties shall use their best efforts to mitigate any damages which might be suffered by reason of any event giving rise to a remedy hereunder. 8. REPRESENTATIVE. Liaison. The Liaison, or his or her successor, has the authority to assist the parties in the day-to-day performance of this Agreement, ensure compliance, and provide ongoing consultation related to the performance of this (STS) Custom Dakota County Grant#244001 Agreement. The parties shall promptly provide Notice to each other when a Liaison's successor is appointed. The Liaison's successor shall thereafter be the Liaison for purposes of this Agreement. City Liaison: County Liaison: Mike Endres Melissa Thoms Parks Superintendent Contract Specialist 7100 West 1471h Street 1 Mendota Rd. West Apple Valley, MN 55124 West St. Paul, MN 55118 952-953-2300 651-554-5807 Mike.endres@applevalleymn.gov Melissa.thoms@co.dakota.mn.us 9. AMENDMENTS. Any amendments to this Agreement are only valid when reduced to writing,specifically identified as an amendment, and signed by both parties'Authorized Representative. 10. COMPLIANCE WITH LAWS/STANDARDS. 10.1 General. City shall abide by all Federal, State or local laws, statutes, ordinances, rules, and regulations now in effect or hereafter adopted pertaining to this Agreement or to the facilities, programs, and staff for which the City is responsible. Any violation of this section is a material breach of this Agreement. No Notice of Default is required to terminate under this section. 10.2 Minnesota Law to Govern. The laws of Minnesota govern all matters related to this Agreement, without giving effect to the principles of conflict of law. Venue and jurisdiction for any litigation related to this Agreement must be in those courts located within Dakota County, State of Minnesota or U.S. District Court, District of Minnesota. 11. SEVERABILITY. 11.1 The provisions of this Agreement shall be deemed severable. If any provision of this Agreement is void, invalid, or unenforceable, it will not affect the validity and enforceability of the remainder of this Agreement unless the void, invalid or unenforceable provision substantially impairs the value of the entire Agreement with respect to either party. 12. MERGER. 12.1 This Agreement is the final expression of the agreement of the parties. This Agreement is the complete and exclusive statement of the provisions agreed to by the parties. This Agreement supersedes all prior negotiations, understandings, or agreements. There are no representations, warranties, or provisions, either oral or written, not contained herein. (STS) Custom Dakota County Grant#244001 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates indicated below: Approved by Dakota County Board COUNTY OF DAKOTA Resolution No. 23-523 By: Marti Fischbach Approved as to form: Title: Community Services Director /s/Jackie Warner 12/8/23 Date of Signature: Assistant County Attorney/Date Signature: KS-2023-00631 CITY OF APPLE VALLEY (I represent and warrant that I am authorized by law to execute this Agreement and legally bind the City). By Title: Date of Signature: Signature: Attest: Title: Date of Signature: Signature: (STS) Custom • ITEM: 4.K. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Purchase Order Agreement with All-American Ice, LLC, d/b/a All-American Arena Products, for Project 2024-127, Hayes Arena Ice System Replacement,Associated with 2023 Parks Referendum Staff Contact: Department/ Division: Eric Carlson, Parks & Recreation Director Parks and Recreation Department ACTION REQUESTED: Approve Purchase Order Agreement with All-American Ice, LLC, d/b/a All-American Arena Products, for Project 2024-127, Hayes Arena Ice System Replacement, associated with the 2023 Parks Bond Referendum, in the amount of$2,073,022.00. SUMMARY: Staff is seeking authorization to enter into an agreement with All-American Ice, LLC, d/b/a All-American Arena Products, for Project 2024-127, Hayes Arena Ice System Replacement. This project will replace the R-22 refrigeration system at Hayes Arena with a skid system that will be placed on a concrete pad outside of the arena and that will pipe refrigerant under the rink floor. The project is similar to the refrigeration project that was done at the Apple Valley Sports Arena in 2019 in that the entire rink floor and dasher board system will be replaced. BACKGROUND: For the last several years, the City of Apple Valley has worked with the community to determine the future needs and desires residents have for parks and recreation services. On Tuesday, November 7, Apple Valley voters approved two separate questions in a special election, authorizing a total of $73.25 million to invest in parks, trails, natural resources, Kelley Park, Redwood Park, Hayes Arena, the Apple Valley Family Aquatic Center, the Apple Valley Community Center and Senior Center, a youth baseball/softball complex at Hayes Park, and a community pool at Redwood Park. It will take four to six years to implement the improvements approved by voters. As we develop projects, we will involve residents in the planning process. Information on plans and construction progress will be provided on our website so residents can see what work is planned for each location and how the referendum dollars are being spent. BUDGET IMPACT: Funding for this Purchase Order comes from the successful 2023 Parks Referendum. Staff are also applying for a James Metzen Mighty Ducks Ice Arena Grant (maximum value of $250,000 if approved) to offset some of the cost. ATTACHMENTS: Agreement CITY OF APPLE VALLEY,MINNESOTA PURCHASE ORDER FOR PROJECT 2024-127, HAYES ARENA ICE SYSTEM REPLACEMENT THIS PURCHASE ORDER is submitted this day of January, 2024, by the City of Apple Valley, hereinafter called "City", to All-American Ice, LLC d/b/a All-American Arena Products, 1414 S. 4th Avenue, Albert Lea, MN 56007, hereinafter called"Contractor." Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minn. Stat. § 123A.21). The City is a participating entity regarding Sourcewell's cooperative contracts and is considered a service member of Sourcewell when accessing Sourcewell's cooperative contracts. The City intends to access the equipment, products, and services for Ice Rink and Arena Equipment with Related Supplies and Services available pursuant to Sourcewell's cooperative contract with Contractor (contract number 120320-ALL). The cooperative contract, as amended, as between Sourcewell and Contractor(contract number 120320-ALL) is attached hereto as Exhibit A and incorporated herein. The City requested a quote from Contractor for ice rink renovations and upgrades at Hayes Area. Attached as Exhibit B and incorporated herein is the pricing quote (excluding Contractor's terms and conditions)provided by Contractor to the City,which reflects the scope of work options and total cost of acquisition for the equipment,products and services identified in the pricing quote for each option. The City has identified on Exhibit B which scope of work options it has agreed to have Contractor provide. The City is a tax-exempt entity. Attached hereto as Exhibit C, is the City's tax-exemption certification. WITNESSETH, that by submitting this Purchase Order the City is accessing contract number 120320-ALL and agreeing to retain Contractor to provide the equipment, products and services identified in Exhibit B in accordance with contract number 120320-ALL, the terms of Contract Documents (defined herein) including the additional terms and conditions set forth herein. ADDITIONAL TERMS AND CONDITIONS ARTICLE I SERVICES TO BE PERFORMED By signing this Purchase Order,Contractor,for the consideration hereinafter stated,hereby covenants and agrees to provide all labor, equipment and material required to complete the ice rink renovations and upgrades at Hayes Area("Project")in accordance with Exhibit A(the Sourcewell Contract 120320-ALL (as amended)), Exhibit B (the "Work"), the General Conditions attached hereto Exhibit D and incorporated herein by reference (the "Contract Documents") and these additional terms and conditions. ARTICLE II CONTRACTOR'S REPRESENTATIONS In order to induce the City to submit this Purchase Order to access the equipment,products, and services for Ice Rink and Arena Equipment with Related Supplies and Services available pursuant to Exhibit A, Contractor makes the following representations: A. Contractor is familiar with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,progress, performance or furnishing of the Work. B. Contractor has reviewed and checked all information and data shown or indicated in the Contract Documents. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by Contractor in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. C. If the Contract Price defined in Article IV herein exceeds $50,000.00, and the Work is associated with building, erection, construction, alteration, remodeling, demolition, or repair of buildings,real property,highways,roads,bridges, or other construction work, Contractor is a "responsible contractor" pursuant to paragraph 1.8 of the General Conditions attached as Exhibit D and the Minnesota Statutes cited therein. ARTICLE III MILESTONE DATES Contractor agrees that the Contractor shall: (a) commence performance of the Work on March 1, 2024; (b) fully and satisfactorily complete that portion of the Work necessary to obtain floor curing by April 30, 2024, and (c) reach substantial completion of the Project on or before May 31, 2024 (collectively the"Contract Time"). ARTICLE IV CHANGE ORDERS Any change to the Work specified by this Agreement shall only be made in writing pursuant to terms and procedures set forth in Section 6 of the General Conditions attached as Exhibit D. No claim for additional charges will be considered by the City if not processed pursuant to Section 6 of the General Conditions. ARTICLE V PAYMENT City agrees to pay Contractor for completion of the Work in accordance with Section 5 of the General Conditions attached as Exhibit D, the aggregate amount of which is $2,073,033.00 ("Contract Price"), which is the total of the scope of work options selected on Exhibit B by the City. No claim for an increase in the Contract Price will be considered by the City if not processed pursuant to Section 7 of the General Conditions. ARTICLE VI CONTRACTOR'S OBLIGATIONS TO SUBCONTRACTORS Contractor shall pay any subcontractor in accordance with paragraph 5.3 of the General Conditions attached as Exhibit D. ARTICLE VII PAYMENT BOND Contractor agrees to pay all persons furnishing labor, supplies, equipment, space, or material to Contractor in and about the performance of this Project, these persons to be paid first out of the amount due Contractor, its agents, or assigns. A contract as between the City and Contractor shall not be in effect until Contractor shall have executed and delivered to the City Clerk a payment bond executed by a corporate surety company authorized to do business in the State of Minnesota in the sum of the Contract Price or other collateral satisfactory to the City to indemnify the City against any lien. ARTICLE VIII PERFORMANCE BOND A contract as between the City and Contractor shall not be in effect until Contractor shall have executed and delivered to the City Clerk a performance bond executed by a corporate surety company authorized to do business in the State of Minnesota in the sum of the Contract Price to secure the faithful performance of this Agreement by said Contractor conditioned that Contractor shall well and truly perform and carry out the covenants, terms and conditions of the contract in strict accordance with its provisions. ARTICLE IX INSURANCE Contractor shall not commence the Work until it has obtained all insurance required under Article 18 of Exhibit A and has filed a certificate of insurance or a certified copy of the insurance policy with the City. Certificates of insurance shall be submitted to the City on Standard Form C.I.C.C.-701 or ACORD 25 forms. Each insurance policy shall contain a clause providing that it shall not be canceled by the insurance company without thirty(30) calendar days written notice of its intent to cancel or non-renewal, and not less than ten(10) calendar days advance written notice for nonpayment of premium. The certificate of insurance shall contain the following language in the description of operations section of the certificate of insurance form or in the additional remedies schedule to the certificate of insurance form: "Each of the above described policies is so endorsed requiring the City to be provided thirty (30) calendar days written notice to the City of the intent to cancel or non-renewal, and not less than ten(10)calendar days advance written notice for nonpayment of premium" ("Required Language"). If the producer or insurer(s) identified on the certificate of insurance refuse to provide the Required Language on the certificate of insurance form or on the additional remedies schedule, Contractor shall: (a) provide the City with a copy of the notice of cancellation endorsement documents for each policy that meet these requirements along with the certificate of insurance; and (b) provide the City with a copy of the insurer's cancellation notice within two (2) calendar days of receipt. Losses other than those covered by insurance shall be Contractor's sole responsibility. The insurance requirements as set forth in Exhibit A shall be considered to be minimum requirements only. Any other insurance that may be necessary to provide adequate coverage must be provided by Contractor and shall be its sole responsibility. ARTICLE X INDEMNIFICATION In addition to Contractor's indemnification obligations set forth in Exhibit A, Contractor shall indemnify and hold harmless the City and the Project engineer and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees arising out of or resulting from the performance of Work provided that any such claim,damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and(2) is caused in whole or in part by any negligent act or omission of Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described herein. Contractor, in addition to, and conformity with, all of the other requirements herein, will be required to indemnify the property owners from whom temporary construction easements were obtained, if any. ARTICLE XI DATA PRACTICES Pursuant to Exhibit A and Minn. Stat. § 13.05, subd. 11, all of the data created, collected, received, stored, used, maintained, or disseminated by Contractor in performing a City function under this Agreement is subject to the requirements of the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, and Contractor must comply with those requirements as if it were a government entity. ARTICLE XII AUDIT Pursuant to Exhibit A and Minn. Stat. §§ 6.551 and 16C.05, subd. 5, the Contractor's books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by the City, and either the Legislative Auditor or State Auditor, as appropriate, for a minimum of six years from the end of this Agreement. ARTICLE XIII WHOLE AGREEMENT This Purchase Order and Exhibits attached hereto embody the entire agreement between the parties including all prior understanding and agreements and may not be modified except in writing signed by all the parties. IN WITNESS WHEREOF, the City and Contractor have executed two copies of this purchase order/agreement as of the day and year written below. This purchase order/agreement will be effective upon execution by the Mayor and Clerk for the City. CITY OF APPLE VALLEY Date By Clint Hooppaw, Mayor Date And Pamela J. Gackstetter, City Clerk ALL-AMERICAN ICE, LLC D/B/A ALL- AMERICAN ARENA PRODUCTS Date By Its: CERTIFICATE OF ACKNOWLEDGEMENT STATE OF ) ) SS. COUNTY OF ) On this day of , , before me personally appeared ,to me known who,being by me duly sworn, did say that he/she is respectively the of All-American Ice, LLC d/b/a All- American Arena Products, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of the corporation by authority of its Board of Directors, and said officers acknowledged the instrument to be the free act and deed of said corporation. (Notarial Seal) Notary Public EXHIBIT A DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 120320-ALL Sou rce l Solicitation Number: 120320 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and All-American Ice, LLC, dba All-American Arena Products, 1414 S. 4th Avenue, Albert Lea, MN 56007 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21)that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Ice Rink and Arena Equipment with Related Supplies and Services from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires January 8, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. EXHIBIT A Rev. 10/2020 1 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 120320-ALL All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Vendor's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past the expiration of the Vendor's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time-to-time and is incorporated into this Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities will inspect the Equipment and Products at the time of delivery per Vendor's Return Policy and note any damage incurred in transit on the bill of lading.. Rev. 10/2020 2 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator.This form is available from the assigned Sourcewell Contract Administrator. At a minimum,the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion.The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. Rev. 10/2020 3 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS,AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor's employees may be required to perform work at government- owned facilities, including schools. Vendor's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract. Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. Rev. 10/2020 4 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract,the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. With the exception of custom-made equipment or products, Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. Rev. 10/2020 5 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: • Customer Name (e.g., City of Staples Highway Department); • Customer Physical Street Address; • Customer City; • Customer State/Province; • Customer Zip Code; • Customer Contact Name; • Customer Contact Email Address; • Customer Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to,the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Rev. 10/2020 6 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10.AUDIT,ASSIGNMENT, AMENDMENTS, WAIVER,AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their Rev. 10/2020 7 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL respective businesses. This Contract does not create a partnership,joint venture, or any other relationship such as master-servant, or principal-agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees, arising out of the performance of this Contract by the Vendor or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING,AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty-free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Vendor. b. Vendor grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Vendor's Trademarks in advertising and promotional materials for the purpose of marketing Vendor's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. Rev. 10/2020 8 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL 3. Use; Quality Control. a. Sourcewell must not alter Vendor's Trademarks from the form provided by Vendor and must comply with Vendor's removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell's Trademarks from the form provided by Sourcewell and must comply with Sourcewell's removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's Trademarks only in good faith and in a dignified manner consistent with such party's use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims,judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of vendors which may be used until the next printing). Vendor must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW,JURISDICTION,AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. Rev. 10/2020 9 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 120320-ALL 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. lithe remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT,AND REMEDIES A. PERFORMANCE. During the term of this Contract,the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: Rev. 10/2020 10 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers'Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit Rev. 10/2020 11 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers' Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Vendor will maintain coverage for all claims the Vendor may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Vendor's professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000—annual aggregate 6. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Vendor's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data—including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor's commercial Rev. 10/2020 12 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. Rev. 10/2020 13 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Vendor's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of$2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week.The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report Rev. 10/2020 14 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of"funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. E. CLEAN AIR ACT(42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of$150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. Rev. 10/2020 15 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. Rev. 10/2020 16 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 120320-ALL L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell All-American Ice, LLC, dba All-American Arena Products /—DocuSigned by: ,- DocuSigned by: jt P Mul tlyt,1) StAan, PaSSit 1A By: ` COFD2A139D06489.. By:'-8140E587DD9B466.. Jeremy Schwartz Sean Passingham Title: Director of Operations & Title: President Procurement/CPO 1/6/2021 1 1:40 PM CST 1/6/2021 112:18 PM PST Date: Date: Approved: DocuSigned by: //pp�� By: • 7E42138F817A64CC.. Chad Coauette Title: Executive Director/CEO 1/6/2021 1 2:20 PM CST Date: Rev. 10/2020 17 DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 RFP 120320 - Ice Rink and Arena Equipment with Related Supplies and Services Vendor Details Company Name: All-American Ice,LLC Does your company conduct business under any other name?If All-American Arena Products yes,please state: 1414 South 4th Avenue Address: Albert Lea,MN 56007 Contact: Sean Passingham Email: sean@allamericanarena.com Phone: 844-231-2227 HST#: 47-1860571 Submission Details Created On: Wednesday October 21,2020 11:20:07 Submitted On: Thursday December 03,2020 09:37:15 Submitted By: Stephanie Passingham Email: stephanie@allamericanarena.com Transaction#: c5433965-8c2b-4982-93b6-28988f3ac692 Submitter's IP Address: 96.2.20.87 Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 Specifications Table 1: Proposer Identity&Authorized Representatives General Instructions(applies to all Tables)Sourcewell prefers a brief but thorough response to each question. Please do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; mark"NA"if the question does not apply to you (preferably with an explanation). Line Question Response Item 1 Proposer Legal Name (and All-American Ice, LLC applicable d/b/a, if any): DBA All-American Arena Products 2 Proposer Address: 1414 S. 4th Avenue Albert Lea, MN 56007 3 Proposer website address: www.allamericanarena.com 4 Proposer's Authorized Sean Passingham, President Representative (name, title, 1414 S. 4th Avenue address, email address & phone) Albert Lea, MN 56007 (The representative must have sean@allamericanarena.com authority to sign the "Proposer's 507-318-0730 Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 5 Proposer's primary contact for this Sean Passingham, President proposal (name, title, address, 1414 S. 4th Avenue email address & phone): Albert Lea, MN 56007 sean@allamericanarena.com 507-318-0730 6 Proposer's other contacts for this Stephanie Passingham, Vice President proposal, if any (name, title, 1414 S. 4th Avenue address, email address & phone): Albert Lea, MN 56007 stephanie@allamericanarena.com 844-231-2227 Table 2: Company Information and Financial Strength Line Question Response Item Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 7 Provide a brief history of your company, All-American Arena Products has been providing rink-related solutions to customers of including your company's core values, all shapes and sizes since 2013. From small back yard private rinks to $44 million business philosophy, and industry longevity multi-sheet arenas, All-American takes pride in finding solutions for those who share related to the requested equipment, products our passion for the ice rink industry. or services. All-American Arena Products has developed a wide network of industry partners, which allows us to meet the needs of our customers. Quality vendors, skilled installers, and knowledgeable sales reps, led by Sean Passingham, an 18-year veteran of the industry, as well as a fan and former hockey player, work to support the vision of the customer. Not only do we leverage our knowledge and connections in the industry to find the solution that best meets our customer's requirements for product and services, we also engage with the industry by volunteering our time and financial resources on the ground where it counts, through team sponsorships, participation in charity events, and service on the U. S. Ice Rink Association board of directors. We know and care about our customers beyond the sales transaction. All-American Arena Products provides solutions to industry needs great and small — promptly and at a fair price. We provide a full range of products and services including, but not limited to: dasherboards, flooring, locker room equipment, rink dividers, netting, goal frames, and other accessories, Mission Statement: All-American Arena Products will create and maintain lasting relationships with our customers by providing exceptional customer service, high quality products, and fair pricing. Values Statement: All-American Arena Products and its employees value: 1. Family, 2. Reputation (achieved by great customer service and high-quality products), and 3. Relationships. Vision Statement: All-American Arena Products is positioned as the premiere company recognized as a solution-oriented industry partner which excels at customer satisfaction. 8 What are your company's expectations in the All-American Area Products' expectation would be to immediately coordinate a event of an award? training plan with Sourcewell for all staff to be fully versed in the details of the Sourcewell contract and the associated reporting requirements. All-American has extensive experience in joint purchasing contracts, so we anticipate this training will be accomplished quickly and smoothly, allowing us to turn our attention to marketing the contract and its benefits to existing and new customers (See Marketing Plan, Table 7). In light of the prior strength of this awarded contract, All-American would expect increased sales and would appropriately staff our company to promote and service the contract. A strategic planning session(s) with sales force, vendors, industry partners and contractors would be held prior to the contract start date to review protocols for seamlessly meetings Sourcewell members' expectations in a timely manner. All-American Arena Products expects to immediately, effectively serve Sourcewell's membership. In a review of All-American's top 50 current customers, 98% were Sourcewell's existing members in the government category. We have built relationships with your members already, and we anticipate hitting the ground running and seamlessly incorporating Sourcewell opportunities. In the non-profit category, we found that only 15% of our non-profit customers were Sourcewell members, giving us the opportunity to introduce Sourcewell to a new pool of membership prospects. 81% of All-American school customers are currently Sourcewell members. 9 Demonstrate your financial strength and All-American Arena Products has a track record of growth and customer satisfaction. stability with meaningful data. This could Founded in 2013 (with incorporation as All-American Ice, LLC, DBA All-American include such items as financial statements, Arena Products in 2014), we have increased sales from $508k to $2.3m (2020 SEC filings, credit and bond ratings, letters YTD). As exemplified by our supporting documents, customers are satisfied, suppliers of credit, and detailed reference letters. are enthusiastic partners in our success, and our company is sound. Upload supporting documents (as applicable) in the document upload section of your Attached documents: response. • Income statements (2018, 2019 and 2020 YTD) • Farmers State Bank — letter of reference • Riley Manufacturing — letter of reference • Regupol — letter of reference • Kiefer USA — letter of reference • Kaiser Manufacturing — letter of reference • Goldleaf Surety Services — letter regarding bonding capacity • Certificate of Insurance Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 10 What is your US market share for the All-American Arena Products provides ice arena products and services to all 50 solutions that you are proposing? states. We serve a customer base that ranges from small temporary outdoor rinks to multi-sheet indoor complexes. Our customers are individuals, non-profit associations, municipalities, colleges and universities, as well as NHL practice facilities. We also provide products and services to consulting firms who have numerous additional rinks as their clients. Our goal is to be recognized as the best, not the biggest. Our focus is "customer share," not market share. We develop relationships and focus on getting it right the first time. We believe that serving our customers well will lead us closer to 100% of their business. As a result of our customer service focus, market share has followed. Since our inception in 2013 (with incorporation as All-American Ice, LLC in 2014), All-American Arena Products has grown to become the 3rd largest supplier of rink products in the United States. 11 What is your Canadian market share for the All-American Arena Products has developed a strategic partnership with Riley solutions that you are proposing? Manufacturing in Woodstock, Ontario, which allows us to serve every Canadian province with expert on-the-ground personnel. 12 Has your business ever petitioned for No bankruptcy protection? If so, explain in detail. 13 How is your organization best described: is it a) AND b) a manufacturer, a distributor/dealer/reseller, or All-American Arena Products is a unique entity in the industry in that we have a service provider? Answer whichever developed core competencies and strategic partnerships to solve the questions being question (either a) or b) just below) best asked by today's rinks. We can manufacture solutions, we have vendor partners with applies to your organization. solutions, we can install solutions, and we can provide customer service for solutions. a) If your company is best described as a We are a distributor, dealer, reseller, manufacturer, and service provider. All- distributor/dealer/reseller (or similar entity), American has set up its operations to be a one-stop shop for rink needs. provide your written authorization to act as a distributor/dealer/reseller for the manufacturer Our manufacturing/sales/service/dealer network is a combination of independent and of the products proposed in this RFP. If company-owned entities. Ultimately, All-American Arena Products stands behind every applicable, is your dealer network item and service it provides to our customers. independent or company owned? b) If your company is best described as a [See attached authorizations to act as distributor/dealer/reseller.] manufacturer or service provider, describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed in this RFP. Are these individuals your employees, or the employees of a third party? 14 If applicable, provide a detailed explanation Licensing and certification for work in the ice arena industry varies considerably by outlining the licenses and certifications that location and project scope. When All-American Arena Products is on-site for a are both required to be held, and actually construction-related project, we have complied with regulations by securing state held, by your organization (including third contractor license/registration, city contractor license/registration, proper insurance parties and subcontractors that you use) in requirements, state foreign entity business registration, permits, bonds, and any other pursuit of the business contemplated by this documentation as required by our role on the job site. RFP. Regarding the purchase and sale of tangible goods to various customers, All- American Arena Products has filed the necessary ST-3 forms, and/or registered for sales tax collection where required. We have also registered with various government entities to comply with customer's individual processes. Sean Passingham received his CIT (Certified Ice Technician) professional designation in 2012, which is recognized by the National Hockey League (NHL), and is the most highly regarded professional designation for ice rink operations professionals. 15 Provide all "Suspension or Debarment" None information that has applied to your organization during the past ten years. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 3: Industry Recognition&Marketplace Success Line Item Question Response* 16 Describe any relevant industry awards or • Board member (vendor rep), US Ice Rink Association (formerly STAR, Serving recognition that your company has received The American Rink) 2008-2011, 2019-present (Sean P.) in the past five years • 2015 Woodstock Chamber of Commerce recipient, Excellence in Manufacturing award (Riley Mfg.) • Classroom instructor for US Ice Rink Association (Brandon) - IMPT: Ice making and painting technologies - IMEO: Ice making equipment operations - SIRO: Safe ice resurfacer operation • CIT designation* (Sean P., Lon, and Brandon) • Approved supplier to Canadian Lacrosse Association (CLA) • US Patents * - FlushMount (dasherboard shielding system) #8,858,348 B2 (Sean Riley) - FlexPost (dasherboard post system) #9,283,469 B2 (Sean Riley) *Certified Ice Technician (CIT), professional designation, recognized by the National Hockey League (NHL), is the most highly regarded professional designation for ice rink operations professionals To achieve the CIT, an individual must complete three operations courses and pass the exams: • Basic Refrigeration (BR) • Ice Making and Painting Technologies (IMPT) • Ice Maintenance and Equipment Operation (IMEO) 17 What percentage of your sales are to the 38% governmental sector in the past three years 18 What percentage of your sales are to the 9% education sector in the past three years 19 List any state, provincial, or cooperative National Cooperative Purchasing Alliance: 2018 - $76k; 2019 - $296k; 2020 - purchasing contracts that you hold. What is $420k the annual sales volume for each of these Municipal contract (town in the state of New York): 2020 - $20k contracts over the past three years? 20 List any GSA contracts or Standing Offers None and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Table 4: References/Testimonials Line Item 21.Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name* Contact Name* Phone Number* National Sports Center / NSC Super Rink Pete Carlson, Senior Director of Operations and 763-717-3881 * Programming Andover Community Center Erick Sutherland, Recreational Facilities Manager 763-767-5166 * Grand Forks Park District Nick Arola, Facilities Manager 701-787-2808 * Penn State University Chris Whittemore, Facility Manager 814-865-7570 Pegula Ice Arena Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 5: Top Five Government or Education Customers Line Item 22.Provide a list of your top five government,education,or non-profit customers(entity name is optional), including entity type,the state or province the entity is located in,scope of the project(s), size of transaction(s),and dollar volumes from the past three years. Entity Name Entity Type* State/ Scope of Work* Size of Transactions• Dollar Volume Past Three Province Years* "Large, multi- Government Minnesota-MN Full range of equipment and Ranging from hundreds of $650k rink entity" services from window cling rink dollars to hundreds of diagrams to replacement of thousands of dollars. 40,000 sf of rubber flooring. "Large Government Minnesota-MN Full range of equipment and Ranging from hundreds of $290k community services from net pad packages dollars to hundreds of recreation to new construction including thousands of dollars. * facility" boards, flooring, and locker room equipment. "Division I Education Michigan-MI New dasherboard system. Hundreds of thousands of $21 2k University dollars. arena" "Small city Government Minnesota-MN New flooring supply and Tens of thousands of $175k arena" installation. dollars "Large Park Government North Dakota- Full range of equipment and Hundreds of dollars to $150k District — ND services from dasherboard thousands of dollars. multiple cleaner to supply and installation facilities" of shooting practice area. Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada,as applicable.Your response should address in detail at least the following areas: locations of your network of sales and service providers,the number of workers(full-time equivalents)involved in each sector,whether these workers are your direct employees(or employees of a third party), and any overlap between the sales and service functions. Line Question Response Item 23 Sales force. All-American Arena Products has an extensive network of sales professionals, including All-American employees and contract reps serving the entire United States and Canada, including representation in Minnesota, Ontario, Maine, New Hampshire, and Texas, Manitoba, Alberta, British Columbia, Quebec, and Saskatchewan. Our knowledgeable sales team also has specific expertise in engineering, design, installation, and service making them exceptionally qualified to find the right solution for our customers. 24 Dealer network or other distribution methods. Through strategic partnerships, All-American can quickly supply goods and services nationwide and throughout Canada. Our Canadian market is led by Riley Sports with headquarters in Ontario and a representation in Manitoba, Alberta, British Columbia, Quebec, and Saskatchewan. The U.S. market is served directly from All-American's headquarters in Minnesota and by partnerships with Ice Ops in the northeast, Complete Ice Arena Services in the south and western U.S., and Arena Warehouse nationwide. In addition, our suppliers have numerous manufacturing facilities across the country allowing us to minimize shipping costs for customers. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 25 Service force. All-American Arena Products employs and contracts with skilled professionals to meet the requirements of the task at hand. We provide the right team for the job. We can staff a team of 12 or a team of 1 to meet the customer's needs. All service is coordinated through All-American Arena Products' headquarters in Minnesota. Team members have extensive experience in a full range of ice arena needs. • Riley Sports — International o Project manager o 48 years of design and manufacturing experience o Multiple patents awarded Dasherboards • FlushMount - US patent # 8,858,348 B2 • FlexPost - US patent # 9,283,469 B2 • Don Rodgers, Rodgers Inc, Columbus, OH (great lakes region) o 28 years contracting experience (construction manager/general contractor) o Licensed in multiple states o 5 full-time employees o Multiple seasonal employees • Lon Sorenson — International o B.S. — Recreation & Parks Management o Certified Ice Technician (CIT) o Universal refrigerant license o 20 years of rink operation experience o Dasherboard installation and troubleshooting o Rubber flooring installation o Ice painting o Ice maintenance o Resurfacer maintenance • Jerry Reyerson — International o 33 years of flooring installation experience o Certified flooring installer • Charlie Dahlheimer — National o Largest installer of ice arena rubber flooring in the United States (1,000,000+ sf) o 15 years of ice arena experience o 30 years of flooring installation experience • Sean Passingham — International o Project manager o Certified Ice Technician (CIT) o 18 years of ice rink experience o Experienced dasherboard installer and troubleshooter o Experienced flooring installer • Benn Breton - Northeast o Rink refrigeration expert o Experienced dasherboard installer o Experienced ice painter o Consultant • Brandon Klement, Southwest o Certified Ice Technician (CIT) o 18 years of rink operation experience o Experienced dasherboard installer o Ice resurfacer mechanic o Experienced ice painter o Olympia resurfacer dealer • Craig Pike — International o Dasherboard installation and troubleshooting o 10 years of experience • Hiring local o We believe in hiring local labor when possible for our installation projects. This reduces costs to customers, provides jobs to the local economy, and trains new personnel in our customer's territory who can represent us quickly should additional service needs arise. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 26 Describe in detail the process and Exceptional customer service is the bedrock of All-American Arena Products. We are procedure of your customer service not a volume-based company, we are a quality-based company. Whether a contact is program, if applicable. Include your a first-time inquiry or a seasoned customer, we take the time to understand the need, response-time capabilities and then bring resources to bear that provide the appropriate solution. Inquiries are commitments, as well as any incentives that addressed same day. help your providers meet your stated service goals or promises. Exceptional customer service relies on clear, thorough communication. In addition to email and our toll-free phone number, customers also have access to our cell phone numbers allowing them to contact us any time — and they do! We also prioritize providing specifics such as shipping delivery times, tracking numbers and other details that help make their jobs easier when managing their rink. Exceptional customer service requires accurate record-keeping. We utilize QB software to track customer orders from estimate to final invoice, as well as manage a paper trail back-up. This allows us to respond to requests such as "send me what I ordered last time" quickly and efficiently. Exceptional customer service requires going the extra mile. Helping a backyard rink customer find conduit for his netting from the local Home Depot store because that's the most cost-effective solution for him, or changing the 'ship to' address of a package mid-delivery twice with UPS (world's most difficult online/phone system to navigate!) because the customer's warehouse closed due to COVID restrictions, or researching and sourcing new material to solve a unique issue with pre-drilled facing holes are just a few examples of how All-American is committed to its customers. Other protocols are outlined in our customer service standards attached. 27 Describe your ability and willingness to All-American Arena Products is fully capable and willing to serve all governmental, provide your products and services to educational, and non-profit entities in the United States. No exclusions. We are a * Sourcewell participating entities in the growing company, which has based its model on exceptional customer service, and United States. our increase in sales reflect the success of that approach. 28 Describe your ability and willingness to All-American Arena Products is fully capable and willing to serve all govemmental, provide your products and services to educational, and non-profit entities in Canada. No exclusions. All-American is Sourcewell participating entities in Canada. particularly suited to helping Sourcewell expand its territory in Canada due to our strategic partnership with Riley Sports, which is based in Ontario, and has representation in Manitoba, Alberta, British Columbia, Quebec, and Saskatchewan. 29 Identify any geographic areas of the United There are no exclusions to our sales or service territory in the United States or States or Canada that you will NOT be fully Canada. serving through the proposed contract. 30 Identify any Sourcewell participating entity We are able to fully serve all participating entity sectors. sectors (i.e., government, education, not-for- profit) that you will NOT be fully serving through the proposed contract. Explain in * detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 31 Define any specific contract requirements or Contracts with entities in Hawaii, Alaska, and U.S. Territories will likely experience restrictions that would apply to our additional costs due to travel of personnel and shipping of material, however those * participating entities in Hawaii and Alaska items will be calculated and included in estimates/quotes provided. and in US Territories. Table 7: Marketing Plan Line Question Response Item Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 32 Describe your marketing strategy for A high percentage of All-American Arena Products' customers are Sourcewell clients. We promoting this contract opportunity. will build on that synergy by ensuring that existing customers are aware of the new Upload representative samples of your partnership with Sourcewell utilizing the techniques below. Sourcewell clients who may not marketing materials (if applicable) in currently be customers of All-American's will not only receive the items below, we will also the document upload section of your personally call each entity with an ice arena and introduce ourselves and our new role as response. the Sourcewell contract provider. This personal outreach will be completed within the first 90 days of the signed contract. An initial direct mail, email, and social media marketing campaign will announce the awarded contract to all ice arenas in the United States and Canada. In addition, All- American Arena Products will promote the Sourcewell contract as follows: Trade shows: We attend and display at region, national and international industry trade shows each year. These shows are very well attended and will give us an opportunity to promote our Sourcewell contract readiness, display Sourcewell brochures, and explain membership benefits. • Wisconsin Arena Manager Association (WIAMA) • Northeast Ice Skating Managers Association (NEISMA) • North American Rink Conference and Expo (NARCE) • Minnesota Ice Arena Manager Association (MIAMA) • Ice Sports Industry (ISI) • Ontario Recreation Facilities Association (ORFA) • Sourcewell-endorsed national trade show(s) Email marketing: We have the ability to reach more than 1,500 decision makers in an instant and have found great success utilizing the platform. Sourcewell would be featured prominently in all future email marketing campaigns. Direct mail: We will utilize the following direct mail strategies: • We have a direct mail piece, ready to go (attached), announcing the Sourcewell contract, which will reach more than 1,800 of All-American's proprietary targets. In addition, this piece will be mailed to the Sourcewell-provided membership list. • A follow-up marketing piece will be sent to corresponding procurement offices explaining the benefits of contract purchasing. • In addition, Sourcewell contract promotions will be included in our standard twice-yearly piece. o February —targeting rinks' "shut-down" period o August — targeting rinks' "start-up" period Website: The addition of an e-commerce feature to our website will allow Sourcewell members to conveniently make purchases that will provide them with the exclusive Sourcewell discounted pricing. Catalog: The Sourcewell contract award will be prominently featured in our catalog. Sourcewell Events: All-American Arena Products will send representation to Sourcewell events as allowed. Marketing the Sourcewell contract will be a continuous process for All-American Arena Products. Marketing pieces attached Marketing plan attached 33 Describe your use of technology and All-American Arena Products finds the best return on the use of Facebook and Instagram digital data (e.g., social media, social media platforms. Content ideas generated by staff are forwarded to a professional metadata usage) to enhance firm which manages our social media posts to ensure we are engaging with our followers marketing effectiveness. on a consistent basis. We utilize Vimeo as our portal for video content, which provides educational information such as how to tie nets, product demonstrations, and project profiles. We track meta data on our various platforms to learn more about our current and potential customers, popular products, and response to marketing efforts. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 34 In your view, what is Sourcewell's role We see Sourcewell's role as a facilitator of the contract, bringing together members and in promoting contracts arising out of vendors. this RFP? How will you integrate a Sourcewell-awarded contract into your We expect that the Sourcewell will: sales process? • promote All-American Arena Products in any written and electronic documents, brochures or advertising presented to members relating to the ICE RINK AND ARENA EQUIPMENT WITH RELATED SUPPLIES AND SERVICES category; • provide referrals to All-American Arena Products for inquiries posed by Sourcewell members relating to the ICE RINK AND ARENA EQUIPMENT WITH RELATED SUPPLIES AND SERVICES category; • provide complete and up-to-date contact information to All-American for current Sourcewell members; • invite All-American to participate in appropriate Sourcewell-sponsored events for members; and • identify a Sourcewell staff representative who is available for collaboration discussions. To integrate the Sourcewell contract into All-American Arena Products' sales process we will: • update database of all existing overlapping All-American and Sourcewell customers as now eligible for Sourcewell pricing; • include the introduction of Sourcewell membership as a benefit for eligible new customers; • participate in Sourcewell-sponsored events; and • integrate Sourcewell branding into All-American marketing collateral. 35 Are your products or services All-American Arena Products customers currently can receive and pay invoices online. Many available through an e-procurement customers also opt for EFT payment. We also comply with various entity e- ordering process? If so, describe your purchasing/invoicing protocols designated by our customers, as is often the case with our e-procurement system and how university-based rinks. governmental and educational * customers have used it. At the time of this RFP our e-commerce website is nearing the end of its design phase, which will allow e-procurement from start to finish. Sourcewell members will be assigned a user role on the back end of the site which will then populate pricing that corresponds with the contract. Nothing special beyond a username and password will be required. Table 8: Value-Added Attributes Line Question Response* Item 36 Describe any product, equipment, All-American offers: maintenance, or operator training • owner's manuals, maintenance guides and instructions with every installation (standard) programs that you offer to • high quality, in depth and professional "how-to" videos are available on our website. Sourcewell participating entities. (standard) Include details, such as whether • ice maintenance services on a weekly, bi-weekly, or as needed basis (a unique service training is standard or optional, offered by All-American; optional) who provides training, and any costs that apply. We have experience teaching classes related to: • Ice making • Ice painting * • Goal frame net tying • Safe ice resurfacer operation • Ice maintenance • Dasherboard maintenance and installation • Rubber flooring maintenance Any of the above services that are not listed as standard can be quoted on a per event basis. Training is provided by All-American Arena Products employees and our industry partners. 37 Describe any technological Included in our proposal are the following items that have been patented, studied, and tested advances that your proposed by an independent engineering firm. products or services offer. FlushMount: (US patent # 8,858,348 B2) • A shielding system that provides greater player safety by virtually eliminating the dangerous ledge at the top of the dasherboards. FlexPost: (US patent # 9,283,469 62) • An innovative shielding post system that provides greater player safety by allowing the glass to flex away from the impact zone. The FlexPost design is considered beneficial for * impact force reduction to the players. Testing indicates that this system flexes 100% more than traditional shielding systems (data attached). • Player safety shouldn't be something that is financially out of reach for the community rink and exclusive to the NHL and the high-profile venues only. We're bringing player safety to every rink! [McGill University study attached] [ITS test results attached] Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 38 Describe any "green" initiatives LEED or GreenGuard certified rubber flooring [certificates attached] that relate to your company or to • Mondo your products or services, and • Regupol include a list of the certifying • Nora agency for each. • Humane Mfg LEED Certified recycled plastic lumber [certificate attached] • Tangent Technologies We have the ability to offer credit for trade-ins on used equipment, and help source used materials and equipment to meet Sourcewell client budgets. This also reduces waste and provides longevity for manufactured materials. As an organization we actively recycle our wooden pallets, paper, steel, aluminum, and plastic (HDPE). We utilized high efficiency lighting in our office and maintain facility temperatures which conserve energy. 39 Identify any third-party issued eco- Regupol flooring products — GreenCircle CERTIFIED (sustainable manufacturing) labels, ratings or certifications that Mondo flooring products: your company has received for the • Are compliant with California Indoor Air Quality (IAQ) requirement section 01350 equipment or products included in • Are produced domestically, which eliminates the environmental impact of overseas your Proposal related to energy transportation efficiency or conservation, life-cycle • Are easy to recycle or dispose of because they are free of halogen, CFCs, plasticizers, design (cradle-to-cradle), or other chlorine, heavy metals, and asbestos green/sustainability factors. • Are inherently antibacterial, so they do not require the addition of toxic synthetic components that are harmful to the environment • Are low maintenance and do not require the use of permanent waxes, stripping chemicals and harsh cleaners • Feature an extended life cycle that conserves resources, reduces waste and minimizes environmental impact • In addition, Mondo supplies adhesives that meet South Coast Air Quality Management District Rule 1168 requirements for V.O.C. limits. 40 Describe any Women or Minority Minnesota requires businesses to be located in an economically disadvantaged county to be Business Entity (WMBE), Small eligible for small business certifications (MNUCP, OSP, CERT) [https://sbcp.mn.gov/]. All- Business Entity (SBE), or veteran American is a healthy business located in an economically stable county. According to the owned business certifications that SBA Table of Size Standards [https://www.sba.gov/document/support—table-size-standards], All- your company or hub partners American qualifies as a small business under each of our NAICS codes. have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. 41 What unique attributes does your Our business model from day one has been about building relationships and providing each company, your products, or your customer with the best possible experience with each order. We're not in it to be the services offer to Sourcewell biggest, we're in it to be the BEST. We are hockey players, coaches, and fans who have a participating entities? What makes real passion for the industry we serve. your proposed solutions unique in your industry as it applies to All-American Arena Products possesses many unique positive attributes: Sourcewell participating entities? • a large network of partners who can bring just the right solution to the table without the baggage of imbedded overhead; • experience with successful cooperative purchasing contracts (All-American was the inaugural awardee in the NCPA Ice Arena Supplies and Equipment category and increased business 500% in three years); • knowledgeable team with a wealth of experience in design, manufacturing, installation, product specs, and service allowing customers one-stop-shop convenience; and • exceptional customer service — for every customer. Big or small, private or public, All- American is passionate about the ice arena industry, and we work hard to support the missions of the rinks we serve. With more than 200 years of combined experience, All-American Arena Products is in it for the win — whatever that looks like for each customer; and Sourcewell members will benefit from us joining their team. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Question Response Item 42 Do your warranties cover all products, parts, and Yes. Customers with warranty issues should notify All-American as soon as labor? defect is discovered. All-American will verify defect and work to correct the issue in a timely fashion. 43 Do your warranties impose usage restrictions or Some exceptions such as neglect, abuse, vandalism are not covered by other limitations that adversely affect coverage? warranty. (See attached warranty information.) 44 Do your warranties cover the expense of Yes technicians' travel time and mileage to perform warranty repairs? 45 Are there any geographic regions of the United No geographic limitations. States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? 46 Will you cover warranty service for items made by All-American Arena Products will facilitate warranty claims with the original other manufacturers that are part of your proposal, equipment manufacturer. or are these warranties issues typically passed on to the original equipment manufacturer? We will warrant all products that we manufacture for a period not to exceed 2 years from the date of delivery. These products include: • Dasherboards • Locker room benching • Locker room equipment/coat hooks • Lobby benching • Fixed stadia seating We will warrant our installation work for a period not to exceed 1 year from substantial completion. Dasherboard warranty attached Flooring warranties attached. 47 What are your proposed exchange and return If a customer is not 100% satisfied with a rink accessory purchase, it can be programs and policies? returned for a full refund or exchanged for an alternate product. • Customer pays the difference if new purchase is of a greater price. • All-American Arena Product will refund the difference if new purchase is of a lesser price. • Customer pays return shipping. • All-American Arena Products will pay for replacement shipping (standard). Expedited shipping is available at an additional cost to the member. • Custom and special-order items are excluded from this return policy. • A re-stocking fee of 15% may apply. • Customers can return or exchange purchases for up to 60 days from the purchase date. • Returned or exchanged products must be in the condition received and in the original box and/or packaging. Any damage MUST be documented with the delivering carrier at the time of delivery. All-American Arena Products is NOT responsible for items damaged in transit. All-American works closely with reputable carriers and will assist customers in seeking recompense from said carrier for any damage incurred, provided that the damage was noted on the bill of lading at the time of delivery. 48 Describe any service contract options for the items All-American provides the following maintenance and/or service contracts: included in your proposal. • Ice maintenance • Resurfacer maintenance • Ice edger maintenance • Dasherboard maintenance Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 10: Payment Terms and Financing Options item Question Response* 49 What are your payment terms (e.g., net 10, net 30)? Net 30 days for approved credit applicants. Other payment options * include credit card and payment in advance. 50 Do you provide leasing or financing options, especially All-American Arena Products does not directly offer leasing or those options that schools and governmental entities may financing options; however we have referred customers to Geneva need to use in order to make certain acquisitions? Capital for those services. Sourcewell has members who offer this service, and we would be happy to recommend them to customers as needed. 51 Briefly describe your proposed order process. Include All-American Arena Products manages the order process from start enough detail to support your ability to report quarterly to finish. Customers are provided estimates/quotes, which, when sales to Sourcewell as described in the Contract template. approved, are converted to sales orders with accompanying POs if For example, indicate whether your dealer network is required. Once an order is shipped, customers are provided included in your response and whether each dealer (or tracking information and an invoice. All invoices are paid to All- some other entity) will process the Sourcewell participating American allowing us to track sales for Sourcewell members without entities' purchase orders. needing to rely on other partners' billing systems. In our experience with NCPA reporting, determining administrative * fees is a straightforward calculation based on a QB report filtered for the category of sale selected and the dates of the reporting period. Reports are pulled on a cash basis to trigger payment of the administrative fee at the correct time. Our customer database is maintained to include name, address, contact, email, telephone number, etc. as required in Section 8 of the Contract. 52 Do you accept the P-card procurement and payment Yes; no additional charge. process? If so, is there any additional cost to Sourcewell * participating entities for using this process? Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as desribed in the RFP,the template Contract, and the Sourcewell Price and Product Change Request Form. Line Question Response Item 53 Describe your pricing model (e.g., line-item discounts or All-American Arena Products' pricing is based on line-item discounts. product-category discounts). Provide detailed pricing data [pricing list document included] (including standard or list pricing and the Sourcewell discounted price) on all of the items that you want Sourcewell to consider as part of your RFP response. If applicable, provide a SKU for each item in your proposal. Upload your pricing materials (if applicable) in the document upload section of your response. 54 Quantify the pricing discount represented by the pricing Sourcewell member pricing represents a discount off of our retail proposal in this response. For example, if the pricing in price list, plus an additional percentage - in most cases the your response represents a percentage discount from MSRP Sourcewell discount is an additional 5% off a volume-discounted or list, state the percentage or percentage range. price (Range: 3 - 10%). 55 Describe any quantity or volume discounts or rebate Quantity/volume discounts are listed on the attached price list. programs that you offer. Because items vary greatly in the scope of this category, a volume discount for fasteners will be substantially different than a volume discount for a rink's worth of poly. In our opinion, rebate programs bank on the likelihood of customers failing to complete required paperwork. We are upfront about our * pricing and do not offer our customers gimmicks to earn their business. If rebates are offered by suppliers, we will pass that costs savings on to our customer and take care of managing the paperwork required. Our differentiators are quality products, fair pricing, and exceptional customer service, not paperwork-laden rebates. • Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 56 Propose a method of facilitating "sourced" products or Sourced products or products outside of our typical contracted related services, which may be referred to as "open market" offerings (not listed on our price list), will be quoted individually at items or "nonstandard options". For example, you may cost plus 20%. supply such items "at cost" or "at cost plus a percentage," or you may supply a quote for each such request. If a sourced product is available through another Sourcewell vendor, we would work to get the vendor and member together to further facilitate their purchase. 57 Identify any element of the total cost of acquisition that is NONE — All of our pricing (aside from freight/shipping) is disclosed NOT included in the pricing submitted with your response. on our price list. Items such as installation, set-up, and training are This includes all additional charges associated with a included unless specifically indicated otherwise on the sales purchase that are not directly identified as freight or order/quote. shipping charges. For example, list costs for items like pre- delivery inspection, installation, set up, mandatory training, or initial inspection. Identify any parties that impose such costs and their relationship to the Proposer. 58 If freight, delivery, or shipping is an additional cost to the Unless otherwise noted on the price list, freight/shipping is an Sourcewell participating entity, describe in detail the additional charge. All-American utilizes a competitive screening complete freight, shipping, and delivery program. process for each shipment and works to minimize shipping costs to the customer, while contracting with reputable freight companies. Using this method also allows us to choose a carrier who can provide a specific delivery window if requested by the Sourcewell member. Truckload delivery locations need to be accessible for a 53-foot trailer. Customers are entitled to a shipping quote prior to placing an order if requested. For customers who have contracts themselves with freight providers, we are happy to coordinate with them to facilitate transport of goods. For package delivery of smaller items, we ship via UPS, unless requested otherwise by the customer. 59 Specifically describe freight, shipping, and delivery terms or We have found great success using the above methods when programs available for Alaska, Hawaii, Canada, or any shipping to Alaska, Canada, and Finland. We would anticipate offshore delivery. similar results to Hawaii and other offshore locations. 60 Describe any unique distribution and/or delivery methods or In stock items that are size-appropriate to ship UPS will ship the options offered in your proposal. same day (up to 4:00 pm Central time M-F). Orders received after 4:00 pm will ship the next day. The standard UPS on-time guarantee applies to the cost of shipping. Items drop-shipped will have their own ship schedule and that .t • schedule will be coordinated and communicated at the time the order is placed. Special requirements for shipping (air, lift gate, ocean, inside delivery, brokerage fees, and duty, etc.) require a freight quote at the time of purchase. Table 12: Pricing Offered Line The Pricing Offered in this Proposal is:" Comments Item 61 b.the same as the Proposer typically offers to GPOs,cooperative procurement organizations,or state purchasing Pricing list attached. departments. Discounts range from 3 - 10% off of list price. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 13:Audit and Administrative Fee Line Question Response- Item 62 Specifically describe any self-audit process or program that you Upon award of Sourcewell contract, all contract pricing will be plan to employ to verify compliance with your proposed Contract installed into our QuickBooks pricing level feature. As part of with Sourcewell. This process includes ensuring that Sourcewell our sales procedure, all customers will be asked if they are a participating entities obtain the proper pricing, that the Vendor Sourcewell member. reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. With our accounting software (QuickBooks), customers are assigned a "class." Sourcewell members will be assigned a unique class designation. The Sourcewell class designation will prompt Contract pricing in the system. Class designation also allows us to run aggregate reports for Sourcewell-Contract sales by a specified date range resulting * in accurate administrative fee payments to Sourcewell. Administrative fees will be paid quarterly on Sourcewell members' orders with no outstanding balance due. In addition, the user role assigned to each Sourcewell member for on-line ordering through our website will automatically apply the Sourcewell customer discount. With this information we have the ability to apply Sourcewell discounts by class, track sales, and provide detailed reports by class as needed per the contract terms. 63 Identify a proposed administrative fee that you will pay to 2% of sales (paid invoices) from Sourcewell members. Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per-unit fee; it is not a line-item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Question Response* Item 64 Provide a detailed description of the All-American Arena Products serves the ice arena industry, we are very proud to be equipment, products, and services that you a "one-stop shop" for ice arena supplies, equipment, and service. are offering in your proposal. Operational products such as (including, but not limited to): • On-ice: dasherboards, Olympia ice resurfacers, spectator shielding, spectator safety netting, hockey goals, goal netting, goal pads, goal pegs, goal lights, dasherboard hardware, ice resurfacer parts, ice paint, line markings, ice logos, dasherboard components (HDPE), dasherboard advertising, USA Hockey rink dividers, rental skates, ice maintenance equipment, Thomsen ice edgers, pucks, shovels, ice choppers, skate trainers; • Off-ice: cleaning supplies, rubber skate flooring, and fixed stadia seating (recycled plastic lumber); • Lobbies and locker rooms: benching solutions for locker rooms and lobbies, locker room equipment/coat hooks, shelving systems, rental skate storage systems, and shooting room components (netting, boards, synthetic flooring, rubber flooring); • Scoring and time-keeping equipment: specifically excluded from this RFP because of overlap with contract under RFP#050819. Services and installations such as (including but not limited to): • Design-build services; site assessment and preparation, maintenance, repair, and warranty of products provided. • On-ice: dasherboard removal, dasherboard installation, spectator safety netting installation, goal netting installation, dasherboard maintenance, ice resurfacer maintenance, ice edger maintenance, and ice painting/ice marking; • Off-ice: rubber skate flooring removal, rubber skate flooring installation, fixed stadia seating (recycled plastic lumber) installation, and shooting room installation; • Lobbies and locker rooms: benching installation for locker rooms and lobbies, and rental skate storage system installation. • Scoring and time-keeping equipment: specifically excluded from this RFP because of overlap with contract under RFP#050819 Note: Installation structure does not support prevailing wage in excess of $40/ hour — additional labor charges may apply. Installation structure does not support Union requirements. Dasherboard pricing is based on the purchase of an entire system. Individual components (panels, gates, etc.) are not available for individual purchase at the Sourcewell pricing structure. Individual item quotes will be provided upon request. 65 Within this RFP category there may be Not applicable. All-American Arena Products can supply products and services for the subcategories of solutions. List subcategory full depth and breadth of this Contract's scope. titles that best describe your products and services. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided,as necessary. Line Item Category or Type Offered" Comments 66 Ice resurfacers and edgers r Yes Olympia brand resurfacers and f No edgers; Thomsen edgers. Offering gas and electric models. 67 Dasher boards and rink dividers f: Yes State-of-the-art safety-focused design r No (details in Line Item 37), precision manufactured dasherboards installed by highly experienced technicians. ADM-recommended (American " Developmental Model — USA Hockey) full-height aluminum rink dividers, along with more economical foam rink dividers available. 68 Ice rink and arena equipment and supplies ( Yes Complete line of ice rink accessories. f No All-American Arena Products meets ice arena needs: A - Z, soup-to-nuts. 69 Ice rink and arena structural or mechanical a Yes Through our extensive industry equipment (HVAC, etc.) r No network of architects, engineers, builders, general contractors, refrigeration contractors and other building trades professionals. 70 Ice rink and arena related services a Yes Maintenance contracts, demolition and f No installation (flooring, dasherboards, netting, etc.), training (safety, operation, maintenance), ice painting, and design assistance. All-American Arena Products offers a wealth of experts who can provide design, mechanical, and educational needs for arenas. Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Table 15: Industry Specific Questions Line Question Response'' Item 71 If you are awarded a contract, provide a All-American Arena Products will measure the following to assess effectiveness with few examples of internal metrics that will the Contract: be tracked to measure whether you are • Monthly sales reports and P & L reports having success with the contract. • Response rate to marketing efforts specifically targeting Sourcewell members as compared to our total customer base • Number of new customers gained due to Contract • Number of new customers who become Sourcewell members • Percent increase of government/education/non-profit sectors above levels noted in Line Items 17 & 18 • Number of Sourcewell members who become followers of our social media accounts 72 Describe how your proposed equipment, Rubber flooring lines (Mondo, Regupol) sold by All-American are GreenGuard certified products, or services impact the indoor air for indoor air quality emissions. [Detailed in Line Items 38 and 39] quality of an ice rink or arena. Electric ice edgers (Thomsen & Olympia) and electric resurfacers (Olympia) provide altematives to fossil fuel powered resurfacers. Proper maintenance of resurfacing equipment greatly reduces emissions from fossil fuel powered resurfacers. All-American Arena Products offers maintenance programs for customers. [Line Item 48] 73 Describe how your proposed equipment, Flooring options meet VOC emission standards. [Line Item 39] products, or services comply with any applicable environmental regulations. 74 Describe your product attributes and All-American Arena Products supplies high quality products. By their very design and advancements in regard to product safety, materials, quality products have a longer life cycle, ultimately make them more cost longevity and lifecycle costs. effective in the long run. In addition to quality materials, All-American provides training for equipment, such as Olympia resurfacers and edgers, which enhances safety for rink employees and their customers. Proper use of equipment also extends its lifecycle. Regarding design, All-American boards are manufactured with safety in mind, and have been awarded patents directly related to safety features. [See Line Item 37 re: Flex Post and Flush Mount design] Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CAD00DAE8D65 Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms,Conditions,or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s)conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel,or compatible formats may also be provided. 2. Documents should NOT have a security password,as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3.Sourcewell may reject any response where any document(s)cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one(1)document for a single item,you should combine the documents into one zipped file. If the zipped file contains more than one(1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." • Financial Strength and Stability-AAAP_Financial Strength and Stability.zip-Thursday December 03, 2020 09:30:34 • Marketing Plan/Samples-AAAP_Marketing material.zip-Wednesday December 02,2020 16:00:59 • WMBE/MBE/SBE or Related Certificates(optional) • Warranty Information-AAAP_Warranty_Tech_Green.zip-Wednesday December 02, 2020 16:02:13 • Pricing-All-American Arena Products_Sourcewell PRICE LIST-2020.xlsx-Wednesday December 02, 2020 16:02:45 • Additional Document-All-American Customer Service Standards.pdf-Wednesday December 02,2020 16:03:25 Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADOODAE8D65 Proposers Affidavit PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person,company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty.The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation.Additionally, if Proposer has worked with a consultant on the Proposal,the consultant(an individual or a company)has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal,there are no relevant facts or circumstances which could give rise to an organizational conflict of interest.An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract,the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products,or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential"(or"nonpublic,"etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4,all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded.At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a"trade secret,"and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees,agents, and subcontractors are not: a. Included on the"Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist.pdf; b. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or c. Presently debarred, suspended, proposed for debarment,declared ineligible,or voluntarily excluded from programs operated Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:0659ABF0-E153-4EA6-A362-CADO0DAE8D65 by the State of Minnesota;the United States federal government or the Canadian government,as applicable;or any Participating Entity.Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. rw By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect,validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect,validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Sean Passingham, President,All-American Ice, LLC DBA All-American Arena Products The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r Yes r. No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. I have reviewed the below addendum and Pages File Name attachments(if applicable) Addendum_1_Ice Rink and Arena Equipment with Related Supplies and Services_RFP_120320 Cw 1 Mon November 23 2020 10:19 AM Bid Number: RFP 120320 Vendor Name: All-American Ice, LLC DocuSign Envelope ID:46ABFBEB-46FF-4EC5-A85F-DAC4EFEE733D AMENDMENT#1 TO CONTRACT#120320-ALL THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and All-American Ice, LLC, dba All-American Arena Products (Vendor). Sourcewell awarded a contract to Vendor to provide Ice Rink and Arena Equipment with Related Supplies and Services, to Sourcewell and its Participating Entities, effective January 6, 2021, through January 8, 2025 (Contract). The parties wish to amend the following terms within the Contract. 1. Section 18. Insurance—Subsection A. Requirements— Item 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Liability, of the Contract, is deleted in its entirety. 2. Section 18. Insurance—Subsection A. Requirements— Item 6. Network Security and Privacy Liability Insurance, of the Contract, is modified to reduce the minimum limits required to $1,000,000 per occurrence and annual aggregate. Except as amended by this Amendment, the Contract remains in full force and effect. Sourcewell All-American Ice, LLC, dba All-American Arena Products DocuSigned by: 1 , DocuSigned by: SGu,wayf4j R\/ Sc aln e cs t auM By. C0FD2A139D06489... By. `_8140E587DD9B466.. Jeremy Schwartz, Director of Operations/CPO Sean Passingham 9/30/2022 I 10:03 AM CDT President Date: Title: Approved: Date: 9/30/2022 I 7:34 AM PDT ,-DocuSigned by: By: aunt Caauafc- `-7E42B8F817A64CC... Chad Coauette, Executive Director/CEO Date: 9/30/2022 I 10:19 AM CDT Sourcewell Contract#120320-ALL I Amendment#1 Page 1 of 1 EXHIBIT B 113 ALLAMERICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com Date: January 18, 2024 City of Apple Valley Sourcewell member ID#33405 7100 147th St W Apple Valley, MN 55124-6562 Project: Hayes Arena renovations and upgrades (513A refrigerant) Thank you for the opportunity to submit a quote to Hayes Rink renovations and upgrades. This is a renovation to an existing facility with a rink measuring 200 ft long by 85 ft wide, with a 28 ft radius. Summary of scope of work for both rinks by All-American Arena Products will include: CONCRETE REMOVAL AND DEMO • The rink floor system will be drained, and the fluid disposed of. • Water saw and cut the existing concrete floor into 5' x 5' pieces, remove, and dispose of them. • The existing insulation under the rink slab will be disposed of. • The existing sub-grade will be excavated an additional 6" and the granular fill removed to the outside of the building. It will be reused to cover the new subfloor system. • The perimeter concrete will be removed between the equipment room and the rink floor for the new transmission mains. 86' X 201' CONCRETE RINK FLOOR SYSTEM • Mains - New refrigeration mains between the equipment room and the refrigerated floor are 8" SDR 11 fusion pipe with 3" thick pipe insulation and cover. The New mains for the sub floor heating system are 3" SDR 11 pipe. Once the mains are tested, they will be backfilled. • Sub-Floor Heating System - The sub-floor heating system will be constructed of 1" O.D. high density polyethylene tubing placed on 18" centers throughout the rink floor. The manifold system will be constructed of 3" SDR 11 fusion pipe and fittings. The polyethylene tubing is connected to the manifold with 3/4" SDR 11 fusion fittings. The mains will be stubbed up in the mechanical room for 113 ALLAMERICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com future connection. • Fine Grading - This section consists of placing 6" of the exiting granular material on top of the sub-floor heating system after it has been tested and leveling that fill to plus or minus '/4" throughout the rink area. • Rink Floor Insulation - This section consists of furnishing and installing two layers of 11/2"thick 25 psi extruded insulation on top of the fine grade, including cutting and fitting the insulation to conform to the profiles of the rink and the header trench. • Vapor Barrier - This section consists of furnishing and installing a 6 mil. Vapor barrier on top of the rink floor insulation including overlap of vapor barrier material. • Reinforcing Steel -This section consists of furnishing and installing 22,500 lbs. of#4, grade 60 reinforcing steel on top of the reinforcing steel supports. The steel is installed on 12"centers the 86'direction of the rink floor and 12"centers the 201' direction of the rink floor. • Rink Floor System - Our refrigerated floor manifolds are constructed of 8" SDR 11 fusion pipe. They will be in a header trench at center of your ice-skating surface. The rink floor tubing is 1"SDR 11 pipe placed on 4"centers. The return bends are 180° fusion fittings connected to the rink floor tubing at each end of the rink. Our tubing spacers are constructed of 3/16" wire with a 3" wide foot plated for stability. They are placed in 2' centers throughout the rink floor and double as reinforcing steel supports. • Mesh - This section consists of furnishing and installing a 6" x 6", 10-gauge wire mesh on top of the rink floor tubing. • Rink Floor Concrete - This section includes providing a complete design mix, concrete testing, furnishing, and placing the concrete, proper finishing, and visqueen cure of the concrete. The concrete will be placed with a concrete pump. The concrete design will include a water reducing agent, air entrainment, and super plasticizer for the placement. • Expansion Joint - This section consists of all the materials that make up the expansion joint which separates the refrigerated ice rink concrete from the outer perimeter concrete. OUTDOOR REFRIGERATION SYSTEM • One 116-ton, split circuit, JCI York air-cooled screw chiller using environmentally safe 513A refrigerant will be installed on the outside of the building. It will each be placed on a new concrete pad outside the existing 113 ALLAMERICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com mechanical room. • The equipment pad will have a masonry surround wall to enclose the refrigeration system. This will include a double door for access and service as well as snow removal. • The piping between the new pumps in the mechanical room, the outdoor chiller, and the rink transmission lines will be piped using Schedule 40 steel pipe and fittings. • The new piping system and pumps would be insulated with new Styro insulation, vapor barrier and a jacketing system. • All wiring to the refrigeration system and pumps from the main panel will be provided by Rink-Tec. This also includes all necessary control wiring. • Along with the main component items listed above, the following are included in the equipment room installation: Full refrigerant charge on the refrigeration system and a new charge of inhibited ethylene glycol solution. • New waste heat pumps and a boiler system will be supplied and connected to the new subfloor system and existing snowmelt system. The existing refrigeration system, condenser and unnecessary components in the mechanical room will be dismantled, removed, and disposed of. • Includes all necessary permits and inspections. ADDITIONAL DOORS: • One 3' external door from the rink to the outside equipment space. • One 4' internal door from the resurfacer room to the mechanical room. • Both doors are fire rated. • Outside door is insulated. • All wall demo and new block work is included. INDOOR ALUMINUM DASHERBOARD SYSTEM: Frame: • Panels to be welded aluminum with a mill finish. • Panels to be 42" high x 6" wide and typical 8 ft in length. Anchors: • 5/8" pre-cast anchors placed into floor prior to concrete pour. • A supervisor will be present to ensure anchor integrity on the day of the pour. 113 ALLAMERICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com Gates: • 6 — 30" player/penalty gates along the player box side of the rink. • 2 — 36" access gates located elsewhere in the rink. • 4 — additional 30" access gates for off ice access into boxes. • All gates with glass to have ice side push button release mechanisms. • Hardware made of stainless steel. Fasteners are zinc plated. • Player and access gates to have adjustable hinges, as well as pivoting latch/catch assemblies. • 1 — 120" double leaf machine gate. • Machine gates to have heavy duty adjustable hinges, heavy-duty spring- loaded caster wheels and sliding closure bars — all zinc plated steel. Board cladding: • .500" thick white high-density polyethylene (HDPE) board facing. • .500" thick x 8" high, yellow HDPE kick plate, top edge routed to 3/8" radius. • .750" thick HDPE cap rail, front and back routed to 3/8" radius. • .375" black HDPE backer panel installed around the entire perimeter of the rink. • City logo installed in one pc of backer. (High resolution image to be provided) • Color for cap rail is RED. • Color for kick plate to be YELLOW. Shielding and supports: • 6' high x 5/8" supported tempered glass for the ends and radii of the rink. • 6' high x 1/2" supported tempered glass for the spectator side. • 6' high x 1/2" supported tempered glass for the player box side. • No glass included for the front of the player boxes. • Glass in front of time keeper's box to have 3 1/2" diameter speak hole. • Shielding supports to be 2pc quick change and are anodized aluminum. • Glass terminations to have NHL approved FusionTM pads. Player, Penalty and Time-keeper boxes: • Player boxes are to be approx. 30' long x 6' deep with side and back walls. • Penalty boxes are to be approx. 8' long x 6' deep with side and back walls. • Timekeepers box to be approx. 8' long x 6' deep with side and half back walls. • Water bottle shelf to be included for the front of the player boxes. • Timer's table provided. 113 ALLAMERICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com Player, Penalty and Time-keeper box- Floors: • Raised wooden platforms installed throughout the boxes. • 3/8" black rubber matting installed on top of wooden platforms. Player and Penalty Benches • Benches are 9 1/2" wide x 1 1/2" thick black plastic lumber fastened to steel support brackets. • Support posts to be zinc plated steel. • Player box benches are to be 24 ft long. • Penalty box benches are to be 8 ft long. Spectator Netting: • 20' high static black netting installed around the entire perimeter of the rink. • Netting to be attached to a conduit header suspended from the ceiling beams and attached to the top of the glass supports. TRADE-IN OF EXISTING DASHER SYSTEM: Provide a credit toward new dasherboard system for "trade-in" of old boards RAISED ALUMINUM FLOOR: Supply raised aluminum floors in box areas instead of wood NOTES: • Demo of existing dasherboard system included. • 2 spare pcs of standard glass for attic stock. • Shipping to site included. • Forklift rental cost. • Genie boom rental cost • Sourcewell Pricing • Any necessary permits. • Engineered Drawings Stamped by licensed Mechanical Engineer. • The floor system will carry a standard five-year warranty. 113 ALLAMERICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com TOTALS: • Floor system replacement $953,460.00 • Outdoor refrigeration system $796,378.00 • Additional Doors $16,820.00 • Dasherboard system $258,720.00 • Trade-in of existing dashers <$7500.00> • Aluminum floors in box sections $7500.00 • Bonding $47,655.00 GRAND TOTAL $2,073,033.00 PAYMENT TERMS: 30% down with order 20% when the demo is completed. 45% once the floor is completed. 5% once ice is made. Price is valid for 30 days. Unless stated otherwise, pricing does not include bonding or any local and/or state sales tax. The attached Terms and Conditions are incorporated and part of this quote. If you have any questions or need additional information, please feel free to give us a call. The above proposal is accepted by Purchaser: President/Owner/General Manager All-American Arena Products Name of Signee (please print) Date: Date: El ALLAM E RICAN ARENA PRODUCTS 1414 S.4'Avenue Albert Lea,MN 56007 Sourcewell Awarded Vendor- 120320-ALL (844)231-2227 sean@allamericanarena.com TERMS AND CONDITIONS 1. All sales of material or equipment by All-American Ice,LLC(DBA All-American Arena Products)("All-American")are expressly conditioned upon the terms and conditions set forth below.Any additional or different terms or conditions set forth in any purchase order of the Buyer or in any similar such communication are hereby objected to by All-American and shall not be binding or effective unless expressly assented to in writing by an authorized representative of All-American. 2. SITE: The site must be accessible to a tractor-trailer and industrial forklift.All driveways to the rink slab/surface must support all necessary equipment. Power outlets with no less than a 30amp breaker must be within 50'of the rink slab/surface or a portable generator with a minimum of 5KW power rating. Prior to commencement,surface must be broom clean and work area will be free of all materials and debris.A dumpster(minimum size of 10 yards)and/or an area for trash must be available within 100'of the rink slab/surface so the installers can remove their debris. Delays or extra work and expenses caused by the site not being ready will be charged to the Purchaser. Concrete to be level within 1/8"in 10 ft.non-cumulative. 3. PRICE: Prices subject to receipt of final construction drawings and specifications.This quotation is based on the installation taking place from start to finish during the same trip.Re-mobilizing for any reason other than All-American Arena's own,will result in extra charges. 4. INSURANCE: Special insurance requirements are not included. 5. PERMITTING: Any applicable Permits and/or License Fees are not included,and Purchaser shall be responsible for obtaining the same. 6. COMPLETION: When job is completed or nearing completion,the Purchaser must be available for a final walk-through to inspect the installation with the All-American installation Supervisor.This will be the Purchaser's chance to formulate a final punch list of items left unfinished or needing to be changed.All items not listed on the punch list will not be considered a punch list item,and unless covered by All- American warranty,will be replaced at the Purchaser's expense. 7. DELAY: Notwithstanding the foregoing,should All-American be delayed in the commencement,prosecution or completion of the work by any cause beyond All-American's control and not due to any fault,neglect,act or omission on its part,then All-American shall be entitled to an extension of time to the extent necessary to remove any such cause of any delay and shall not be held liable for any damages for any delays caused by either the owner or general contractor or cause beyond the control of All-American. 8. WARRANTY: Except as to title,THERE ARE NO WARRANTIES,WRITTEN,ORAL,IMPLIED,OR STATUTORY relating to the described material or equipment which extend beyond that described in this paragraph.NO WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. Any product warranties provided by All-American Arena Product suppliers shall be assigned to the Purchaser to the extent possible. 9. SECURITY: All-American retains a security interest in all the products covered in this agreement until all sales'terms have been met. 10. PAYMENT:Terms are listed in the proposal. Late payments are subject to a 1.5 percent per month or 18 percent annual finance charge. 11. LIMITED LIABILITY: All-American's liability on any claim for loss or damage arising out of this contract or from the performance or breach thereof or connected with the supplying of material or equipment hereunder,or its sale,resale,operation or use,whether based on warranty, contract,negligence or other grounds shall not exceed the price paid for such material or equipment or part thereof involved in the claim.All- American shall not in any event be liable for special or consequential damages including,but not limited to,loss of profits or revenue, liquidated damages,loss of use of the product or any associated product,cost of capital,cost of substitute products,facilities or services, downtime costs,or claims of customers of the Buyer for such damages. 12. ATTORNEY'S FEES,JURISDICTION,AND VENUE: Purchaser agrees that making any purchases from All-American constitutes doing business in the state of MINNESOTA and that Buyer consents to the personal jurisdiction of the state and federal courts in MINNESOTA, unless elected otherwise by All-American.Purchaser agrees that the venue to resolve any and all disputes with All-American shall exclusively lie in the state or federal courts situated in Freeborn County, MINNESOTA. Buyer agrees that in the event of any legal action brought by or against All-American,the non-prevailing party shall pay to the prevailing party all costs and expenses incurred in connection with such action, including but not limited to attorney's fees(whether hourly or contingent),lien fees,court costs and any other costs of litigation or collection proceedings(including without limitation expert witness fees,deposition or court transcript fees,photocopy charges,and document vendor charges). 13. ONE-YEAR LIMITATION: Any and all claims brought by Purchaser against Seller shall be filed in one of the above referenced jurisdictions within one(1)year after the date of shipment or installation or it shall be deemed forever waived. EXHIBIT C M1DEPARTMENT OF REVENUE Form ST3, Certificate of Exemption Purchaser:Complete this certificate and give it to the seller. Seller:If this certificate is not completed,you must charge sales tax.Keep this certificate as part of your records. This is a blanket certificate,unless one of the boxes below is checked.This certificate remains in force as long as the purchaser continues making purchases or until otherwise cancelled by the purchaser. Check if this certificate is for a single purchase and enter the related invoice/purchase order# . If you are a contractor and have a purchasing agent agreement with an exempt organization,check the box to make purchases for a spe- cific job.Enter the exempt entity name and specific project: Exempt entity name Project description Name of Purchaser City of Apple Valley Business Address City State ZIP code 7100 147th Street West Apple Valley MN 55124 • Purchaser's Tax ID Number State of Issue 9362478 MN If no tax ID number, f FEIN t Driver's license number/State issued ID number Enter one of the following: I State of Issue Number Name of seller from whom you are purchasing,leasing,or renting Seller's Address City State ZIP code Type of Business U01 Accommodation and food services 011 Transportation and warehousing ❑02 Agricultural,forestry,fishing,hunting 12 Utilities P 03 Construction I 13 Wholesale trade 04 Finance and insurance ❑14 Business services E105 Information,publishing and communications I,_ 15 Professional services ❑06 Manufacturing I.. 16 Education and health-care services 07 Mining 17 Nonprofit organization 08 Real estate x 18 Government 09 Rental and leasing 19 Not a business(explain) 10 Retail trade 20 Other(explain) Reason for Exemption(See Instructions) A Federal government(department) I I J Agricultural production Xi B Specific government exemption IL K Industrial production/manufacturing Loca Government LI L Direct pay authorization ❑ C Tribal government(name) ❑ M Multiple points of use(services,digital goods,or computer 17 D Foreign diplomat# software delivered electronically) EllE Charitable organization# N Direct mail ❑ F Educational organization# 0 Other(enter number from instructions) [7 G Religious organization# Cl P Percentage exemption H Resale ❑ Advertising(enter percentage) 'f l I I Qualifying capital equipment(see instructions when El Utilities(enter percentage) equipment claimed is part of a construction project) ❑ Electricity(enter percentage) I declare that the information on this certificate is correct and complete to the best of my knowledge and belief.(PENALTY.'If you try to evade paying sales tax by using an exemption certificate for items or services that will be used for purposes other than those being claimed,you may be fined $100 un ,r Minnesota law for each transaction for which the certificate is used.) 4tcAuthorIhj Name Here Title Date ag? ♦.tt ( 1a173.412.e- Director,/ �Finance Direo� I 1 7.-2 Rev.7/19 EXHIBIT D SECTION 00 72 05 GENERAL CONDITIONS GENERAL CONDITIONS INDEX PAGE SECTION 1 - ENGINEER-OWNER- CONTRACTOR RELATIONS GC-1 SECTION 2 - AVAILABILITY OF LANDS;PHYSICAL CONDITIONS; REFERENCE POINTS GC-4 SECTION 3 - MATERIALS,EQUIPMENT&WORKMANSHIP GC-5 SECTION 4 - LEGAL RESPONSIBILITY,PUBLIC SAFETY&MISCELLANEOUS GC-7 SECTION 5 - MEASUREMENT&PAYMENT GC-8 SECTION 6 - CHANGES IN THE WORK GC-11 SECTION 7 - CHANGE OF CONTRACT PRICE GC-13 SECTION 8 - SUSPENSION OF WORK&TERMINATION GC-13 SECTION 9 - GENERAL GC-15 EXHIBIT D GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 SECTION 1 ENGINEER-OWNER-CONTRACTOR RELATIONS 1.1 DEFINITIONS AND DESIGNATION OF PARTIES Owner: The City of Apple Valley,Minnesota,acting through the City Council. City: The City of Apple Valley,Minnesota,Owner and party to the contract. Engineer: B32 Engineering Group,Inc. Contractor: All-American Ice,LLC d/b/a All-American Arena Products Work: Execution of duties and tasks, furnishing of labor, materials and miscellaneous associated items; and constructing and installing improvements and equipment— all as described in the Contract Documents. Project: The sum of all of the work necessary to complete the Contract. Contract Time: The intermediate and final completion dates as established in the Purchase Order. Contract Documents: The Contract Documents shall include the following documents: A. The City's Purchase Order and Exhibits thereto B. Contractors drawings and specifications for the Project C. Payment Bond D. Performance Bond E. Certificate of Insurance F. Addendum(s)to the Purchase Order or the Exhibits thereto(if any) G. Change Orders(if any) H. Affidavit of Responsible Contractor(when applicable) I. Supplemental Affidavit of Responsible Contractor(when applicable) Contract Price: The full amount of the cost of the Work as agreed to by Owner. 1.2 ASSIGNMENT OF PURCHASE ORDER Contractor shall neither sublet, sell,transfer,assign or otherwise dispose of the Purchase Order or any portion thereof, or of its right, title or interest therein, or its obligations thereunder, nor, if this Contractor is a corporate entity,sublet,sell,transfer or assign a majority of the outstanding shares of stock in the corporation, without prior written consent of Owner. In case written consent is given, Contractor will be permitted to sublet a portion of the Purchase Order or corporate stock thereof,but shall perform,with its own organization, Work amounting to not less than 50 percent of the total original Project cost. No subcontracts or transfer of contract or corporate stock shall release Contractor of its liability under the Purchase Order or Bonds. 1.3 SEPARATE CONTRACTS Owner may let other contracts in connection with the Work of Contractor. Contractor shall cooperate with other contractors with regard to storage of materials and execution of their Work. It shall be Contractor's responsibility to inspect all work by other contractors affecting its Work and to report to Owner any irregularities which will not permit it to complete its Work in a satisfactory manner. Contractor's failure to notify Owner of such irregularities shall indicate the work of other contractors has been satisfactorily completed to receive its Work. Contractor shall not be responsible for defects of which it could not have known, which develop in the work of others after the Work is completed. It shall be the responsibility of Contractor to measure the completed work in place and report to Owner immediately any difference between completed work by others and the drawings. GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 1.4 SUBCONTRACTS Nothing herein shall create any legal relationship between Owner or Engineer and any subcontractor, and no subcontractor shall have any rights under the Contract Documents. Contractor's award of subcontracts shall be subject to the following: 1.4.1 Unless previously provided pursuant to Paragraph 1.8 herein or otherwise specified in the Contract Documents, Contractor shall, upon receipt of the executed Purchase Order, submit in writing to Owner the names of any subcontractors proposed for the Work. Subcontractors may not be changed except at the request or with the consent of Owner. Contractor shall not employ any subcontractor or other person or organization(including those who are to furnish the principal items of materials or equipment),whether initially or as a substitute against whom Owner may have reasonable objection. Acceptance of any subcontractor, other person or organization by Owner shall not constitute a waiver of any right of Owner to reject defective Work. If Owner after due investigation has reasonable objection to any subcontractor, other person or organization proposed by Contractor, Contractor shall submit another acceptable subcontractor at no change in the Contract Price. Contractor shall not be required to employ any subcontractor, other person or organization against whom Contractor has reasonable objection. 1.4.2 Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by Contractor. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any subcontractor or other person or organization having a direct contract with Contractor,nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any subcontractor or other person or organization, except as may otherwise be required by law. Owner may furnish to any subcontractor or other person or organization,to the extent practicable,evidence of amounts paid to Contractor on account of specific Work done. 1.4.3 All Work performed for Contractor by a subcontractor will be pursuant to an appropriate agreement between Contractor and the subcontractor which specifically binds the subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and contains waiver provisions as required by Paragraph 5.13. 1.5 ORAL CONTRACTS No oral order,objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever,other than by a definitely agreed waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other waiver or modification. 1.6 NONDISCRIMINATION IN EMPLOYMENT For Work under this Contract,Contractor must agree: A. That in the hiring of common or skilled labor for the performance of any Work under the Purchase Order or any subcontract thereunder, no contractor, material supplier or vendor shall, by reason of race,creed,color or national origin,discriminate against the person or persons who are qualified and available to perform the Work to which such employment relates; B. That no contractor, material supplier or vendor shall, in any manner, discriminate against or intimidate or prevent the employment of any person or persons, or on being hired, prevent or conspire to prevent any person or persons from the performance of the Work under the Purchase Order on account of race,creed,color or national origin;and GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 C. Violation of this paragraph shall be cause for cancellation or termination of the Purchase Order. 1.7 DECISIONS ON DISAGREEMENTS Claims, disputes, disagreements, or other matters in question between Contractor and Owner relating to the execution or progress of the Work or the interpretation of the Contract Documents shall be subject to the Dispute Resolution provisions under Paragraph 1.9 below. 1.8 RESPONSIBLE CONTRACTOR 1.8.1 In accordance with Minnesota Statutes § 16C.285, Contractor is hereby advised that Owner cannot award a construction contract in excess of $50,000.00 unless the contractor, subcontractors and motor carriers for the Project are a "responsible contractor" as defined in Minnesota Statutes § 16C.285, subdivision 3. Prior to and as a condition precedent to Contractor's execution of the Purchase Order, Contractor must verify under oath that it meets the minimum criteria specified in Minnesota Statutes§ 16C.285,subdivision 3,by providing a verification of compliance(Affidavit of Responsible Contractor),which shall verify that it complies with the minimum criteria in Minnesota Statutes § 16C.285, subdivision 3, with the exception of clause (7), and list of all its first-tier subcontractors that it intends to retain for work on the Project. Statements in the Affidavit of Responsible Contractor must be certified by a company officer. 1.8.2 Contractor shall also be responsible for obtaining an Affidavit of Responsible Contractor from all its subcontractors,and submit a Supplemental Affidavit of Responsible Contractor to Owner confirming compliance with Minnesota Statutes§ 16C.285,subdivision 3,clause(7). 1.8.3 Prior to and as a condition precedent to Contractor and its subcontractors executing subcontracts associated with the Project, Contractor and each of its subcontractors shall obtain from all of their subcontractors with which it will have a direct contractual relationship a signed statement under oath by an owner or officer verifying that those subcontractors meet all of the minimum criteria in Minnesota Statutes§ 16C.285,subdivision 3(Affidavit of Responsible Subcontractor). 1.8.4 If Contractor or any of its subcontractors retain additional subcontractors for the Project after submitting its verification of compliance pursuant to paragraphs 1.8.2 or 1.8.3, Contractor or subcontractor(s)shall obtain an Affidavit of Responsible Subcontractor from each of those additional subcontractors with whom they have a subcontract and submit a supplemental verification to Owner confirming compliance with Minnesota Statutes§ 16C.285, subdivision 3, clause(7) (Supplemental Affidavit of Responsible Subcontractor), within 14 days of either the Contractor's or its subcontractor's retention of the additional subcontractor(s). 1.8.5 Contractor and its subcontractors shall obtain from its motor carrier(s) providing for-hire transportation of materials, equipment, or supplies for the Project a signed statement under oath by an owner or officer verifying that they meet all of the minimum criteria in Minnesota Statutes § 16C.285,subdivision 3. Contractor and its subcontractors can satisfy this requirement by submitting a verification that is provided by their motor carrier to them on an annual basis. However, Contractor and subcontractor are responsible for requiring their motor carriers to provide them with immediate written notification if the motor carrier no longer meets one or more of the minimum criteria in Minnesota Statutes§ 16C.285,subdivision 3. 1.8.6 Upon Owner's request, Contractor must submit copies of the signed verifications from its motor carrier(s), and Affidavits of Responsible Subcontractors to Owner. Contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 1.8.7 Contractor or any subcontractor who does not meet the minimum criteria established by Minnesota Statutes § 16C.285, subdivision 3, or who fails to verify compliance with the minimum requirements,will not be a"responsible contractor"and will be ineligible to be awarded the Project or to work on the Project. Contractor and subcontractors are also advised that making a false statement verifying compliance with any of the minimum criteria will render the Contractor or subcontractor ineligible to be awarded a construction contract for this Project and may result in the termination of a contract awarded to a contractor or subcontractor that makes a false statement. 1.9 DISPUTE RESOLUTION/VENUE CLAIMS 1.9.1 All claims,disputes and matters in questions arising out of,or relating to,this Purchase Order or the breach thereof, except for claims which have been waived by Contractor, by the making or acceptance of final payment, shall be brought in the Dakota County District Court, Dakota County, Minnesota. Provided,however,that Contractor must commence any action within one(1)year of its accrual. Provided further that Contractor waives its right to pursue any claim upon its acceptance of final payment. Notwithstanding anything contained herein to the contrary, Owner may pursue, any claim arising out of or relating to this Contract,within the applicable statutes of limitation. 1.9.2 The Contract Documents are accepted in and shall be construed in accordance with the laws of the State of Minnesota. 1.9.3 Contractor shall carry on the Work and maintain the progress schedule during any District Court proceeding,unless otherwise agreed by Contractor and Owner in writing. SECTION 2 AVAILABILITY OF LANDS:PHYSICAL CONDITIONS;REFERENCE POINTS 2.1 LANDS BY OWNER Owner shall provide during the Contract Time identified in the Purchase Order the lands upon which the Work under the Purchase Order is to be performed. Any unreasonable delay in furnishing these lands by Owner shall be deemed proper cause for adjustment in the Contract Time. Contractor shall not store materials or equipment on the surface of public streets between the hours of 10:00 pm and 7:00 am for streets that are open to traffic,unless specifically authorized in writing by the Owner. 2.2 LANDS BY CONTRACTOR Any additional land and access thereto that may be required for temporary construction facilities or for storage of materials and equipment shall be provided by Contractor with no liability to Owner. Contractor shall confine its apparatus and storage of materials and operation of its workmen to those areas provided by Owner and such additional areas which Contractor may provide at its expense. 2.3 PRIVATE PROPERTY Contractor shall not enter upon private property for any purpose without obtaining permission from the owner thereof, and it shall be responsible for the preservation of all public property, trees, monuments, etc., along and adjacent to the street and/or right-of-way,and shall use every precaution necessary to prevent damage or injury thereto. Contractor shall protect carefully from disturbance or damage all monuments and property marks until an authorized agent has witnessed or otherwise referenced their location and shall not remove them until directed. 2.4 UTILITIES GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 Contractor shall be solely responsible for verifying the exact location of all utilities. To the extent applicable, Contractor shall notify all utility companies having utilities in the Project area prior to the start of any construction and coordinate its Work with all utility companies. 2.5 INVESTIGATIONS No investigations or tests of subsurface and latent physical conditions at the Work site or otherwise affecting the cost,progress or performance of the Work have been performed. 2.6 UNUSUAL CONDITIONS Contractor shall promptly notify Owner in writing of any subsurface or latent physical conditions at the Work site or in an existing structure differing materially from those indicated or referred to in the Contract Documents. Owner will promptly review those conditions. Within a reasonable time thereafter,Owner shall obtain the necessary additional investigations and tests and furnish copies to Contractor. If Owner finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Contract Documents, and which could not reasonably have been anticipated by Contractor,a Change Order may be issued incorporating the necessary revision. SECTION 3 MATERIALS,EQUIPMENT AND WORKMANSHIP 3.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 3.1.1 All materials used in the Work shall be new and of good quality unless otherwise provided for in the Contract Documents, shall meet the requirements of the quote and any technical specifications. If required by Owner or Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the kind and quality of materials and equipment. 3.1.2 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer,fabricator,supplier or distributor,except as otherwise provided in the Contract Documents. 3.2 STORAGE OF MATERIALS Materials shall be so stored by Contractor as to insure the preservation of their quality and fitness for the Work. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the owner or lessee thereof. 3.3 CONTRACTOR'S SUPERINTENDENTS AND WORKERS 3.3.1 A competent superintendent,who is acceptable to Owner, shall be maintained on the Work site and give efficient supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of Contractor,and all communications given to the superintendent shall be as binding as if given to Contractor. Important communications shall be confirmed by Owner in writing. Other communications shall be so confirmed upon written request of Contractor. It shall be the responsibility of Contractor's superintendent to coordinate the work of all the subcontractors. When required,the superintendent shall be present on the Work site to perform adequate supervision and coordination. 3.3.2 Contractor shall at all times be responsible for the conduct and discipline of its employees and/or any subcontractors. All workers must have sufficient knowledge, skill and experience to perform properly the Work assigned to them. Any foreman or worker employed by Contractor or GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 subcontractor who does not perform the Work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall be discharged immediately and shall not be employed again in any portion of the Work. 3.4 WARRANTY AND GUARANTEE In addition to the warranties provided in Exhibit A to the Purchase Order,Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected,corrected or accepted as provided in Paragraphs 3.8,3.10 and 3.11. 3.5 ACCESS TO WORK Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspection and testing. Contractor shall provide proper and safe conditions for such access. 3.6 TESTS AND INSPECTIONS 3.6.1 Contractor shall give Owner and Engineer timely notice of readiness of the Work for all required inspections,tests or approvals. 3.6.2 Contractor shall be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's acceptance of a manufacturer,fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections,tests and approvals not required by the Contract Documents shall be paid by Owner(unless otherwise specified). 3.6.3 All inspections,tests or approvals other than those required by law,ordinance,rule,regulation,code or order of any public body having jurisdiction shall be performed by organizations selected by or acceptable to Owner. 3.6.4 If any Work that is to be inspected,tested or approved is covered without written concurrence of Owner or Engineer, it must, if requested by either the Owner or Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer and Owner timely notice of Contractor's intention to cover such Work and they have not acted with reasonable promptness in response to such notice. If it is found that such Work is defective, Contractor shall bear all the expenses of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. 3.6.5 Neither observations by Engineer or Owner nor inspections,tests or approvals by others shall relieve Contractor from its obligations to perform the Work in accordance with the Contract Documents. 3.7 OWNER MAY STOP THE WORK If the Work is defective, or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment,Engineer or Owner may order Contractor to stop the Work,or any portion thereof,until the cause for such order has been eliminated. 3.8 CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer or Owner, Contractor shall promptly, without cost to Owner, either correct any defective Work,whether or not fabricated,installed or completed,or,if the Work has been rejected,remove it from the Work site and replace it with non-defective Work. GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 3.9 TWO-YEAR CORRECTION PERIOD If within two years after the date of final acceptance of the Project or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the Work site and replace it with non- defective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement,including compensation for additional professional services,shall be paid by Contractor. 3.10 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, Owner prefers to accept it, Owner may do so. In such case, if acceptance occurs prior fmal payment, a Change Order shall be issued incorporating the necessary revision in the Contract Documents, including appropriate reduction in the Contract Price to Contractor; or, if the acceptance occurs after final payment, an appropriate amount shall be paid by Contractor to Owner. 3.11 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice to proceed to correct defective Work or to remove and replace rejected Work as required in accordance with Paragraph 3.8, or if Contractor fails to perform the Work in accordance with the Contract Documents (including any requirements of the progress schedule)Owner may,after seven days'written notice to Contractor,correct and remedy any such deficiency. In exercising its rights under this paragraph, Owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the Work site, take possession of all or part of the Work,and suspend Contractor's services related thereto,take possession of Contractor's tools, appliances, construction equipment and machinery at the Work site and incorporate in the Work all materials and equipment stored at the Work site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such access to the Work site as may be necessary to enable Owner to exercise its rights under this paragraph. All direct and indirect costs of Owner in exercising such rights shall be charged against Contractor,and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Contract Price originally identified in the Purchase Order. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights hereunder. SECTION 4 LEGAL RESPONSIBILITY PUBLIC SAFETY AND MISCELLANEOUS 4.1 PERMITS AND LICENSES All permits and licenses necessary for the prosecution of the Work shall be secured by Contractor prior to the commencement of the Work. Contractor shall also pay all public utility charges, governmental charges and inspection fees. 4.2 LAWS,REGULATIONS AND SAFETY 4.2.1 Contractor shall give all notices and comply with all laws, ordinances, rules and regulations GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 applicable to the Work. If Contractor observes that any technical specifications or drawings are at variance therewith,it shall give the Owner prompt written notice thereof,and any necessary changes shall be adjusted by an appropriate Change Order or other modification. If Contractor performs any Work knowing or being in a position to know it to be contrary to such laws, ordinances,rules and regulations, and without such notice to Owner, it shall bear all costs arising therefrom; however, it shall not be its primary responsibility to make certain that the technical specifications and drawings are in accordance with such laws,ordinances,rules and regulations. 4.2.2 Contractor shall be responsible for initiating,maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of,and shall provide the necessary protection to prevent damage,injury or loss to: A. All employees on the Work and other persons who may be affected thereby; B. All the Work and all materials or equipment to be incorporated therein,whether in storage on or off the Work site;and C. Other property at the Work site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 4.2.3 Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain,as required by the conditions and progress of the Work, all necessary safeguards for its safety and protection. All damage, injury or loss to any property referred to in Paragraph 4.2.2.B and C caused,directly or indirectly,in whole or in part,by Contractor, any subcontractor or any directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner that Work is acceptable. 4.2.4 Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 4.2.5 Contractor agrees to indemnify Owner and Engineer and their agents and employees against all claims,demands,losses,damages and expenses(including attorneys'fees)arising out of or resulting from the Contractor's violation of any safety law, regulation or code (including without limitation OSHA)or any other prudent precaution. SECTION 5 MEASUREMENT AND PAYMENT 5.1 REQUEST FOR PAYMENT Contractor may submit periodically,a request for payment along with documentation summarizing the Work completed to date in the performance of the Contract ("Request for Payment") in accordance with the following payment schedule: A. Thirty percent (30%) of the Contract Price minus Retainage (defined in Paragraph 5.2) after the Purchaser Order is executed by all parties("Down Payment"); B. Twenty percent(20%)of the Contract Price minus Retainage upon the completion of the demolition work; GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 C. Thirty percent(30%) of the Contract Price minus Retainage upon the completion of the floor being poured and curing stage completed; D. Ten percent(10%) of the Contract Price minus Retainage upon the completion of the dasher board installation; E. Retainage previously withheld upon Substantial Completion of the Project subject to Paragraph 5.4.2;and F. Ten percent(10%) of the Contract Price and any remaining Retainage upon final completion of the Project. 5.2 ACTION ON A REQUEST FOR PAYMENT Within thirty(30)days of submission of any Request for Payment by Contractor(other than a request for final payment pursuant to Paragraph 5.10),the Owner shall: A. Pay the Request for Payment minus a percentage of payment in the amount five percent (5%) (hereinafter"Retainage")until Substantial Completion of the Project; B. Pay such other amount in accordance with Paragraph 5.3 as Owner shall decide is due Contractor, informing Contractor in writing of his reasons for paying the modified amount;or C. Withholding payment in accordance with Paragraph 5.4 informing Contractor in writing of Owner's reasons for withholding payment. 5.3 CONTRACTOR'S OBLIGATIONS TO SUBCONTRACTORS Contractor shall pay any subcontractor within ten days of Contractor's receipt of payment from Owner for undisputed services provided by the subcontractor. Contractor shall pay interest of one and one-half(1- 1/2%)percent per month or any part of a month to the subcontractor on any undisputed amount not paid on time pursuant to this provision to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of one hundred ($100.00) dollars or more shall be ten ($10.00) dollars. For an unpaid balance of less than one hundred ($100.00) dollars, Contractor shall pay the actual penalty due under this provision to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from Contractor shall be awarded its costs and disbursements, including attorney's fees, incurred in bringing the action. 5.4 OWNER'S RIGHT TO WITHHOLD PAYMENT 5.4.1 Prior to substantial completion of the Project as determined pursuant to Paragraph 5.6 herein,Owner may withhold payment in whole or in part to the extent necessary to protect Owner from loss on account of any of the following causes; A. Violation of any of the terms of the Contract Documents; B. Defective Work not remedied,or completed Work which has been damaged; C. Reasonable evidence indicating potential filing of claims by other parties against the Project or Owner; D. Failure of Contractor to make payments to subcontractors,materialmen or suppliers. E. Damage to Owner or any other person;and/or F. Contractor's unsatisfactory prosecution of the Work. GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 When any of the above grounds for which payment is being withheld is removed,payment shall be made for the amount withheld subject to Paragraph 5.4.2. 5.4.2 Upon Substantial Completion pursuant to Paragraph 5.6 herein, retainage shall be released to the Contractor to the extent the retainage withheld at that time plus any remaining Contract Price yet to be paid exceeds the sum of 250%of the cost to correct or complete Work known at the time of Substantial Completion, plus an additional 1% of the Contract Price or $500.00, whichever is greater, where the Contractor has pending completion and/or submission of"final paperwork" as defined by Minn. Stat. § 15.72 (2024). The Owner shall pay Contractor the amount withheld for the final paperwork within 60 days after receipt of the final paperwork. The remaining retainage shall be paid in accordance with Paragraph 5.10 herein. 5.5 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work,materials and equipment covered by any Request for Payment,whether incorporated in the Project or not,will pass to Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances(hereafter in these General Conditions referred to as "Liens"). 5.6 SUBSTANTIAL COMPLETION When Contractor considers the entire Work ready for its intended use, Contractor shall, in writing to Owner, certify that the entire Work is substantially complete. Within a reasonable time thereafter, Owner,Contractor and Engineer shall make an inspection of the Work to determine the status of completion. If the Owner does not consider the Work substantially complete,the Owner will notify Contractor in writing giving the reasons therefor.The Owner shall provide Contractor with a tentative list of items to be completed or corrected before final payment. 5.7 PARTIAL UTILIZATION Use by Owner of completed portions of the Work may be accomplished prior to Substantial Completion of all the Work subject to the following: A. Owner at any time may request Contractor in writing to permit Owner to use any part of the Work which Owner believes to be substantially complete and which may be so used without significant interference with construction of the other parts of their Work. If Contractor agrees, Contractor will certify to Owner that said part of the Work is substantially complete. Within a reasonable time thereafter Owner, Contractor and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer or Owner does not consider that part of the Work to be substantially complete,Owner will notify Contractor in writing with the reason therefor. 5.8 FINAL INSPECTION Upon written notice from Contractor that the Work is complete, Engineer and/or Owner will make a final inspection with Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 5.9 FINAL APPLICATION FOR PAYMENT After Contractor has completed all such corrections to the satisfaction of Owner and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked-up record documents and other documents--all as required by the Contract Documents, and after Owner has indicated that the Work is acceptable(subject to the provisions of Paragraph 5.11),Contractor may make application for final payment following the procedure for progress payments. The final Request for Payment shall be GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 accompanied by all documentation called for in the Contract Documents,including IC 134 documentation and such other data and schedules as Owner may reasonably require,together with complete and legally effective releases or waivers(satisfactory to Owner)of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, material and equipment for which any Liens could be filed,and that all payrolls,material and equipment bills,and other indebtedness connected with the Work for which Owner or its property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, Contractor may furnish a Letter of Credit or other collateral satisfactory to Owner to indemnify Owner against any Liens. 5.10 FINAL PAYMENT AND ACCEPTANCE If,the Owner is satisfied that the Work has been completed and Contractor has fulfilled all of its obligations under the Contract Documents, Owner will, within 60 days after receipt of Request of Final Payment, make the fmal payment. Otherwise,Owner will return the Request for Payment to Contractor,indicating in writing the reasons for refusing to make final payment,in which case Contractor shall make the necessary corrections and resubmit the Application. If,through no fault of Contractor,final completion of the Work is significantly delayed thereof and if Owner so confirms, Owner shall, upon receipt of Contractor's final Request for Payment,and without terminating the Contract,make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Contract, and if Bonds have been furnished as required herein,the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Owner with the Request for Payment for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of claims. 5.11 CONTRACTOR'S CONTINUING OBLIGATION Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner,nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Owner pursuant to Paragraphs 5.9 or 5.10, nor any correction of defective Work by Owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents. 5.12 WAIVER OF CLAIMS The making and acceptance of final payment shall constitute: 5.12.1 A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 5.8 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however,it shall not constitute a waiver by Owner of any rights in respect to Contractor's continuing obligations under the Contract Documents;and 5.12.2 A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. SECTION 6 CHANGES IN THE WORK 6.1 CHANGE ORDERS Without invalidating the Contract,Owner may,at any time or from time to time,order additions,deletions or GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, Contractor shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract time,an equitable adjustment will be made as provided in Section 6 or Section 7 on the basis of a claim made by either party. 6.2 UNAUTHORIZED WORK Additional labor and materials beyond the Work undertaken without authorization of a Change Order will not entitle Contractor to an increase in the Contract Price or an extension of the Contract Time,except in the case of an emergency. 6.3 ENGINEER RECOMMENDATIONS Owner shall execute appropriate Change Orders covering changes in the Work which are required by Owner, or required because of unforeseen physical conditions or emergencies, or because of any other claim of Contractor for a change in the Contract Time or increased compensation which is recommended by Engineer. 6.4 NOTICE OF CHANGE TO SURETY If notice of any change affecting the general scope of the Work or change in the Contract prices is required by the provisions of any Payment or Performance Bond to be given to the surety, it will be Contractor's responsibility to so notify the surety,and the amount of any Payment or Performance Bond shall be adjusted accordingly. Contractor shall furnish proof of such adjustment to Owner. 6.5 CONCEALED CONDITIONS Should concealed conditions encountered in the performance of the Work below the surface of the ground or should concealed or unknown conditions in an existing structure be at variance with the conditions indicated by the Contract Documents or should unknown physical conditions below the surface of the ground or should concealed or unknown conditions in an existing structure of an unusual nature,differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract,be encountered,the Contract Price shall be equitably adjusted by Change Order upon claim by either party made within ten(10)days after the first observance of the conditions. 6.6 CLAIMS FOR ADDITIONAL COSTS If Contractor wishes to make a claim for an increase in the Contract Price, it shall give the Owner written notice thereof within ten (10) days after the occurrence of the event-giving rise to such claim. This notice shall be given by Contractor before proceeding to execute the Work,except in an emergency endangering life or property in which case Contractor shall proceed in accordance with Paragraph 6.8. No such claim shall be valid unless so made. Any change in the Contract Price resulting from such claim shall be authorized by any Change Orders. If Contractor claims that additional cost is involved because of, but not limited to, (1) any written interpretation of Engineer,(2)any order by Owner to stop the Work where Contractor was not at fault, or(3) failure of payment by Owner,Contractor shall make such a claim as provided herein. 6.7 WORK DURING AN EMERGENCY 6.7.1 In any emergency affecting the safety of persons or property, Contractor shall act to prevent threatened damage, injury or loss. In all cases it shall, as soon as practicable, notify Owner of the emergency and it shall not wait for the instructions before proceeding to protect both life and property. 6.7.2 Any additional compensation or extension of time claimed by Contractor on account of said emergency work shall be determined under Paragraph 6.6. GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 SECTION 7 ADJUSTMENT TO THE CONTRACT PRICE 7.1 CONTRACT PRICE The"Contract Price"constitutes the total compensation set forth in the Purchase Order(subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at its expense without change in the Contract Price. 7.2 CHANGE IN CONTRACT PRICE Any claim for an increase in the Contract Price shall be based on written notice delivered to Owner within ten (10) days of the occurrence of the event-giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within forty-five days of such occurrence unless the Owner allows an additional period of time to ascertain accurate cost data. Any change in the Contract Price resulting from any such claim shall be incorporated in any Change Orders. 7.3 BASIS OF CHANGE The cost or credit to Owner resulting from a change in the Work shall be determined and mutually agreed upon in advance of performance of the change in Work in one or more of the following ways: 7.3.1 By mutual acceptance of a lump sum properly itemized; 7.3.2 By unit prices stated in the Contract Documents or subsequently agreed upon (unit prices shall include an allowance for Contractor's main office expense,overhead,profit and bond);or 7.3.3 By mutual acceptance of actual cost of the changed Work, plus an allowance for overhead, supervision and profit as subsequently agreed upon. Owner shall have the right to examine, inspect, copy and audit the books and records of the Contractor or subcontractor making claim for reimbursement for costs and allowances hereunder in order to verify the accuracy, correctness, completeness and propriety of all costs and allowances claimed. 7.4 WORK PERFORMED BY SUBCONTRACTORS Contractor's fees for Work performed by subcontractors shall be a minimum of 5%up to a maximum of 10% (as determined in the sole discretion of Owner,for such Work where the Work performed by subcontractors is supervised by Contractor)as compensation for all other costs and expenses including administrative overhead, profit and supervision. SECTION 8 SUSPENSION OF WORK AND TERMINATION 8.1 OWNER MAY SUSPEND WORK Owner may,at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor which shall fix the date on which Work shall be resumed. Contractor shall resume the Work on the date so fixed,Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time,or both,directly attributable to any suspension if it makes a claim therefor as provided in Section 7. 8.2 OWNER MAY TERMINATE Owner may terminate the Contract upon the occurrence of any one or more of the following events: GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 8.2.1 If Contractor is adjudged bankrupt or insolvent; 8.2.2 If Contractor makes a general assignment for the benefit of creditors; 8.2.3 If a trustee or receiver is appointed for Contractor or for any of Contractor's property; 8.2.4 If Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws; 8.2.5 If Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment; 8.2.6 If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment; 8.2.7 If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction; 8.2.8 If Contractor disregards the authority of Engineer;or 8.2.9 If Contractor otherwise violates in any substantial way any provision of the Contract Documents. Owner may after giving Contractor and its surety seven days written notice,terminate the services on Contractor, exclude Contractor from the Work site and take possession of the Work and of all Contractor's tools, appliances, construction equipment and machinery at the Work site and use the same to the full extent they could be used by Contractor(without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the Work site or for which Owner has paid Contractor but which are stored elsewhere, and fmish the Work as Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is fmished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be incorporated in a Change Order,but in finishing the Work, Owner shall not be required to obtain the lowest figure for the Work performed. 8.3 Where Contractor's services have been so terminated by Owner,the termination shall not affect any rights of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. 8.4 Upon seven days'written notice to Contractor,Owner may,without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Purchase Order. In such case, Contractor shall be paid for all Work executed and any expenses sustained plus reasonable termination expenses. 8.5 If,after notice of termination for failure to fulfill contract obligations, it is determined that Contractor has not defaulted,the termination shall be deemed to have been effected for the convenience of Owner and Contractor shall be paid in accordance with Paragraph 8.6. 8.6 CONVENIENCE TERMINATION BY OWNER Owner reserves the right to terminate the Work under the Purchase Order in whole, or from time to time in part,and said termination for convenience shall not be construed as a breach of the Contract.If the Contract is terminated for convenience, Owner shall give Contractor written notice specifying the extent of the Work under the Purchase Order that is being terminated and the effective date of said termination. Upon receipt of the notice of termination, Contractor shall stop work on the date and to the extent specified. Contractor shall place no further orders nor incur any further costs for the terminated parts of the Work. Contractor shall further terminate all orders and subcontracts relating to the terminated part of the Work. Owner shall pay Contractor for the value of the Work terminated and completed to the termination date,but Contractor shall not be entitled to any further damages or costs or lost profits. Disposition of the completed GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 parts of the terminated work, materials, equipment and other tangible property shall be made as agreed upon by Owner and Contractor. The title to any property and materials retained by Owner shall accrue to Owner immediately upon payment by the Owner to Contractor. 8.7 CONTRACTOR MAY STOP WORK OR TERMINATE If,through no act or fault of Contractor,the Work is suspended for a period of more than ninety(90)days by Owner or under an order of court or other public authority, Contractor may, upon seven (7) days' written notice to Owner, terminate the Contract and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Contract, Owner has failed to make any payment as aforesaid, Contractor may upon seven (7) days' notice to Owner stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of its obligations to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. SECTION 9 GENERAL 9.1 LIMITATION OF LIABILITY In no event,either as a result of breach of contract,negligence,or otherwise,shall Owner or Engineer or their agents or Employees be liable for damages or loss of profits, loss of use, loss of revenue, loss of bonding capacity, or any other special, indirect or consequential damages of any kind. To the extent the Contract Documents allow any liability to be imposed,the total liability of Owner and Engineer for any loss, claim or damage arising out of this Contract or the performance or breach thereof, shall be limited to the value of the Work performed. 9.2 REMEDIES The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor herein and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Contract. 9.3 HOURS OF OPERATION: 9.3.1. Contractor shall not operate construction equipment between 8:00 p.m. and 7:00 a.m. unless specifically authorized by the Owner. 9.3.2. Contractor shall not perform Work (except traffic control maintenance, erosion control inspection/repair or emergency work) on Saturdays, Sundays, or federally designated holiday unless special approval is granted by the Owner. 9.3.3. Contractor shall notify Owner in advance of all times of work on the Work site. 9.4 CONFLICT BETWEEN CONTRACT DOCUMENTS. In the event there is inconsistency within the Contract Documents, the additional terms and conditions set forth in the Purchase Order, and any addendum thereto shall first control; followed by Exhibit D (General GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 Conditions)to the Purchase Order;followed by the drawings;followed by Exhibit B(Quote without the terms and conditions)to the Purchase Order;followed by Exhibit A(Sourcewell Contract)to the Purchase Order. END OF SECTION GENERAL CONDITIONS CITY OF APPLE VALLEY 00 72 05 • ITEM: 4.L. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Agreement with Advanced Systems Integration, LLC, for Fire Station 2 AN Equipment Staff Contact: Department/ Division: Matt Nelson, Fire Chief Fire Department ACTION REQUESTED: Approve the agreement with Advanced Systems Integration, LLC, for Fire Station 2 A/V Equipment, in the amount of$130,078.50. SUMMARY: The Fire Department is pursuing the purchase and installation of audio video equipment for Fire Station 2. This will include equipment in the apparatus bay, turnout gear room, fitness room, firefighter work room, conference room, and classroom. The cost of this project was based on the University of Minnesota U-Wide Contract # U140.13. Staff recommends approval of a standard short form agreement with Advanced Systems Integration, LLC, for Fire Station 2 A/V Equipment, in the amount of$130,078.50. BACKGROUND: These items were identified in the FFE portion of the Apple Valley Fire Station #2 and Improvements to #1 & #3 project. This will include a monitor in the apparatus bay, turnout gear room, fitness room, and firefighter work room. The classroom on the second floor will be set up close to how the Macintosh conference room is set up at the municipal center and will include multiple monitors, ceiling speakers, microphones, and a camera. BUDGET IMPACT: This quotation is within the budget estimate for the Furniture, Fixtures and Equipment (FFE) portion of the Apple Valley Fire Station#2 and Improvements to #1 & #3 project. • ITEM: 4.M. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Agreement with Ancom Communications, Inc., for Fire Station 2 Station Alerting System Installation Staff Contact: Department/ Division: Matt Nelson, Fire Chief Fire Department ACTION REQUESTED: Approve the agreement with Ancom Communications, Inc., for Fire Station 2 Station Alerting Install, in the amount of$19,293.00. SUMMARY: The Fire Department is pursuing an agreement for the installation of a station alerting system at Fire Station 2 which will alert those in the building to calls the fire department is dispatched to. The station alerting system that will be installed at Fire Station 2 is made by US Digital Designs and is the same station alerting system that is used in ten (10) other fire stations within Dakota County. The infrastructure for this system is already in place and is tied into the computer aided dispatch (CAD) system at Dakota 911. Ancom is the factory trained/certified installer for this product in Minnesota. Staff recommends approval of a standard short form agreement with Ancom Communications, Inc., for Fire Station 2 Station Alerting System Installation, in the amount of$19,293.00. BACKGROUND: The fire station alerting system made by US Digital Designs is used throughout Dakota County to notify the fire departments of calls for service from the community. This system is tied into the CAD system at Dakota 911. With the infrastructure already being in place at Dakota 911 the only portion needed for the system to work at Fire Station 2 is the installation of the station controller and peripherals (message signs, illuminated speakers, and room remotes). The fire station alerting system is designed to interface with the CAD system used by Dakota 911, voice radios, doorbell buttons, and other devices. The station alerting system is designed to alert responding units that are assigned to station 2 of a call, this will help speed up deployment of anyone that might be in the station at the time a fire call is dispatched. BUDGET IMPACT: This quotation is within the budget estimate for the Furniture, Fixtures and Equipment (FFE) portion of the Apple Valley Fire Station#2 and Improvements to #1 & #3 project. • ITEM: 4.N. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Agreement with Egan Company for Project 2024-114, Traffic Signal and Street Light Maintenance Staff Contact: Department/ Division: Jeff Lathrop, Public Works Superintendent- Streets Streets Division ACTION REQUESTED: Approve agreement with Egan Company for Project 2024-114, Traffic Signal and Street Light Maintenance, in the amount of$61,146.00. SUMMARY: On December 15, 2023, City staff solicited quotations from five companies to perform maintenance and repairs on City owned traffic signals and street lights through December 2026. Two companies submitted quotes. Egan Company submitted the lowest proposal based on hourly rates and materials applied to quantity estimates in the attached bid tabulation. A standard City agreement will be utilized for this project. BACKGROUND: Dakota County will continue to provide routine maintenance of City owned traffic signals. The signal maintenance portion of this contract would apply only in the event Dakota County is unable to respond in a timely manner. BUDGET IMPACT: Funding for this project is included in the 2024 operating budget for the Public Works Streets Division. ATTACHMENTS: Bid / Quote Tabulation BID TABULATION PROJECT 2024-114 Traffic Signal & Street Light Maintenance ITEM Egan Company Kilmer Electric Co., Inc. Signal Light Repair - 2024 $4,218.00 $4,220.00 Street Light Repair- 2024 $15,722.00 $15,730.00 2024 Total $19,940.00 $19,950.00 Signal Light Repair - 2025 $4,307.00 $4,356.00 Street Light Repair- 2025 $16,078.00 $16,274.00 2025 Total $20,385.00 $20,630.00 Signal Light Repair - 2026 $4,395.00 $4,486.00 Street Light Repair- 2026 $16,426.00 $16,794.00 2026 Total $20,821.00 $21,280.00 TOTAL BID $61,146.00 $61,860.00 • ITEM: 4.0. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Agreement with Marco Technologies, LLC, for Managed Voice Maintenance Advantage Software Assurance Staff Contact: Department/ Division: Nathan Bang, IT Manager Administration/ Information Technologies ACTION REQUESTED: Approve 24-month agreement with Marco Technologies, LLC, for Managed Voice Maintenance Advantage Software Assurance, in the total amount of$34,875.86. SUMMARY: The City implemented a VoIP (voice over interne protocol) telephony system by Mitel, with local partner Marco, in 2016. To ensure continued access to software updates and professional support, the City relies on an ongoing partnership with Marco for these services. BACKGROUND: The Information Technology Division oversees the adoption and management of technology- related resources, including telephony services, throughout the City. Since 2016 when a new Mitel phone system was installed by Marco, annual service and software updates have been provided through a service agreement with Marco. This service agreement provides for ongoing troubleshooting, remote support, and updates to the software. Recently, IT worked with Marco on a two-year agreement to continue these services at a cost savings utilizing the Mitel Government NJPA/SOURCEWELL contract#022719-MBS. BUDGET IMPACT: The two-year Managed Voice Maintenance Advantage Software Assurance agreement totals $34,875.86, with two annual payments of$17,437.93 each. This maintenance agreement was planned and accounted for within the 2024 and 2025 IT budget. ATTACHMENTS: Agreement marco January 8, 2024 PROPOSAL FOR CITY OF APPLE VALLEY NATHAN BANG Prepared By: Curtis Thompson Technology Advisor 651-288-6944 curt.thompson@marconet.com Quote Number: 163612 O Managed Services IN l Copiers & Printers D Audio Visual py Business IT Services Simple. 800.847.3098 Secure. MARCONET.COM Better. marco SCHEDULE A-SCHEDULE OF PRODUCTS TO PRODUCT AGREEMENT(S) CITY OF APPLE VALLEY MMV 2023-10-03 rail Prepared by: Prepared for: Ship To: Quote Information: Marco-Twin Cities CITY OF APPLE VALLEY CITY OF APPLE VALLEY Quote#: 163612 1 Curt Thompson 7100 West 147th Street 7100 W 147TH ST Version: 2 oir. 4 651-288-6944 Apple Valley, MN 55124 APPLE VALLEY, MN 55124- Date Issued:01/08/2024 / curt.thompson@marconet.com NATHAN BANG 7519 Expiration Date:01/31/2024 952.953.2514 NATHAN BANG Special Pricing Program: nbang@ci.apple-valley.mn.us 952.953.2514 Sourcewell/NJPA nbang@ci.apple-valley.mn.us Mitel MMV - Annual Description Qty Coverage Dates; 10/04/2023 - 10/03/2026 Marco-Voice- Managed Voice Maintenance Advantage Software Assurance 1 Mitel Software Assurance - 24 Month Description Qty Mitel Software Assurance Pricing based on Mitel Government NJPA/SOURCEWELLcontract#022719-MBS SYSID:21754173 vMAS=Micollab Nupoint(MiCollab) 1 SYSID:23516342 vMBG= MBG proxy(MiVoice Border Gateway) 1 SYSID:42835636 Gateway 2= MCDGWHW(MiVoice Business) 1 SYSID:84921454 Gateway 1= MCDGWcoav (MiVoice Business) 1 SYSID:90447961 vMCD=vMCDcoav(MiVoice Business) 1 SYSID:91544626 UCC/ULM (Mite) Unified Collaboration and Communications) 1 Coverage Election Description Qty Standard Coverage-Monday-Friday-8:00 am-5:00 CT 1 Simple. 800.847.3098 Secure. MARCONET.COM better. 2 marco SCHEDULE A-SCHEDULE OF PRODUCTS TO PRODUCT AGREEMENT(S) Marco Managed Voice Terms and Conditions 1 Terms, Conditions, and Definitions For service as specified below on the equipment listed above ("Service") and the Software Assurance the undersigned agrees to pay the Monthly Recurring Charge ("MRC") or One Time Expense stated on the Schedule of Products for this Agreement ("SOP")for the Term and any Renewal Term,as defined below. Marco reserves the right to delay Service if your regular account is delinquent. The undersigned represents that they are the Owner of the equipment or that they have the Owner's authority to enter into this Agreement. This Agreement is subject to acceptance by Marco. The initial term of this Agreement runs from the Contract Start Date through the Contract End Date ("Term")as stated on the first page hereof and shall automatically renew for additional twelve month periods (each, a "Renewal Term")at Marco's then prevailing rates, unless either party provides written notice of its intent not to renew sixty (60) days prior to the end of the Contract End Date or a Renewal Term.Notwithstanding any termination or non-renewal of this Agreement, Software Assurance fees stated in the SOP are non-refundable. Client is purchasing the Services and Software Assurance for the complete Term and any Renewal Term. Client may terminate this Agreement and the SOP after providing Marco sixty (60) days' written notice. In the event it does so, Client shall pay Marco 100% of the Software Assurance fees stated in the SOP for the Term and any Renewal Term and an amount equal to 100% of the MRC for the Services multiplied by the number of months remaining in the Term or Renewal Term or One Time Expense(s) listed on the SOP. ■ Decianntinn of rrwinrnaa • Contracted Coverage Period-The period of coverage the Customer is paying for support.The options are 8:00 am-5:00 pm CT Monday through Friday,excluding Marco published holidays or an uplift to 24x7, 7 days a week.Customer's selected option is indicated below.(Assumes M-F 8x5 unless Option B is selected). • Standard Support Desk Hours-8:00 am-5:00 pm CST,Monday-Friday excluding Marco published holidays. Manned 24x7 to report trouble. Email ITservice@marconet.com or call 800-847-3098#2 for support outside of regular business hours(8-5). • Remote Access*—Remote access is required for support.Additional charges may apply if remote access is not available. • PPM—Principal Period of Maintenance(PPM)8:00 am—5:00 pm CT Monday—Friday,excluding Marco published holidays. • PPU—Principal Period of Upgrades(PPU)7:00 am—7:00 pm CT Monday—Friday,excluding Marco published holidays. • Emergency Two Hour Response-Marco provides an initial response to emergency trouble calls within 2 hours during the PPM. EMERGENCY is defined as a major service impacting event consisting of one or more of the following: o 1) No incoming or outgoing calls o 2)40%of all telephones inoperative o 3)20%of all outside lines inoperative o 4)Attendant console is inoperative or mainline target inoperable • Standard Next Business Day Preferential Response—Marco responds the next business day to routine trouble calls. • Labor and Travel for Emergency or Standard Trouble Calls- Labor and travel is included at no charge during the PPM. • Part Coverage and Service Labor Regarding Replacement Parts—Replacement of currently covered,failed components will be shipped to the Customer.Replacement equipment and parts will be of equal quality of the original parts. o *Customer must also have current Software Assurance(SWA)in place through Mitel in order for Marco to obtain manufacturer support assistance for escalated troubleshooting or to upgrade software levels if needed to accommodate replacement hardware. If the equipment, software,or licensing is not currently covered or not currently supported by the manufacturer,services will not be covered under this Agreement.At this point,services may be provided on a billable basis at Marco standard service rates in Marco's discretion.Assumes"in stock"status at the distributor/manufacturer.If not available,Marco may provide an alternate solution as a temporary measure. Simple. 800.847.3098 Secure. MARCONET.COM better. 3 marco SCHEDULE A-SCHEDULE OF PRODUCTS TO PRODUCT AGREEMENT(S) • Remote Moves,Adds,and Changes(MAC)—Remote access is required for support. If Marco is requested to go to the Customer site to perform MAC work,additional charges will apply at Marco standard service rates.Net-new setup or installation of additional equipment is not considered MAC work and will be billable at Marco standard service rates. • Software Updates—Updates to correct any software errors that prevent your system from performing to published specifications are included during PPU.This assumes no hardware replacements or software licensing is required. If applicable, Customer will be responsible for hardware and or licensing purchases needed to support the software update. • Software Upgrades t—Upgrades to keep your system at a minimum load to reflect manufacturer support requirements will be included in this Agreement, provided the Mitel operating system is able to be upgraded via software and the Customer has a current Mitel Software Assurance(SWA)in place. Upgrades that are able to be performed during the PPU (7 am—7 pm CT)will be covered under this Agreement without additional labor charges. Upgrades that must be performed outside of the PPU will be billable at Marco standard service rates.Customer will be responsible for hardware purchases needed to support the upgrade. This Agreement does not include Microsoft Windows operating systems. tRequires a minimum annual contract spend(Total Amount Due[annual term])of$2,400.00(not including SWA).If Customer's annual contract spend(not including SWA)is less than the minimum,labor to upgrade will be billable at Marco standard service rates.Customer must be on a Mitel manufacturer supported version(Ni)**- to qualify for Software Assurance and vendor support. Marco support will be at Marco's discretion if Customer does not remain on a manufacturer supported version. ** N-1 means the current release of software or 1 version behind.Versions older than N-1 are supported at Marco's discretion only. • Handset Training—Access to Web based training via manufacturer site. *All Marco Managed Voice contracts require remote access and full administrative rights.Onsite service will be billable at Marco standard service rates for an issue that could be resolved remotely. IN UL I.UVCI CU • Overtime Labor -Unless option B(24x7 coverage)is selected below,labor outside of the PPM will be billable at Marco standard service rates. • MAC On-Site Labor-If on-site labor is required or specifically requested by Customer for Moves,Adds or Changes, services will be billed at Marco standard service rates. • Equipment and Labor Costs for Hardware Upgrades • Facility Changes-Any adjustments to the system necessitated by building or furniture changes. • Acts of God or Abuse-Repairs necessitated by Acts of God such as lightning,water damage,fire,any other cause beyond Marco's reasonable control,Customer misuse,and any other damage caused by other than normal use. • Virus or SPAM-Any Virus or SPAM attack damage is not included in this Agreement. • Licensing or Patching of Operating System/Protection Software-The Customer is responsible for keeping any PC/Server operating system licenses or patches current,as well as any protective Antivirus,Antimalware or Anti-Spam software current. • UPS-Customer UPS may be tested for functionality,however it is the responsibility of the Customer to repair or replace batteries or UPS as required. • Telco-Local and long distance line problems will be identified to the source.Carrier resolution will be the Customer or Customer's agent responsibility.Billable charges may incur if the Carrier is found to be responsible for the outage,quality issues, or any other incident. • QoS—Configuration,troubleshooting or assurance of QoS on Customer or vendor owned network equipment is not included in this Agreement. • Wireless—Wireless handsets&wireless infrastructure(access points,controllers,etc.)are not included in this Agreement. • Misc—Analog phones,Analog cordless phones, Non-manufacture headsets,Amplified handsets, Paging software or hardware, Card Access equipment, or expendable items such as Batteries,Line&Handset cords are not covered under this Agreement. • Servers and Infrastructure Networking Equipment,Switches,Routers and Other Devices-that share or have voice services are not included in this Agreement. • End User/Client Applications-are not included in this Agreement. Simple. 800.847.3098 Secure. MARCONET.COM better. 4 marco SCHEDULE A-SCHEDULE OF PRODUCTS TO PRODUCT AGREEMENT(S) • Fax Software and/or Hardware,Paging Software and/or Hardware—is not included in this Agreement. • Alarm Notifications—are not included in this Agreement. However,if alarm notifications are configured and identified by Customer,Customer may contact Marco for review and remediation under this Agreement. • Security Vulnerabilities—Marco is not responsible for issues arising from known or unknown security vulnerabilities on Customer's voice system,or network systems integrated with the voice system.This includes telephone system fraud or toll fraud,which is the unauthorized use of your phone lines to make long distance calls that are charged to you.Toll fraud is an illegal activity similar to computer hacking and is an industry-wide concern.You are responsible for taking action to prevent toll fraud. • Backups—Marco is not responsible for managing scheduled backups of Customer's voice system(s)covered under this Agreement. *All Marco Managed Voice contracts require remote access and full administrative rights.Onsite service will be billable at Marco standard service rates for an issue that could be resolved remotely. Simple. 800.847.3098 Secure. MARCONET.COM better. 5 marco SCHEDULE A-SCHEDULE OF PRODUCTS TO PRODUCT AGREEMENT(S) Payment Options Description Payments Interval Amount Annual Payments 24-Months-Annual Payments 2 I Annual $17,437.93 Summary of Selected Payment Options Description Amount Annual Payments:24-Months-Annual Payments Selected Recurring Payment $17,437.93 Simple. 800.847.3098 Secure. MARCONET.COM better. 6 marco SCHEDULE A-SCHEDULE OF PRODUCTS TO PRODUCT AGREEMENT(S) Approval • Client represents that it has reviewed and agrees to be legally bound by this Schedule of Products. • Client represents that it has reviewed and agrees to be legally bound by the Relationship Agreement, any Product Agreement(s) referred to herein, and applicable policy(ies) ("Terms and Conditions")which are located at www.marconet.com/legal for the Products it is obtaining as identified in this Schedule of Products. If the parties have negotiated changes to the Terms and Conditions that have been reduced to writing and signed by both parties, the modified version(s) of such Terms and Conditions, that have not expired or been terminated, shall replace the online version(s). • Client agrees to use electronic signatures, electronic communications, and electronic records to transact business under the above documents. • The pricing above does not include taxes. Taxes,fees and surcharges shall be paid by Client and will be shown on invoices to Client. • Payments made via credit card are subject to a 3% surcharge. • A $30 fee will be assessed for any returned payment Marco Technologies, LLC CITY OF APPLE VALLEY Signature: Prepared for: NATHAN BANG Name: Title: Signature: Date: Signed by: Title: Date: PO Number: Email Address: Simple. 800.847.3098 Secure. MARCONET.COM better. 7 • ITEM: 4.P. • •• ••• ••• COUNCIL MEETING DATE: January25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Change Order No. 14 for Apple Valley Fire Station#2 and Improvements to #1 & #3 Staff Contact: Department/ Division: Charles Grawe, Assistant City Administrator Administration/ Information Technologies ACTION REQUESTED: Approve Change Order No. 14 for Apple Valley Fire Station #2 and Improvements to #1 & #3 to various contractors in various amounts, and authorize the Mayor and City Clerk to sign contract documents. SUMMARY: The Apple Valley Fire Station#2 and Improvements to #1 & #3 project is using construction management services. As a result, the bid specification created 29 separate bid categories and 29 separate contracts. In addition, the City has a construction management contract with Terra. Attached is a proposal for Change Order No. 14 to the project contracts. The change order covers two issues summarized below. These issues result in changes to five of the contracts. The resulting changes to each contract are line itemized on the attached summary sheet. The total budget impact for the entire change is an addition of$9,009.16. The changes to the individual contract sums prior to the approval of the change and after the approval of the change order are detailed on the attached summary sheet. The project is under budget. Due to timing and scheduling, staff may grant prior approval of some of these items to keep the project moving on schedule. If prior staff approval is given, an explanation will be noted with the issue description. BACKGROUND: Item 1: Fire Station 2 Substitute Crushed Aggregate for Sand in Bays. You may recall that the City used aggregate piers to mitigate poor soil conditions on the site. As part of that system, crushed aggregate should be used as the support layer under very large spans of weight-bearing concrete found in the bays, rather than finer sand that is typically used as a base under concrete. This item covers the additional cost for an aggregate base in the garage bays with a credit for the sand which it replaced. As work on this issue was occurring this week, staff granted approval to proceed with this item to keep the project moving on schedule. Item 2: Fire Station 2 Contract Adjustments for Elevator Rough Opening. The elevator equipment fits precisely within a block elevator shaft, built to the elevator contractor's specifications early in the project. After the shaft was built, the elevator contractor changed the model of part of the elevator equipment, which requires a slightly different configuration of the interior of the elevator shaft. This is a no-cost-to-the-City adjustment to the contracts for the masons to make the necessary modifications to the shaft at the expense of the elevator contractor. BUDGET IMPACT: The total budget impact for the entire change is an addition of $9,009.16. See the attached summary for the list of cost changes by issue and by contract. ATTACHMENTS: Change Order Document(s) Apple Valley Fire Station #2 & Improvements to #1 & #3 Change Order Budget Impact Summary Sheet Change Order Number: 14 Council Meeting Date: 25-Jan-24 Costs by Construction Issue Prior Staff Item(s) Change Amount Summary Approval? 1 Addition $ 9,009.16 FS 2 Substitute crushed aggregate for sand in bays yes 2 No Cost $ - FS 2 contract adjustments for elevator rough opening no Total Cost Changes $ 9,009.16 Costs by Contract Contract Change Information Costs by Contract Contractor Previous Amount Change New Amount CO# 4A Masonry T.C.R. Enterprises, Inc. $ 1,705,758.80 $ 9,631.60 $ 1,715,390.40 6 5A Steel (Supply& Install) Red Cedar Steel Erectors, Inc. $ 1,175,805.30 $ 253.00 $ 1,176,058.30 5 14A Elevator Schindler Elevator Corporation $ 126,400.00 $ (9,884.60) $ 116,515.40 1 31A Building Demolition & Park Construction Company $ 743,884.43 $ 8,876.02 $ 752,760.45 4 Earthwork Const. Man. Fee Terra General Contractors LLC $ 205,887.02 $ 133.14 $ 206,020.16 14 Const. Man. Bill. Hours Terra General Contractors LLC $ 2,593.76 $ - $ 2,593.76 14 Total Cost Changes $ 9,009.16 :•• ITEM: 4.Q. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Acceptance and Final Payment on Agreement with Gemini 26, Inc., d/b/a Bauernfeind Goedtel for Fire Station 3 Apparatus Bay Heat Replacement Staff Contact: Department/ Division: Matt Nelson, Fire Chief Fire Department ACTION REQUESTED: Approve acceptance and final payment on agreement with Gemini 26, Inc., d/b/a Bauernfeind Goedtel for the Fire Station 3 Apparatus Bay Heat Replacement project, in the amount of $18,850.00, for an agreement total of$18,850.00 SUMMARY: Gemini 26, Inc. d/b/a Bauemfeind Goedtel has satisfactorily completed replacing the heaters in the apparatus bays at Fire Station 3. It is the Fire Department's recommendation that City Council approve final payment to Gemini 26, Inc. d/b/a Bauernfeind Goedtel for their work. BACKGROUND: On November 21, 2023, City Council approved agreement with Gemini 26, Inc., d/b/a Bauemfeind Goedtel for the Fire Station 3 Apparatus Bay Heat Replacement project. BUDGET IMPACT: Funding for the Fire Station 3 Apparatus Bay Heat Replacement project is coming from the Fire Facilities Fund. ATTACHMENTS: Final Pay Documents Final Pay Documents City of Apple Valley CITY OF APPLE VALLEY APPLICATION FOR PAYMENT DATE: 1-5-2024 FOR PERIOD: PROJECT: AVFS #3 Tuhe Heater. FROM: TO: CONTRACTOR:Gemini 26 Inc. ,dba Bauernfeind Goc.iCcl REQUEST FOR PAYMENT NO. 1 ADDRESS: 15760 Acorn Trail, Suite 2 Faribault, MN 55021 SUMMARY: 1, Original Contract Amount $ 18, 850 . 00 2. Change Order-ADDITION • $ 3. Change Order - DEDUCTION $ 4. Revised Contract Amount $ 18, 850 . 00 5. Total Completed and Stored to Date $ 6. Less Retainage % $ 7. Total Earned Less Retainage $ 8. Less Amount Paid Previously $ 9. AMOUNT DUE THIS CURRENT REQUEST $ 18, 850 . 00 The undersigned Contractor certifies that to the best of his!knowledge, information and belief, the work covered by.this application for payment has been)completed in accordance with the contract documents, that all amounts have been paid by him for work for which previous payments were received from the City and that current payment shown herein is now due. Contractor. Gemini 26 Inc . , dba Bauernfeind Goedtel By: Theron Kruger Recommended for Payment By: M�'� <' fs�'� ATTACH ITEMIZED INVOICE Title: J .f e- _ (A e F Date: 1 e I BA UERNFEI ND OEDTEL ****ORIGINAL INVOICE**** 15760 Acorn Trail, Suite 2 Invoice ID 98346 Faribault, Minnesota 55021 Invoice Date 01-05-2024 Phone(507)334-7951 Customer ID 965 Fax(507)334-8790 PO Number Attn:MattNelson To: Job Location: City of Apple Valley City of AVFS#3 Tube Heaters 7100 West 147th Street Apple Valley, MN 55124 Item Description 1 Week Ending 12-31-2023 2 #Tube Heaters 18,850.00 Amount Billed $18,850.00 Total Tax Retainage Held DATE DUE: 01-19-2024 AMOUNT DUE: $18,850.00 SHEET METAL • ROOFING • AIR CONDITIONING Equal Opportunity Employer •••• ITEM: 4.R. •••• •... Apple COUNCIL MEETING DATE: January 25, 2024 Valley SECTION: Consent Agenda Description: Approve Acceptance and Final Payment on Agreement with McNamara Contracting, Inc., for Project 2023-107, 157th Street W. and Hayes Road Street Improvements Staff Contact: Department/ Division: Brandon Anderson, City Engineer Engineering Division ACTION REQUESTED: Approve final payment on agreement with McNamara Contracting, Inc., in the amount of $248,490.11 and accepting Project 2023-107 as complete and authorizing final payment in the amount of$248,490.11 for an agreement total of$1,768,555.30. SUMMARY: Attached please find the final payment for Project 2023-107, 157th Street W. and Hayes Road Street Improvements. All public improvements associated with the project are complete and in acceptable condition to become public infrastructure of the City. This final payment of $248,490.11 will close the agreement with McNamara Contracting, Inc., and result in a total construction cost of$1,768,555.30. BACKGROUND: On April 27, 2023, City Council adopted Resolution Number 2023-67 awarding agreement to Project 2023-107, 157th St. W. and Hayes Road Street Improvements. On March 9, 2023, City Council adopted Resolution Number 2023-47 approving plans and specifications and directing receipt of sealed bids for Project 2023-107, 157th St. W. and Hayes Road Street Improvements. On September 8, 2022, City Council adopted Resolution Number 2022-122 directing the preparation of plans and specifications for Project 2023-107, 157th St. W. and Hayes Road Street Improvements. BUDGET IMPACT: Final cost breakdown and funding for the project is summarized below. Estimated Project Costs: Awarded Costs Final Cost Construction Cost $ 1,752,868.30 $ 1,768,555.30 Change Order No. 1 19,470.00 Construction Contingency (10%) 298,953.70 Engineering Design& Inspection, Testing, Survey 373,058.00 316,780.00 Total Estimated Cost $ 2,424,880.00 $ 2,104,805.30 Estimated Project Funding: Minininal State Aid (MS Al Fnndina S 7 'AAA RR(1 (1(1 S 7 (1514 11 A (lh Natural Resources (Tree Removals) 19,470.00 Water Utility Fund 25,000.00 26,016.24 Total Estimated Funding $ 2,424,880.00 $ 2,104,805.30 ATTACHMENTS: Final Pay Documents PAYMENT VOUCHER NO.4 and Final 2023-157th St W AND HAYES RD STREET IMROVEMENTS CITY PROJECT NO.2023-107 For Period:9/1/2023 Through 12114/2023 OWNER: CONTRACTOR: City of Apple Valley Contractor Name McNamara Contracting,Inc. 7100 147th Street West Contractor Address 16700 Chippendale Ave Apple Valley,MN 55124 City,State,Zip Rosemount,MN 55068 Telephone No. 651-322-5500 Amount of Contract: $1,752,868.30 Change Order No. 1 $19,470.00 Total Amount $1,772,338.30 Contract Value Less Amount of Work 0% Less Net Account Per Resolution Certified Percent Previous Amount Number 2023-67 To Date Retained Payments Due Watermain 2027-6810-2023107W $ 14,236.00 $ 26,016.24 $ $ 22,577.93 $ 3,438.31 Storm Sewer Utility 2027-6810-2023107D $ 63,185.00 $ 07,390.00 $ $ 56,895.50 $ 10,494.50 Road Improvement Fund 2027-6810-2023107R $ 1,875,447.30 $ 1,655,679.06 $ $ 1,440,591.80 $ 215,087.30 Change Order No.1 1520-6249-2023107R $ 19,470.00 $ 19,470.00 $ 19.470.00 Subtotal $ 1,772,338.30 $ 1,788,555.30 $ $ 1,520,065.23 $248,490.11 Total $1,772,338.30 $1,708,555.30 $0.00 81,520,085.23 $248,490.11 Date: bl I(91 Z1 City ngineer Date: I— Ito-24 1 Y a /)t Public Works Director • o••••• Owner:City of Apple Valley,7100 W.147th St,Apple Valley,MN 55124 Date: January 9,2024 For Period: 9/1/2023-12/14/2023 Request No: 4&FINAL Apple IIe Y Contractor: McNamara Contracting,inc.,16700 Chippendale Ave,Rosemount,MN 55068 VaCONTRACTOR'S REQUEST FOR PAYMENT 2023 157th Street West&Hayes Road Street Improvements City Project File No. 2023-107 SUMMARY 1 Original Contract Amount $ $1,752,868.30 2 Change Order-Addition $ $19,470.00 3 Change Order-Deduction $ 0.00 4 Revised Contract Amount $ $1,772,338.30 5 Value Completed to Date $ $1,768,555.30 6 Material on Hand $ $0.00 7 Amount Earned $ $1,768,555.30 8 Less Retainage 0% $ $0,00 9 Subtotal $ $1,768,555.30 10 Less Amount Paid Previously $ $1,520,065.19 11 Liquidated damages- $ $0.00 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 4&FINAL $ $248,490.11 Approved by Contractor: Approved by Owner: McNamara .ontracti g, // C t PLE VALLEY ififitil . 4 / / / f BR• DON ANDERSON,CITY ENGINEER 11 Date Date Clint Hooppaw,Mayor Date Attest:Pamela J.Gackstetter,City Clerk Specified Contract Completion Date: November 17,2023 Date 2023-107 IRA 4 and Final Contract Unit Prevloue Current Quantity Amount EaL No. Item Unit Quantity Milt Price Quantity Quantity To Date To Dale BASE BID PART 1-WATER MAIN 1 REMOVE WATER MAIN LF $50.00 4,00 0.00 4,00 $ 200.00 2 CONNECT TO EXISTING WATER MAIN EA 2 $2,000,00 2,00 1.13 3.13 $ 6,250.00 3 12"GATE VALVE&BOX EA 1 $8,500.00 1.00 0.00 1 00 S 8,500.00 12"WATER MAIN DUCTILE IRON CL 52,INCL V- 4 BID LF 4 $160.00 4.00 0.00 4,00 $ 640.00 S DUCTILE IRON FITTINGS III 56 $1600 651 64 0.00 651 64 S 10,426.24 TOTAL PART 1-WATER MAIN S 26,016.24 PART 2-STORM SEWER 6 REMOVE DRAINAGE STRUCTURE EA I $2,000.00 1.00 0.00 1.00 $ 2,000.00 7 REMOVE CASTING EA 9 $100.00 0.00 0,00 0,00 $ - 8 REMOVE SEWER PIPE(STORM) LF 44 $35.00 44.00 0,00 44,00 $ 1,540,00 9 12"RC PIPE SEWER DESIGN 3006 CLASS V LF 31 $115 00 32,00 0.00 32,00 $ 3,680.00 10 15"RC PIPE SEWER DESIGN 3006 CLASS V LF 74 S120.00 154,00 0.00 154.00 $ 18,480.00 II CASTING ASSEMBLY EA 14 51,50000 3.00 5,00 8.00 $ 12,000.00 12 CONNECT INTO EXISTING DRAINAGE STRUCTURE EA 4 $1,600.00 5 00 0,00 5.00 $ 8,000.00 CONSTRUCT DRAINAGE STRUCTURE DESIGN 2'X 13 3' _ I F 21 S900.00 24.10 0.00 24.10 $ 21,690.00 TOTAL PART 2-STORM SEWER S 67,390,00 PART 3-STREETS 14 AS BUILT LS 1 $1,600.00 0,00 100 1,00 S 1,600.00 15 MOBILIZATION LS 1 $86,000.00 1,00 0,00 1.00 S 86,000,00 16 CLEARING EA 20 $510.00 18,00 0,00 18.00 S 9,180.00 17 GRUBBING EA 20 $160.00 16.00 2,00 18.00 $ 2,880,00 18 REMOVE SIGN EA 9 $26,00 9.00 0,00 9.00 $ 234.00 19 REMOVE SIGN PANEL EA 2 S26 00 2.00 1.00 3.00 S 78.00 20 SALVAGE SIGN PANEL EA I $26.00 I,00 000 1.0D $ 26.00 21 REMOVE CURB AND GUTTER LF 3,206 $13.00 2738.65 467.35 3206.00 $ 41,678.00 22 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 122 $20.00 149,80 0,00 149.80 $ 2,996.00 23 REMOVE CONCRETE PAVEMENT SY 103 $20,00 79,70 23.30 103.00 S 2,060.00 24 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 167 $20.00 197.80 0,00 197.80 $ 3,956.00 25 REMOVE BITUMINOUS WALK SF 1,235 $2.25 1484,00 0.00 1484.00 $ 3,339.00 26 REMOVE CONCRETE WALK SF 14,854 $2.25 8971.70 588230 14854.00 $ 33,421.50 27 SALVAGE&REINSTALL MAILBOXES 1S I $15,000,00 0.75 0 25 1.00 $ 15,000.00 28 REMOVE AND REPLACE BITUMINOUS PAVEMENT SF 1,040 $8.00 2310.50 263,93 2574.43 $ 20,595.44 29 EXCAVATION-COMMON CY 746 $25.00 684.00 62.00 746,00 $ 18,650.00 2023•107mA 4Ana Mal Contract Unit Previous Current Quantity Amount Eat. No. Item Unit Quantity Unit Price Quantity Quantity To Date To Date 30 GEOTEXTILE FABRIC TYPE 5 SY 6,711 $1.00 0.00 6711.00 6711 00 $ 6,711.00 31 STREET SWEEPER(WITH PICKUP BROOM) HR 20 $125.00 23.50 3.00 26.50 S 3,312.50 32 AGGREGATE BASE CLASS 5 TN 3,064 $10.00 1328,14 769.80 2097.94 $ 20,979.40 33 MILL BITUMINOUS SURFACE(5.0") SY 33,556 $3.50 33931.00 0,00 33931,00 $ 118,758.50 34 TYPE SP 9.5 WEARING COURSE MIX(2,B) TN 24 $250.00 18,80 5.20 24.00 $ 6,000.00 35 TYPE SP 9,5 WEARING COURSE MIX(3,C) TN 4,168 575.00 3922,31 245.69 4168.00 S 312,600,00 36 TYPE SP 9,5 NON WEAR COURSE MIX(3,C) TN 6,247 $75.00 5729.93 0.00 5729.93 $ 429,744,75 37 ADJUST GATE VALVE EA 8 $1,100.00 11.00 0.00 II 00 $ 12,100.00 38 ADJUST FRAME@ RING CASTING EA 35 $1,100.00 42,00 0,00 42.00 $ 46,200.00 39 5"CONCRETE WALK SF 13,191 $9.00 7005.50 -490.00 6515 50 S 58,639.50 40 6"CONCRETE WALK SF 2,503 $15.00 3479.75 819.25 4299.00 $ 64,485.00 41 3"BITUMINOUS WALK SF 1.116 SC,0:1 132a.00 000 132.1 01, S 1944 u0 DRILJ.&GROUT REINFORCEMENT BAR(EPDXY 42 COATED) EA 281 $10.00 296.00 0,00 296.00 $ 2,960,00 43 5"CONCRETE DRIVEWAY PAVEMENT SY 135 $80,00 272.90 0.00 272,90 $ 21,832,00 44 CONCRETE CURB&GUTTER LF 3,010 S23.00 2639.00 182.33 2821.33 $ 64,890.59 45 CONCRETE VALLEY GUTTER SY 115 $122 00 137.88 0.00 137.88 $ 16,821.09 46 TRUNCATED DOMES SF 460 $50.00 537.50 19.50 557,00 $ 27,850.00 47 CONCRETE PAVERS SF 90 $29.00 99.00 0.00 99.00 $ 2,87100 48 ALTERNATE PEDESTRIAN ROUTE IS 1 $2,800.00 0.00 1.00 1.00 $ 2,800.013 49 TRAFFIC CONTROL LS 1 $43,500.00 0.75 0,25 1,00 $ 43,500,00 50 PORTABLE CHANGEABLE MESSAGE SIGN UNIT DAY 112 $80 00 48,00 8.00 56.00 $ 4,480.00 51 CONSTRUCTION SIGN SPECIAL SF 20 $55.00 0.00 0.00 0.00 $ 52 INSTALL SIGN EA 1 . $105.00 1 00 0.00 1.00 S 105 00 53 DELINEATOR MARKER EA I $160.00 1.00 0.00 1.00 $ 160.00 54 SIGN SF 128 $55,00 156.16 0.00 156.16 $ 8,588.80 55 SIGN PANEL SF 9 $55.00 8.25 0.00 8.25 $ 453 75 56 ADJUST HANDHOLE EA 1 $425.00 0.00 1.00 1 00 $ 425.00 57 RIGID PVC LOOP DETECTOR 6'X6' EA 6 $1,200.00 6.00 0.00 6.00 $ 7,200.00 58 REVISE SIGNAL SYSTEM A EA I $40,000.00 0.75 0.25 1.00 S 40,000.00 59 STORM DRAIN INLET PROTECTION EA 21 $175.00 21.00 0.00 21 00 $ 3,675.00 60 SEDIMENT CONTROL LOG TYPE WOOD FIBER LF 158 $3.00 0.00 0 00 0.00 S . 61 COMMON TOPSOIL BORROW CY 85 $65.00 200.00 180.00 380.00 S 24,760,00 62 RAPID STABILIZATION METHOD 2 AC 0 $6,000.00 0 23 0.24 0.47 $ 2,820 00 63 SITE RESTORATION SF 23,343 5.0.65 23028.25 10719.00 33747.25 5 21,935,71 64 4"SOLID LINE PAINT(WR) LF 25,622 S0.40 9106 50 17991 50 27098.00 $ 10,83920 65 4"DOUBLE SOLID LINE PAINT(WR) LF 13,038 50.75 4827.00 8446.00 13273.00 $ 9,954,75 66 24"SOLID LINE PAINT(WR) LF 1,156 $3.25 184.00 287,50 471.50 $ 1,53238 67 PAVEMENT MESSAGE PAINT SF 62 $400 31.00 31,00 62.00 $ 248.00 2023.107 20 I old PM Cootnct Milt Previous Current Quantity Amount Est. No. Item Uolt Quantity Unit Price Quantity Quantity To Date To Data 68 CROSSWALK PAINT SF 3,168 SI 85 147600 I69600 317200 S 5,86F', TOTAL PART 3-STREETS $ 1,655,679.06 PART I-WATER MAIN $ 26,016.24 PART 2-STORM SEWER $ 67,390.00 PART 3-STREETS S 1,655,679 06 CHANGE ORDER 1 i MOBILIZATION LS I $4,770.00 0.00 1.00 1,00 $ 4,770.00 2 CLEARING EACH 20 $585.00 0.00 20,00 20.00 $ 11,700.00 3 GRUBBING EACH 20 $150.00 0.00 20.00 20.00 $ 3,000,00 CHANGE ORDER I TOTAL $ 19,470.00 TOTAL BASE BID $ 1,749,08530 CHANGE ORDER+TOTAL BASE BID $ 1,768,555.30 20/3.107 aN4 aWgrl PROJECT PAYMENT STATUS OWNER CITY OF APPLE VALLEY City Project File No. 2023-107 0 CONTRACTOR McNamara Contracting,Inc. CHANGE ORDERS No. Date Description Amount 1 8/31/2023 Clear&Grub trees along 157th Street $19,470.00 Total Change Orders PAYMENT SUMMARY No. From To Payment Retainage Completed 1 $397,564.10 $20,924.43 $418,488.53 2 $638,433.44 $54,526.19 $1,090,523.73 3 $484,067.65 $80,003.43 $1,600,068.62 4 $248,490.11 $0.00 $1,768,555.30 Material on Hand $0.00 Total Payment to Date $1,768,555.30 Original Contract $1,752,868.30 Retainage Pay No. 4&FINAL 0.00 Change Orders $19,470.00 Total Amount Earned $1,768,555.30 Revised Contract $1,772,338.30 2023-107 IRA 4 and Final • ITEM: 4.S. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Personnel Report Staff Contact: Department/ Division: Melissa Haas, Human Resources Manager Human Resources Division ACTION REQUESTED: Approve the personnel report. SUMMARY: The employment actions attached to this memo are recommended for City Council approval. BACKGROUND: The City Council's approval of the Personnel Report includes the ratification of the City Administrator's actions in carrying out the terms and conditions of the employment of the City personnel. BUDGET IMPACT: Budgeted positions. ATTACHMENTS: Personnel Report PERSONNEL REPORT City of Apple Valley January 25,2024 Human Resources EMPLOYMENT ACTIONS The following employment actions are recommended for City Council approval: First Last Base Pay Pay Pay Date Name Name Action Position Status Dept. Rate Type Scale (on or about) Casual, Ryan Egan Hire Facility Attendant Seasonal 1800 $ 13.90 Hourly C-01 1/16/2024 Casual, Liam Hagen Hire Facility Attendant Seasonal 1800 $ 13.90 Hourly C-01 1/16/2024 Casual, Cole Papenhausen Hire Facility Attendant Seasonal 1800 $ 14.60 Hourly C-01 1/16/2024 Full-Time, Kailey Ritacco Promotion Police Records Technician Regular 1200 $ 28.88 Hourly 130 1/29/2024 Accept Paid on Call Steve Schendel Resignation Firefighter Volunteer 1300 1/12/2024 Casual, Sophie Stanczak Rehire Facility Attendant Seasonal 1800 $ 15.70 Hourly C-01 1/16/2024 Casual, Todd Stellick Rehire Seasonal Maintenance I Seasonal 1530 $ 19.05 Hourly SMI 1/16/2024 Casual, Steven Wall Rehire Sales Clerk Variable Hour 5020 $ 15.50 Hourly L-1 1/9/2024 Casual, McKenzie White Rehire Facility Attendant Seasonal 1800 $ 15.70 Hourly C-01 1/16/2024 The Council's approval of the Personnel Report includes the ratification of the City Administrator's actions in carrying out the terms and conditions of the employment of the City personnel. Page 1 of 1 • ITEM: 4.T. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Consent Agenda Description: Approve Claims and Bills Staff Contact: Department/ Division: Ron Hedberg, Finance Director Finance Department ACTION REQUESTED: Approve claims and bills. SUMMARY: Attached for City Council review and approval are check registers for recent claims and bills. BACKGROUND: N/A BUDGET IMPACT: Check registers dated January 3, 2024, and January 10, 2024, in the amounts of$473,891.03, and $1,873,949.81, respectively. ATTACHMENTS: Claims and Bills Claims and Bills R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 1 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30658 12/29/2023 131088 EBERT COMPANIES 20,542.80 FIRE STN RECONFIG-PMT#8 456114 20230930 4422.6810 2021170G CONSTRUCTION IN PROGRESS '21 FACILITIES CIP 20,542.80 30659 1/5/2024 100101 ACE HARDWARE 6.09- DISCOUNT 456120 101310986681 1330.6333 GENERAL-CASH DISCOUNTS FIRE OPERATIONS 60,97 CO ALARM/GARBAGE BAGS 456120 101310986681 1330.6229 GENERAL SUPPLIES FIRE OPERATIONS 5.69- DISCOUNT 456490 101350986821 1540.6333 GENERAL-CASH DISCOUNTS CMF BUILDINGS&GROUNDS MNTC 56.94 TOILET PLUNGERS 456490 101350986821 1540.6229 GENERAL SUPPLIES CMF BUILDINGS&GROUNDS MNTC 6,76- DISCOUNT 456118 101360986441 1900.6333 GENERAL-CASH DISCOUNTS AV COMMUNITY CENTER 67.69 AVCC HOSE CLAMPS,OTHER 456118 101360986441 1900.6229 GENERAL SUPPLIES AV COMMUNITY CENTER 3.88- DISCOUNT 456119 101360986511 1900.6333 GENERAL-CASH DISCOUNTS ' AV COMMUNITY CENTER 38.87 AVCC HOSE CLAMPS 456119 101360986511 1900.6229 GENERAL SUPPLIES AV COMMUNITY CENTER 1.49- DISCOUNT 456489 101390986611 1680.6333 GENERAL-CASH DISCOUNTS TRAFFIC SIGNS/SIGNALS/MARKER: 14.99 MARKERS FOR FIRE DEPT.LOT 456489 101390986611 1680.6229 GENERAL SUPPLIES TRAFFIC SIGNS/SIGNALS/MARKER: 2.09- DISCOUNT 456115 101400985731 5325.6333 GENERAL-CASH DISCOUNTS WATER TREATMENT FCLTY MNTC/F 20.97 WATER TREATMENT PLANT PROJECT 456115 101400985731 5325.6229 GENERAL SUPPLIES WATER TREATMENT FCLTY MNTC/R 1.31- DISCOUNT 456116 101400986031 5330.6333 GENERAL-CASH DISCOUNTS WTR MAIN/HYDRANT/CURB STOP N 13.16 IRRIGATION LINE REMOVAL 456116 101400986031 5330.6229 GENERAL SUPPLIES WTR MAIN/HYDRANT/CURB STOP N 6.79- DISCOUNT 456117 101400986391 5330.6333 GENERAL-CASH DISCOUNTS WTR MAIN/HYDRANT/CURB STOP N 67.95 HYDRANT LUBE PROJECT 456117 101400986391 5330.6211 SMALL TOOLS&EQUIPMENT WTR MAIN/HYDRANT/CURB STOP N 307.44 30660 1/5/2024 100389 ALPHAGRAPHICS 61.88 SIGN AND RELEASE WARRANTS 456296 126320 1200.6239 PRINTING POLICE MANAGEMENT 61.88 30661 1/5/2024 144685 AM CRAFT SPIRITS INC 65.70 LIQ#3 00051504 456179 18073 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 153.97 NTAX#1 00051504 456177 18161 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 3.00 FREIGHT#1 00051504 456178 18161 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 222.67 30662 1/5/2024 153995 AMAZON CAPITAL SERVICES 35.90 LO REG FEE PURCHASE 456168 13RMJ4D66DYN 1875.6229 GENERAL SUPPLIES REC PRESCHOOL PROGRAMS 35.00 FRAME 456176 1GR7LXJP9TRL 2230.6229 GENERAL SUPPLIES GOLF SHOP BUILDING MAINTENANi 63,46 FILTERS 456176 1GR7LXJP9TRL 2240.6229 GENERAL SUPPLIES GOLF EQUIPMENT MAINTENANCE 34.98 ELVIN COVER FOR IPAD 456130 1K6V4G9VJYJV 1300.6229 GENERAL SUPPLIES FIRE MANAGEMENT 19.98 LANYARDS-ISD 196 BADGES 456332 1K77YDGMNRYH 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 189.32 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 2 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30663 1/5/2024 101559 BARR ENGINEERING COMPANY Continued... 17,200.00 ARBY'S FEASIBILITY 456285 23191495006 5505.6235 2023134D CONSULTANT SERVICES STORM DRAIN MNTC/RPR/SUMPS 17,500,00 WHITNEY FEASIBILITY STUDY 456283 23191496006 5542.6235 2023135D CONSULTANT SERVICES 2022A STORMWATER BOND CONS E 34,700.00 30664 1/5/2024 100054 BAUER BUILT INC 617.80 SQUAD TIRES 456281 180298250 1210.6216 VEHICLES-TIRES/BATTERIES POLICE FIELD OPERATIONS/PATRO 232.00 WHEEL#4984 456472 180298406 1350.6215 EQUIPMENT-PARTS FIRE VEHICLE MAINTENANCE 849.80 30665 1/5/2024 100058 BELLBOY CORPORATION 103.80 LIQ#3 00004928 456196 107749900 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 361.25 TAX#1 00004928 456180 107755000 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 175.40 NTAX#1 00004928 456181 107755000 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 20.10 NTAX#2 00004928 456188 107758400 5055.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 80.10 NTAX#3 00004928 456201 107793800 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 167.25 TAX#3 00004928 456202 107795400 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 42.10 NTAX#3 00004928 456203 107795400 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 385.80 LIQ#3 00004928 456207 107817600 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 46.00 TAX#3 00004928 456208 107817600 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 20.10 NTAX#3 00004928 456209 107817600 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 624.75 LIQ#1 00004928 456182 201927400 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 239.95 NTAX#1 00004928 456183 201927400 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 14.00 FREIGHT#1 00004928 456184 201927400 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 363.00 LIQ#3 00004928 456194 201927500 5085,6510 LIQUOR LIQUOR#3 STOCK PURCHASES 8.00 FREIGHT#3 00004928 456195 201927500 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 210.85 LIQ#2 00004928 456189 201943400 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 92.57 CBD#2 00004928 456190 201943400 5055.6515 THC/CBD LIQUOR#2 STOCK PURCHASES 6.00 FREIGHT#2 00004928 456191 201943400 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 998.50 LIQ#3 00004928 456197 202035500 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 99.00 TAX#3 00004928 456198 202035500 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 344.00 NTAX#3 00004928 456199 202035500 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 26.00 FREIGHT#3 00004928 456200 202035500 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 348.00 LIQ#2 00004928 456192 202040000 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 6.00 FREIGHT#2 00004928 456193 202040000 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 911.85 LIQ#1 00004928 456185 202104400 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 109,00 LIQ#3 00004928 456186 202104400 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 20.00 FREIGHT#1 00004928 456187 202104400 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,275.09 LIQ#3 00004928 456204 202105000 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 172.00 NTAX#3 00004928 456205 202105000 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 23.00 FREIGHT#3 00004928 456206 202105000 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 3 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30665 1/5/2024 100058 BELLBOY CORPORATION Continued... 7,293.46 30666 1/5/2024 142897 BOLTON&MENK,INC. 10,682.00 EASEMENT DESCRIPTIONS 456311 326873 4752.6235 2022111E CONSULTANT SERVICES ELECTRIC FRANCHSE 720.00 PRELIMINARY SURVEY 456312 326874 2027.6810 2024107R CONSTRUCTION IN PROGRESS ROAD ESCROW 382.00 RECORD PLAN GIS 456157 326875 2027.6235 2021101R CONSULTANT SERVICES ROAD ESCROW 264.50 GIS SUPPORT 456158 326876 1510.6235 CONSULTANT SERVICES PW ENGINEERING&TECHNICAL 1,542.50 RECORD PLAN GIS 456313 326877 2027.6235 2023101R CONSULTANT SERVICES ROAD ESCROW 181.00 RECORD PLAN GIS 456159 326878 2027.6235 2023105R CONSULTANT SERVICES ROAD ESCROW 10,129.00 PRELIMINARY SURVEY 456314 326879 2027.6235 2024105R CONSULTANT SERVICES ROAD ESCROW 160.00 PRELIMINARY SURVEY 456160 326880 5505.6235 2024102G CONSULTANT SERVICES STORM DRAIN MNTC/RPR/SUMPS 6,780.00 FEASIBILITY STUDY 456316 326881 2027.6235 2023108R CONSULTANT SERVICES ROAD ESCROW 1,012.00 CONSTRUCTION ADMIN 456317 326882 4502.6235 2021118G CONSULTANT SERVICES IMPROVEMENTS-ASSESSED 2,581.00 FINAL DESIGN 456318 326883 4422.6235 2021154G CONSULTANT SERVICES '21 FACILITIES CIP 160.00 CONSTRUCTION ADMIN 456163 326886 4502.6235 2023163G CONSULTANT SERVICES IMPROVEMENTS-ASSESSED 4,677.50 CONSTRUCTION ADMIN 456319 326887 4502.6235 2021155G CONSULTANT SERVICES IMPROVEMENTS-ASSESSED 155.00 CAD SUPPORT 456164 326888 1510.6235 CONSULTANT SERVICES PW ENGINEERING&TECHNICAL 1,120.00 FINAL DESIGN 456320 326890 4422.6235 2021172G CONSULTANT SERVICES '21 FACILITIES CIP 24,422.00 PRELIMINARY SURVEY 456321 326891 2027.6235 2024104R CONSULTANT SERVICES ROAD ESCROW 3,644.00 CONSTRUCTION ADMIN 456322 326892 4502.6235 2022158G CONSULTANT SERVICES IMPROVEMENTS-ASSESSED 317.50 RECORD PLAN GIS 456162 327002 4502.6235 2021119G CONSULTANT SERVICES IMPROVEMENTS-ASSESSED 68,930,00 30667 1/5/2024 121092 BOURGET IMPORTS 352.00 BEER#3 00045600 456212 202645 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 8,00 FREIGHT#3 00045600 456213 202645 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 552.00 WINE#3 00045600 456210 202646 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 10.00 FREIGHT#3 00045600 456211 202646 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 922.00 30668 1/5/2024 100630 CASPERSON,PATRICK S 68.00 2 PR JEANS-P CASPERSON 456292 20231218A 1920.6281 UNIFORM/CLOTHING ALLOWANCE SENIOR CENTER 68.00 30669 1/5/2024 158313 CITY WIDE FACILITY SOLUTIONS 1,225.00 CMF CLEANING SERVICE JAN 456310 32009022048 1540.6240 CLEANING SERVICE/GARBAGE REMOVCMF BUILDINGS&GROUNDS MNTC 1,225.00 30670 1/5/2024 100128 DAKOTA ELECTRIC ASSOCIATION 17.43 12119 GANTRY LN POND DEC 456482 200010036848DEC 5805.6545 NON-TAXABLE MISC FOR RESALE STREET LIGHT UTILITY FUND R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 4 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30670 1/5/2024 100128 DAKOTA ELECTRIC ASSOCIATION Continued... 23 26.77 943 1/2 GARDENVIEW DR DEC 456487 200010052737DEC 5805.6255 UTILITIES-ELECTRIC STREET LIGHT UTILITY FUND 23 38.16 HAWK SIGNAL PED CROSSING DEC 456483 200010066613DEC 5805.6255 UTILITIES-ELECTRIC STREET LIGHT UTILITY FUND 23 18.80 PILOT KNOB/155TH ST SPKLR DEC 456484 200010066957DEC 5805.6545 NON-TAXABLE MISC FOR RESALE STREET LIGHT UTILITY FUND 23 81.37 PILOT KNOB/155TH ST SIGNAL DEC 456485 200010066959DEC 5805.6545 NON-TAXABLE MISC FOR RESALE STREET LIGHT UTILITY FUND 23 109.94 SIGN VALLEYWOOD ENTRANCE DEC 456488 200010078741DEC 2215.6255 UTILITIES-ELECTRIC GOLF CLUBHOUSE BUILDING 23 1,171.86 TEMP SRVC FIRE#2 DEC 456486 200010103947DEC 4422.6255 2021170G UTILITIES-ELECTRIC '21 FACILITIES CIP 23 1,464.33 30671 1/5/2024 101365 ECM PUBLISHERS INC 511.09 LEGALAD-CMF EXPANSION PROJECT 456171 977400 1015.6239 2021154G PRINTING CITY CLERK/ELECTIONS 511.09 LEGALAD-CMF EXPANSION PROJECT 456171 977400 1015.6239 2021172G PRINTING CITY CLERK/ELECTIONS 1,022.18 30672 1/5/2024 101387 EGAN 10,495.76 RED BOLLARD LIGHT PURCHASE 456307 JC359771N004 5805.6215 EQUIPMENT-PARTS STREET LIGHT UTILITY FUND 14,285.35 CLM#300767 LITE POLE CEDAR/142 456308 JC359771N005 7205,6399 OTHER CHARGES INSURANCE CLAIMS 24,781.11 30673 1/5/2024 120313 FASTENAL COMPANY 54.24 SIGN HARDWARE 456329 MNLAK201452 1680.6229 GENERAL SUPPLIES TRAFFIC SIGNS/SIGNALS/MARKER 54.24 30674 1/5/2024 148290 FORESTRY SUPPLIERS INC 201.72 SAFETY EQUIPMENT 456328 48796000 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN' 201.72 30675 1/5/2024 154223 LIGHTNING DISPOSAL,INC. 739.00 STREETS YARD DUMPSTER 456326 539829 1600.6240 CLEANING SERVICE/GARBAGE REMOVSTREET MANAGEMENT 740.57 PARKS YARD DUMPSTER 456326 539829 1720.6240 CLEANING SERVICE/GARBAGE REMOVPARK GROUNDS MAINTENANCE 1,479.57 30676 1/5/2024 100293 MACQUEEN EQUIPMENT 88.75 SWEEPER PARTS 456297 P54555 5505.6215 EQUIPMENT-PARTS STORM DRAIN MNTC/RPR/SUMPS R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 5 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30676 1/5/2024 100293 MACQUEEN EQUIPMENT Continued... 88,75 30677 1/5/2024 151844 MAVERICK WINE LLC 668.04 LIQ#2 00052289 456363 1134596 5055,6510 LIQUOR LIQUOR#2 STOCK PURCHASES 332,04 WINE#2 00052289 456364 1134596 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 9.00 FREIGHT#2 00052289 456365 1134596 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,654.66 LIQ#3 00052289 456373 1134612 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 563.58 WINE#3 00052289 456374 1134612 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 1 15.00 FREIGHT#3 00052289 456375 1134612 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 159.96 WINE#1 00052289 456361 1140177 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 1.50 FREIGHT#1 00052289 456362 1140177 5015,6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 464.04 WINE#3 00052289 456376 1140191 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 4.50 FREIGHT#3 00052289 456377 1140191 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES i 459.96 LIQ#3 00052289 456378 1140198 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 3.00 FREIGHT#3 00052289 456379 1140198 5085,6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,747.08 LIQ#2 00052289 456366 1140204 5055.6510 LIQUOR • LIQUOR#2 STOCK PURCHASES 10.50 FREIGHT#2 00052289 456367 1140204 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,959.66 LIQ#3 00052289 456380 1143995 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 10.50 FREIGHT#3 00052289 456381 1143995 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 441.66 LIQ#2 00052289 456371 1145116 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 1.50 FREIGHT#2 00052289 456372 1145116 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 907.02 LIQ#2 00052289 456368 1145131 5055,6510 LIQUOR LIQUOR#2 STOCK PURCHASES 111.96 WINE#2 00052289 456369 1145131 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 9.00 FREIGHT#2 00052289 456370 1145131 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 9,534.16 30678 1/5/2024 100302 MCNAMARA CONTRACTING INC 1,955.84 ASPHALT REPAIRS 456286 5566 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN 1,955.84 30679 1/5/2024 147490 MINNESOTA PUMP WORKS 2,809.08 VFC PUMP REBUILD 456173 INV023050 5506.6265 REPAIRS-EQUIPMENT STORM LIFT STN MNTC/RPR 2,809.08 30680 1/5/2024 146279 NORDIC MECHANICAL SERVICES,I 325.00 HVAC CMF 456156 72254 1540.6266 REPAIRS-BUILDING CMF BUILDINGS&GROUNDS MNTC 325.00 30681 1/5/2024 100372 PAUSTIS&SONS 958.00 WINE#1 00001291 456395 222452 5015.6520 WINE LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 6 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30681 1/5/2024 100372 PAUSTIS&SONS Continued... 12.00 FREIGHT#1 00001291 456396 222452 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 358.00 WINE#3 00001291 456403 222453 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 10.00 FREIGHT#3 00001291 456404 222453 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 638.00 WINE#3 00001291 456405 223245 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 15.00 FREIGHT#3 00001291 456406 223245 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 3,198.00 WINE#1 00001291 456397 223258 5015:6520 WINE LIQUOR#1 STOCK PURCHASES 46.50 FREIGHT#1 00001291 456398 223258 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 396.00 WINE#2 00001291 456401 223260 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 10.00 FREIGHT#2 00001291 456402 223260 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 288.00 WINE#1 00001291 456399 224125 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 7.50 FREIGHT#1 00001291 456400 224125 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,537.00 WINE#3 00001291 456407 224129 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 21.00 FREIGHT#3 00001291 456408 224129 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 7,495.00 30682 1/5/2024 101057 REITEN,LISA A . 16.89 2/6-11/28/23 MILEAGE-L REITEN 456477 20231128 1035.6277 MILEAGE/AUTO ALLOWANCE ,FINANCE 16.89 30683 1/5/2024 100829 SHAMROCK GROUP INC 75.00 CO2/NITRO TANK RENTALS 456289 2971649 2270.6310 RENTAL EXPENSE GOLF FOOD&BEVERAGE 75.00 30684 1/5/2024 144495 SMALL LOT MN 458.01 LIQ#2 00051469 456412 72419 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 192.00 WINE#2 00051469 456413 72419 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 457.20 TAX#2 00051469 456414 72419 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 25.00 FREIGHT#2 00051469 456415 72419 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 774.96 WINE#3 00051469 456416 72679 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 10.50 FREIGHT#3 00051469 456417 72679 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,917.67 30685 1/5/2024 139811 SRF CONSULTING GROUP 3,828.30 TRAFFIC STUDY-TSAC 456305 17201002 1510.6235 CONSULTANT SERVICES PW ENGINEERING&TECHNICAL 3,828.30 30686 1/5/2024 100457 STREICHERS INC 39.00 NEW OFFICERS UNIFORMS 456144 11670183 1210.6281 UNIFORM/CLOTHING ALLOWANCE POLICE FIELD OPERATIONS/PATRO 39.00 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 7 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30687 1/5/2024 137686 TOWMASTER LLC Continued... 127.39 AUGER BOX STRAP#325 456473 465721 1630.6215 EQUIPMENT-PARTS STREET EQUIPMENT MAINTENANC'' 127.39 30688 1/5/2024 100486 TWIN CITY GARAGE DOOR CO 327.50 GTAE RPR EAST SIDE CMF 456298 Z260960 1540.6266 REPAIRS-BUILDING CMF BUILDINGS&GROUNDS MNTC 327.50 30689 1/5/2024 100496 VAN PAPER CO 270.20 BAGS#1 00008795 456419 58414 5025.6229 GENERAL SUPPLIES LIQUOR#1 OPERATIONS 2.70- DISCT#1 00008795 456420 58414 5025.6333 GENERAL-CASH DISCOUNTS LIQUOR#1 OPERATIONS 267.50 30690 1/5/2024 122010 VINOCOPIA 120.00 TAX#2 00046257 456425 342550 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 12.00 FREIGHT#2 00046257 456426 342550 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 229.75 LIQ#3 00046257 456429 342551 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 232.00 WINE#3 00046257 456430 342551 5085,6520 WINE LIQUOR#3 STOCK PURCHASES 10.00 FREIGHT#3 00046257 456431 342551 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 37.75 LIQ#3 00046257 456432 343111 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 240.00 TAX#3 00046257 456433 343111 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 21.00 FREIGHT#3 00046257 456434 343111 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 96.00 WINE#1 00046257 456422 343112 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 120.00 TAX#1 00046257 456423 343112 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 14.00 FREIGHT#1 00046257 456424 343112 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 359.00 LIQ#3 00046257 456435 343365 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 82.00 WINE#3 00046257 456436 343365 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 10.00 FREIGHT#3 00046257 456437 343365 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 232.00 WINE#2 00046257 456427 343452 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 5.00 FREIGHT#2 00046257 456428 343452 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,820.50 30691 1/5/2024 100081 WASTE MANAGEMENT-BURNSVILLE LANDFILL 1,158.00 SWEEPINGS-LEAVES 456280 446518 1610.6240 CLEANING SERVICE/GARBAGE REMOVSTREET/BOULEVARD REPAIR&MN 1,158.00 30692 1/5/2024 100520 WINE COMPANY,THE 63.50 LIQ#3 00015926 456445 254703 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 144.00 WINE#3 00015926 456446 254703 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 11.05 FREIGHT#3 • 00015926 456447 254703 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 312.00 WINE#1 00015926 456438 254704 5015.6520 WINE LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 8 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30692 1/5/2024 100520 WINE COMPANY,THE Continued... 10.00 FREIGHT#1 00015926 456439 254704 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 63.50 LIQ#2 00015926 456440 254714 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 272.00 WINE#2 00015926 456441 254714 5055,6520 WINE LIQUOR#2 STOCK PURCHASES 11.05 FREIGHT#2 00015926 456442 254714 055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 460.00 WINE#2 00015926 456443 255412 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 10.00 FREIGHT#2 00015926 456444 255412 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 936.00 WINE#3 00015926 456448 255413 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 12.00 FREIGHT#3 00015926 456449 255413 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 394.00 LIQ#3 00015926 456450 255954 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 400.00 WINE#3 00015926 456451 255954 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 10.00 FREIGHT#3 00015926 456452 255954 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 3,109.10 30693 1/5/2024 137762 WSB&ASSOCIATES INC 1,042.79 STORMWATER MONITORING STATION 456284 R01672800030 5505.6249 2020151D OTHER CONTRACTUAL SERVICES STORM DRAIN MNTC/RPR/SUMPS 171.00 LONG LAKE TMDL IMPLEMENT 456141 R0232380004 5505.6249 2023156D OTHER CONTRACTUAL SERVICES STORM DRAIN MNTC/RPR/SUMPS 3,553.00 FEASIBILITY STUDY 456290 R0233820004 5505.6235 2024108R CONSULTANT SERVICES STORM DRAIN MNTC/RPR/SUMPS 4,766.79 318349 1/3/2024 152066 3 GUYS SEWING 12.00 CHAPLAIN EMBROIDERY 456143 10594 1200.6281 UNIFORM/CLOTHING ALLOWANCE POLICE MANAGEMENT 20.00 PATCHES KURSCHNER 456331 10691 1210.6281 UNIFORM/CLOTHING ALLOWANCE POLICE FIELD OPERATIONS/PATRO 32.00 318350 1/3/2024 161066 ACOSTA,EVAN 120.00 EVAN MN PE BOARD LICENSE RENEW 456293 20230908 1510.6280 DUES&SUBSCRIPTIONS PW ENGINEERING&TECHNICAL 120.00 318351 1/3/2024 118892 ASPEN MILLS 215.88 ZAUHAR UNIFORMS 456330 325092 1210.6281 UNIFORM/CLOTHING ALLOWANCE POLICE FIELD OPERATIONS/PATRO 215.88 318352 1/3/2024 100072 BRAUN INTERTEC CORPORATION 1,363.75 MATERIALS TESTING 456325 B370373 2017.6235 2021150P CONSULTANT SERVICES PARK DEDICATION 16,750.00 GEOTECHNICAL EVALUATION 456324 B370585 2027.6235 2023108R CONSULTANT SERVICES ROAD ESCROW 7,100.00 GEOTECHNICAL EVALUATION 456323 B370597 2027.6235 2024107R CONSULTANT SERVICES ROAD ESCROW 25,213.75 318353 1/3/2024 100152 BREAKTHRU BEVERAGE MIN WINE 361.93 LIQ#1 00001930 456216 113474408 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 9 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318353 1/3/2024 100152 BREAKTHRU BEVERAGE MIN WINE Continued... 1,52 FREIGHT#1 00001930 456217 113474408 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 160.21 LIQ#3 00001930 456240 113496656 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES .76 FREIGHT#3 00001930 456241 113496656 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 11,758.89 LIQ#3 00001930 456236 113504964 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 436.00- CMLIQ#3 00001930 456237 113504964 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 2.30- CMFREIGHT#3 00001930 456238 113504964 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 72.64 FREIGHT#3 00001930 456239 113504964 5085,6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 512.00 WINE#3 00001930 456266 113504965 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 5.75 FREIGHT#3 00001930 456267 113504965 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 9,713,29 LIQ#1 00001930 456214 113504974 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 63.25 FREIGHT#1 00001930 456215 113504974 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 4,021.66 LIQ#3 00001930 456242 113618110 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 28.74 FREIGHT#3 00001930 456243 113618110 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 145.82- CMLIQ#3 00001930 456244 113618110 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 2,30- CMFREIGHT#3 00001930 456245 113618110 5085,6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 216.16 TAX#3 00001930 456246 113618111 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 48.00 NTAX#3 00001930 456247 113618111 5085,6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 13.80 FREIGHT#3 00001930 456248 113618111 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 136.00 WINE#3 00001930 456268 113618112 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 136.00- CMWINE#3 00001930 456269 113618112 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 1.15 FREIGHT#3 00001930 456270 113618112 5085,6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1.15- CMFREIGHT#3 00001930 456271 113618112 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,271.31 LIQ#2 00001930 456227 113618122 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 13.03 FREIGHT#2 00001930 456228 113618122 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 208.00 WINE#2 00001930 456260 113618124 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 2,30 FREIGHT#2 00001930 456261 113618124 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 3,016.54 LIQ#1 00001930 456218 113618125 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 46.87- CMLIQ#1 00001930 456219 113618125 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 15.33 FREIGHT#1 00001930 456220 113618125 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 208.00 WINE#1 00001930 456254 113618126 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 2,30 FREIGHT#1 00001930 456255 113618126 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 105.65 TAX#2 00001930 456229 11361823 5055,6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 4.60 FREIGHT#2 00001930 456230 11361823 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,064.00 WINE#3 00001930 456272 113636318 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 10.35 FREIGHT#3 00001930 456273 113636318 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 14,372.64 LIQ#3 00001930 456249 113712906 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 82.90 FREIGHT#3 00001930 456250 113712906 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 184.10 TAX#3 00001930 456251 113712907 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 72.00 NTAX#3 00001930 456252 113712907 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 10 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318353 1/3/2024 100152 BREAKTHRU BEVERAGE MIN WINE Continued... 6.90 FREIGHT#3 00001930 456253 113712907 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 952.00 WINE#3 00001930 456276 113712908 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 8,05 FREIGHT#3 00001930 456277 113712908 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 464.00 WINE#3 00001930 456274 113712909 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 4.79 FREIGHT#3 00001930 456275 113712909 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 8,623.14 LIQ#2 00001930 456231 113712918 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 55.20 CMLIQ#2 00001930 456232 113712918 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 88.00 TAX#2 00001930 456233 113712919 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 24.00 NTAX#2 00001930 456234 113712919 5055.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 4.60 FREIGHT#2 00001930 456235 113712919 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 304.00 WINE#2 00001930 456262 113712920 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 2.30 FREIGHT#2 00001930 456263 113712920 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 896.00 WINE#2 00001930 456264 113712921 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 9.20 FREIGHT#2 00001930 456265 113712921 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 9,939,39 LIQ#1 00001930 456221 113712923 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1,520.35- CMLIQ#1 00001930 456222 113712923 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 110.40 FREIGHT#1 00001930 456223 113712923 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 5.75- CMFREIGHT#1 00001930 456224 113712923 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 184.00 TAX#1 00001930 456225 113712924 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 5.75 FREIGHT#1 00001930 456226 113712924 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,128,00 WINE#1 00001930 456256 113712925 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 104.00- CMWINE#1 00001930 456257 113712925 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 10.35 FREIGHT#1 00001930 456258 113712925 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1.15- CMFREIGHT#1 00001930 456259 113712925 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 68,167.18 318354 1/312024 100082 BURNSVILLE,CITY OF 2,018.35 MAINT.JPAADMIN FEE 456306 202300000001A 1610.6249 OTHER CONTRACTUAL SERVICES STREET/BOULEVARD REPAIR&MN' 2,018.35 318355 1/3/2024 122371 CANNON RIVER WINERY . 832,20 WINE#3 00046665 456278 16134 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 832.20 318356 1/3/2024 144930 CANON 49.94 COPIER LEASE 456476 31751872 2012.6310 RENTAL EXPENSE CABLE TV JOINT POWERS 49.94 318357 1/3/2024 161086 CASALENDA,NICK 17.03 UB REFUND 14844 HAVEN DR 456481 20231221C 5301.4997 WATER/SEWER ACCT REFUNDS WATER&SEWER FUND REVENUE R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 11 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318357 1/3/2024 161086 CASALENDA,NICK Continued... 17.03 318358 1/3/2024 146174 CHAMPION PLUMBING 530.00 TEMPORARY WATER SERVICE 456291 125003 2027.6235 2023101R CONSULTANT SERVICES ROAD ESCROW 530.00 318359 1/3/2024 100878 CHARTER COMMUNICATIONS 103.43 SPECTRUM-DEC 456165 175323301DEC23 2215,6237 TELEPHONE/PAGERS GOLF CLUBHOUSE BUILDING 103.43 318360 1/3/2024 100282 CINTAS CORPORATION 124.64 CINTAS-LINENS 456166 4177420162 2270.6240 CLEANING SERVICE/GARBAGE GOLF FOOD&BEVERAGE 9.55 PARKS COVERALLS 456469 4177537768 1710.6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN 15.75 SHOP COVERALLS 456469 4177537768 1530.6281 UNIFORM/CLOTHING ALLOWANCE FLEET&BUILDINGS-CMF 36.74 STREETS COVERALLS 456469 4177537768 1600.6281 UNIFORM/CLOTHING ALLOWANCE STREET MANAGEMENT 36.00 CMF MATS 456154 4177702068 1540.6240 CLEANING SERVICE/GARBAGE REMOVCMF BUILDINGS&GROUNDS MNTC 9.55 PARKS COVERALLS 456474 4178163218 1710.6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN 15.75 SHOP COVERALLS 456474 4178163218 1530,6281 UNIFORM/CLOTHING ALLOWANCE FLEET&BUILDINGS-CMF 36.74 STREETS COVERALLS 456474 4178163218 1600.6281 UNIFORM/CLOTHING ALLOWANCE STREET MANAGEMENT 284.72 318361 1/3/2024 161050 CLARION FDIC 2024 1,175.00 FDIC INDIANAPOLIS ROBINSON 456300 20231208 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 1,175.00 FDIC INDIANAPOLIS KRONBERG 456300 20231208 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 1,175.00 FDIC INDIANAPOLIS KARNIC K 456300 20231208 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 3,525.00 318362 1/3/2024 121732 CLEARY LAKE VETERINARY HOSPITA 260.85 K9 VET VISIT 456142 368932 1281.6235 CONSULTANT SERVICES POLICE K-9 260.85 318363 1/3/2024 130960 COLDSPRING GRANITE COMPANY 359.00 NICHE PLAQUE-TERADA 456161 RI2147639 5605.6325 COLUMBARIUM CEMETERY 522.00 BOULDER SCROLLS-VIEMAN 456315 R12149235 5605.6324 CREMATION VAULTS CEMETERY 881,00 318364 1/3/2024 161085 DEAN,CHARLES 14.58 UB REFUND 13420 GULL CT 456480 20231221B 5301.4997 WATER/SEWER ACCT REFUNDS WATER&SEWER FUND REVENUE 1458 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 12 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318365 1/3/2024 140659 DOMACE VINO Continued... 1,056.00 WINE#3 00050649 456333 27485 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 21.00 FREIGHT#3 00050649 456334 27485 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,077.00 318366 1/3/2024 155090 ECONOMIC DEVELOPMENT ASSOCIATION OF MN 320.00 EDAM MEMBERSHIP-ALEX 456122 202410549 1100.6280 DUES&SUBSCRIPTIONS DEV MANAGEMENT 320.00 318367 1/3/2024 154540 EHRMAN,GABRIEL 102.00 FIELD OFFICER TRG ALEX-EHRMAN 456150 20231222 1310.6278 SUBSISTENCE ALLOWANCE FIRE TRAINING 102.00 318368 1/3/2024 129765 ELVIN,COLLEEN 102.00 FILED OFFICER TRG ALEX.-ELVIN 456148 20231222 1310.6278 SUBSISTENCE ALLOWANCE FIRE TRAINING 102.00 318369 1/3/2024 100175 FLAHERTYS HAPPY TYME CO 156.00 NTAX#3 00000242 456336 39138 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 78.00 NTAX#1 00000242 456335 39174 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 234.00 318370 1/3/2024 101328 GOVCONNECTION INC 318.88 WIRELESS HEADSETS 456475 74829875 1030.6211 SMALL TOOLS&EQUIPMENT INFORMATION TECHNOLOGY 318.88 318371 1/3/2024 100827 GRAPE BEGINNINGS INC 441.00 WINE#3 00032379 456347 140835 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 6.75 FREIGHT#3 00032379 456348 140835 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 486.00 WINE#1 00032379 456337 140930 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 13.50 FREIGHT#1 00032379 456338 140930 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 486.00 WINE#3 00032379 456349 140931 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 13.50 FREIGHT#3 00032379 456350 140931 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 414.00 LIQ#2 00032379 456344 140932 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 279.00 WINE#2 00032379 456345 140932 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 6.75 FREIGHT#2 00032379 456346 140932 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 324.00 WINE#2 00032379 456342 140933 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 9.00 FREIGHT#2 00032379 456343 140933 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 414.00 LIQ#1 00032379 456339 141062 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 240.00 WINE#1 00032379 456340 141062 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 4.50 FREIGHT#1 00032379 456341 141062 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 13 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318371 1/3/2024 100827 GRAPE BEGINNINGS INC Continued... 414.00 LIQ#3 00032379 456351 141063 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 2.25 FREIGHT#3 00032379 456352 141063 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 318.00 LIQ#3 00032379 456353 141227 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 13.50 FREIGHT#3 00032379 456354 141227 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 3,885.75 318372 1/3/2024 151846 HOMME,JOSEPH 102.00 FIELD OFFICER TRG ALEX.-HOMME 456149 20231223 1310.6278 SUBSISTENCE ALLOWANCE FIRE TRAINING 102.00 318373 1/3/2024 161084 KIRKMAN,KENNETH 11.15 UB REFUND 13750 FLEETWOOD AVE 456479 20231221A 5301.4997 WATER/SEWER ACCT REFUNDS WATER&SEWER FUND REVENUE 11.15 318374 1/3/2024 154706 KL LOMPLAN WINES INC 292.02 WINE#3 00052648 456355 131969561 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 5.25 FREIGHT#3 00052648 456356 131969561 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,478.16 WINE#3 00052648 456359 132788155 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 22.75 FREIGHT#3 00052648 456360 132788155 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 424.08 WINE#3 00052648 456357 132867397 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 7.00 FREIGHT#3 00052648 456358 132867397 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 2,229.26 318375 1/3/2024 158958 LEIBOLD IRRIGATION INC 49,305 00 IRRIGATION INSTALLATION 456327 20231218 4427.6249 2021189P OTHER CONTRACTUAL SERVICES VALLEYWOOD IMPROVEMENTS 49,305.00 318376 1/3/2024 100580 MAMA 45 00 MAMA DUES-LAWELL 456121 20231205 1010.6280 DUES&SUBSCRIPTIONS ADMINISTRATION 45.00 318377 1/3/2024 138342 MANSFIELD OIL COMPANY 16,910.02 NO LEAD FUEL(7997 GA) 456288 24905394 1000.1520 INVENTORY-UNLEADED FUEL GENERAL FUND BALANCE SHEET 16,910.02 318378 1/3/2024 100309 MENARDS 53.96 PLUMING FITTINGS 456170 65889 1060.6229 GENERAL SUPPLIES MUNICIPAL BLDG&GROUNDS MN1 16.53- GOLF USE TAX 456175 65949 2200.2330 DUE TO OTHER GOVERNMENT VALLEYWOOD GOLF 16.53 GOLF USE TAX 456175 65949 2240,6229 GENERAL SUPPLIES GOLF EQUIPMENT MAINTENANCE 240.38 SHELVES,GLOVES,MISC 456175 65949 2240.6229 GENERAL SUPPLIES GOLF EQUIPMENT MAINTENANCE R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 14 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318378 1/3/2024 100309 MENARDS Continued... 23.98 SHOP LIGHT 456129 66288 1730.6229 GENERAL SUPPLIES PARK BUILDING MAINTENANCE 9.99 SHOP CUP HOOKS 456135 66347 1730.6229 GENERAL SUPPLIES PARK BUILDING MAINTENANCE 328.31 318379 1/3/2024 144553 MITCHELL1 5,457.94 MITCHELL 1 ONLINE MANUALS-2024 456124 30251564 1530.6308 SOFTWARE SUBSCRIPTIONS FLEET&BUILDINGS-CMF 5,457.94 318380 1/3/2024 155164 MN OCCUPATIONAL HEALTH 439.00 PRE EMPLOYMENT TESTING 456309 443877A 1600.6235 CONSULTANT SERVICES STREET MANAGEMENT 68.00 RANDOM DRUG TEST DENVER J 456155 443877B 1530.6235 CONSULTANT SERVICES FLEET&BUILDINGS-CMF 1,512.00 PRE EMPLOYMENT SCREENING 456172 443877C 1210.6235 CONSULTANT SERVICES POLICE FIELD OPERATIONS/PATRO 2,019.00 318381 1/3/2024 100575 MN STATE FIRE CHIEFS ASSOCIATION 280.00 MSFCA MEMBERSHIP DUE 456169 7024 1300,6280 DUES&SUBSCRIPTIONS FIRE MANAGEMENT 285.00 FIELD OFFICER TR DULUTH-MORRIS 456302 7117 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 285.00 FIELD OFFICER TR DULUTH-GRASS 456302 7117 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 285.00 FIRE OFFICER TRN ALEX-HOMME 456301 7118 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 285.00 FIRE OFFICER TRN ALEX-ELVIN 456301 7118 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 285.00 FIRE OFFICER TRN ALEX-EHRMAN 456301 7118 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 1,705.00 318382 1/3/2024 100995 NAPA AUTO PARTS 6.60- GOLF USE TAX 456174 5763919127 2200.2330 DUE TO OTHER GOVERNMENT VALLEYWOOD GOLF 6.60 GOLF USE TAX 456174 5763919127 2240.6212 MOTOR FUELS/OILS GOLF EQUIPMENT MAINTENANCE 95.96 OIL 456174 5763919127 2240.6212 MOTOR FUELS/OILS GOLF EQUIPMENT MAINTENANCE 25.55 OIL FILTER 456167 5763919593 2240.6215 EQUIPMENT-PARTS GOLF EQUIPMENT MAINTENANCE 17.32 OIL FILTER#301 456470 5763920567 1630.6215 EQUIPMENT-PARTS STREET EQUIPMENT MAINTENANCI 138.83 318383 1/3/2024 101199 NCPERS MINNESOTA 448.00 NCPERS JANUARY 2024 456303 314900012024 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 448 00 318384 1/3/2024 109947 NEW FRANCE WINE CO 126.00 LIQ#3 00041046 456386 215814 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 112.00 WINE#3 00041046 456387 215814 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 5.00 FREIGHT#3 00041046 456388 215814 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 440.00 WINE#1 00041046 456382 216182 5015.6520 WINE LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 15 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318384 1/3/2024 109947 NEW FRANCE WINE CO Continued... 5.00 FREIGHT#1 00041046 456383 216182 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 336.00 WINE#2 00041046 456384 216228 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 2.50 FREIGHT#2 00041046 456385 216228 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,008.00 WINE#3 00041046 456389 216229 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 7.50 FREIGHT#3 00041046 456390 216229 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 306.00 LIQ#3 00041046 456391 216492 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 360.00 WINE#3 00041046 456392 216492 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 7.50 FREIGHT#3 00041046 456393 216492 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 2,715.50 318385 1/3/2024 150933 PARLEY LAKE WINERY 120.00 WINE#3 00052230 456394 PW279 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 120.00 318386 1/3/2024 100316 POWER PLAN 308.10 STUMP GRINDER TEETH 456279 P1025570 1610.6215 EQUIPMENT-PARTS STREET/BOULEVARD REPAIR&MN' 308.10 STUMP GRINDER TEETH 456279 P1025570 1765.6215 EQUIPMENT-PARTS PARK EQUIPMENT MAINTENANCE Supplier 101708 RDO EQUIPMENT CO 616.20 318387 1/3/2024 137785 PROPERTY TAXATION&RECORDS 46,00 VACATION RECORDING 456136 20231212 1015.6239 PRINTING CITY CLERK/ELECTIONS 46.00 318388 1/3/2024 151932 RED WING BUSINESS ADVANTAGE ACCOUNT 200.00 BOOTS-J REINER 456132 7241129213 1710.6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN 199.99 BOOTS-T MCWILLIAMS 456146 7241129533 5305.6281 UNIFORM/CLOTHING ALLOWANCE WATER MGMT/REPORT/DATA ENTR' 182.69 BOOTS-P EL-WAILLI 456131 7241129828 5305.6281 UNIFORM/CLOTHING ALLOWANCE WATER MGMT/REPORT/DATA ENTR' 191.39 BOOTS-N AHRENS 456294 7241129865 1600.6281 UNIFORM/CLOTHING ALLOWANCE STREET MANAGEMENT 200.00 BOOTS-R GLEWWE 456134 7241129879 1710.6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN' 200.00 BOOTS-K FISHER 456147 7241129926 5365.6281 UNIFORM/CLOTHING ALLOWANCE SEWER MGMT/REPORTS/DATA ENT 200.00 BOOTS-R WIGGIN 456133 7241129958 1710.6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN 200.00 BOOTS-D JACOBSON 456295 7241129970 1530.6281 UNIFORM/CLOTHING ALLOWANCE FLEET&BUILDINGS-CMF 200.00 BOOTS-J PRZYBYLSKI 456145 7241130142 1600.6281 UNIFORM/CLOTHING ALLOWANCE STREET MANAGEMENT 1,774.07 318389 1/3/2024 141325 ROOTSTOCK WINE CO 248.04 WINE#3 00050755 456409 3176 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 4.00 FREIGHT#3 00050755 456410 3176 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 252.04 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 16 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318389 1/3/2024 141325 ROOTSTOCK WINE CO Continued... 318390 1/3/2024 153876 SAINT CROIX VINEYARDS 77.00 WINE#3 00052556 456411 1584 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 77 00 318391 1/3/2024 132465 SAM'S CLUB DIRECT 118.56 SOAP,TP,KLEENEX 456138 202311280825 1060.6229 GENERAL SUPPLIES MUNICIPAL BLDG&GROUNDS MN1 40.00 POL SAM'S MEMBERSHIP 456153 202311280902 1200.6280 DUES&SUBSCRIPTIONS POLICE MANAGEMENT 40.00 HR SAM'S MEMBERSHIP 456153 202311280902 1020.6280 DUES&SUBSCRIPTIONS HUMAN RESOURCES 50.00 FIN SAM'S ITEMIZED STATEMENT 456153 202311280902 1035.6280 DUES&SUBSCRIPTIONS FINANCE 80.00 FIRE SAM'S MEMBERSHIPS 456153 202311280902 1300.6280 DUES&SUBSCRIPTIONS FIRE MANAGEMENT 120.00 REC SAM'S MEMBERSHIPS 456153 202311280902 1700.6280 DUES&SUBSCRIPTIONS PARK&RECREATION MANAGEMEN 80.00 GOLF SAM'S MEMBERSHIPS 456153 202311280902 2205.6280 DUES&SUBSCRIPTIONS GOLF MANAGEMENT 439.74 SOFTENER SALT MC 456140 202311280911 1060.6229 GENERAL SUPPLIES MUNICIPAL BLDG&GROUNDS MN1 195.31 LIFE SNACKS INVENTORY 456139 202311281046 7203.6398 LIFE SNACKS CITY WELLNESS PROGRAM 2.14- PW USE TAX 456137 202312141030 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 2.14 PW USE TAX 456137 202312141030 1500.6275 SCHOOLS/CONFERENCES/EXP LOCAL PW MANAGEMENT 87.02 CONDAC MEETING SUPPLIES 456137 202312141030 1500.6275 SCHOOLS/CONFERENCES/EXP LOCAL PW MANAGEMENT 114.60 FOOD&BEV:SKATE/BOWL WSANTA 456152 2870A 1845.6229 GENERAL SUPPLIES REC SELF SUPPORT PROG GENER, 1,365.23 318392 1/3/2024 100432 SEH ENGINEERS 1,921.76 FINAL DESIGN 456304 457869 2027.6235 2023107R CONSULTANT SERVICES ROAD ESCROW 43,177.11 FINAL DESIGN 456299 457909 2027.6235 2024101G CONSULTANT SERVICES ROAD ESCROW 45,098.87 318393 1/3/2024 140021 ST PAUL,CITY OF 712.72 ASPHALT REPAIRS 456287 IN56625 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN' 712 72 318394 1/3/2024 157773 SUMMER LAKES BEVERAGE 378 00 TAX#3 00052882 456418 6885 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 378 00 318395 1/3/2024 100990 TRI-COUNTY LAW ENFORCEMENT ASSOCIATION 90.00 TRI COUNTY MEMBERSHIP 456151 20231208 1200.6280 DUES&SUBSCRIPTIONS POLICE MANAGEMENT 90.00 318396 1/3/2024 100493 VALLEY BUICK GMC INC 4,286.55 CLM#325108 SQUAD 902 RPR 456282 260F4762 7205.6399 OTHER CHARGES INSURANCE CLAIMS R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 17 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 , Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318396 1/3/2024 100493 VALLEY BUICK GMC INC Continued... 233.98 REPAIR FRONT BUMPER 456471 BF843E4D 1210.6265 REPAIRS-EQUIPMENT POLICE FIELD OPERATIONS/PATRO 4,520.53 318397 1/3/2024 143722 VINIFERA MINNESOTA 1,758.40 WINE#3 00051261 456421 326452 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 1,758.40 318398 1/3/2024 100521 WINE MERCHANTS 760.00 WINE#1 00022992 456453 7454582 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 4.38 FREIGHT#1 00022992 456454 7454582 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,166.00 WINE#3 00022992 456461 7454583 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 6.98 FREIGHT#3 00022992 456462 7454583 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 400.00 WINE#3 00022992 456459 7455609 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 3.75 FREIGHT#3 00022992 456460 7455609 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,621.20 WINE#1 00022992 456455 7455610 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 18.75 FREIGHT#1 00022992 456456 7455610 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,149.00 WINE#3 00022992 456463 7455611 5085,6520 WINE LIQUOR#3 STOCK PURCHASES 15.00 FREIGHT#3 00022992 456464 7455611 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 272.00 TAX#3 00022992 456465 7455612 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 5.00 FREIGHT#3 00022992 456466 7455612 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 2,035,00 WINE#1 00022992 456457 7456726 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 23.77 FREIGHT#1 00022992 456458 7456726 5015,6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 510.00 WINE#3 00022992 456467 7456727 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 6.46 FREIGHT#3 00022992 456468 7456727 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 7,997.29 318399 1/3/2024 100363 XCEL ENERGY 13.23 ROUNDABOUT SPKLR JCRR&159TH 456478 5100139897905DE 1610.6255 UTILITIES-ELECTRIC STREET/BOULEVARD REPAIR&MN' C23 13.23 20231140 11/6/2023 120679 U S BANK P CARD 60.36 AWWA-DETROIT LAKES-GALLAGHER 456550 240032233007530 5315,6276 SCHOOLS/CONFERENCES/EXP OTHERWATER TRAINING/SCHOOL/MEETIN 06805531 Supplier 160950 EXXON NORTHSHORE PLAZA(PCARD) 216.00 KUULA SUBSCRIPTION 456538 240113432960000 2012.6280 DUES&SUBSCRIPTIONS CABLE TV JOINT POWERS 32060786 Supplier 154341 KUULA PRO(PCARD) 119.99 CANVA ANNUAL SUBSCRIPTION 456496 240113432970000 1010.6280 DUES&SUBSCRIPTIONS ADMINISTRATION 44758202 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 18 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... Supplier 156529 CANVA(PCARD) 15.99 SPARTAN CAMERA DATA 456501 240113433010000 1200.6237 TELEPHONE/PAGERS POLICE MANAGEMENT 55071135 Supplier 155691 SPARTAN CAMERA(PCARD) 42.95 B.O.LUNCH(2) 456519 240133933060001 1400.6275 SCHOOLS/CONFERENCES/EXP LOCAL INSPECTIONS MANAGEMENT 48323137 Supplier 148111 RASCALS CATERING(PCARD) 1,980.00 RENTED HERO TRAINING CENTER 456522 240710533046271 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 85874019 Supplier 156703 CITY OF COTTAGE GROVE(PCARD) 210.00 EXPLORER REGISTRATION 456512 241225833000170 1200.6280 DUES&SUBSCRIPTIONS POLICE MANAGEMENT 11752044 Supplier 157244 NORTHERN STAR EVENTS(PCARD) 4.55- POL SALES TAX ADJUST 456502 241374632931004 1200.6239 PRINTING POLICE MANAGEMENT 99626158 4.55 POL SALES TAX ADJUST 456502 241374632931004 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 99626158 60.53 BUSINESS CARDS 456502 241374632931004 1200.6239 PRINTING POLICE MANAGEMENT 99626158 Supplier 100577 OFFICE MAX(PCARD) 22.54 PUMP ROOM DOOR 456531 241374632941005 2230.6229 GENERAL SUPPLIES GOLF SHOP BUILDING MAINTENANI 82205257 Supplier 148085 MENARDS(PCARD) 58.90 CAKE FOR CONCERT 456530 241374633010014 2270.6420 GOLF-FOOD GOLF FOOD&BEVERAGE 73649960 Supplier 149661 HY VEE(PCARD) 63.69 COMMUNITY EVENT/PUB ED 456541 241374633020012 1320.6229 GENERAL SUPPLIES FIRE PREVENTION 45434146 Supplier 149712 CVS(PCARD) 26.14 WOOD FOR DOOR FRAME 456552 241374633041004 2230.6229 GENERAL SUPPLIES GOLF SHOP BUILDING MAINTENANI 23823167 Supplier 148085 MENARDS(PCARD) 2.27- POL SALES TAX ADJUST 456503 241374633061004 1200.6239 PRINTING POLICE MANAGEMENT 64095459 2.27 POL SALES TAX ADJUST 456503 241374633061004 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 64095459 30.26 BUSINESS CARDS 456503 241374633061004 1200.6239 PRINTING POLICE MANAGEMENT 64095459 Supplier 100577 OFFICE MAX(PCARD) R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 19 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 145.00 PESTICIDE RECERTIF-ROTHER 456539 241382933000269 1710.6275 SCHOOLS/CONFERENCES/EXP LOCAL PARK MAINTENANCE MANAGEMEN 93642311 Supplier 148118 U OF M CCE(PCARD) 50.91 GUN SHIPMENT 456507 241640732987417 1200.6238 POSTAGE/UPS/FEDEX POLICE MANAGEMENT 39849734 .85- POL SALES TAX ADJUST 456508 241640732987418 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 21622809 .85 POL SALES TAX ADJUST 456508 241640732987418 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 21622809 11.34 GUN SHIPMENT PACKAGE 456508 241640732987418 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 21622809 267.30 MENUS FOR FALL TASTING 456533 241640733060694 5000.2530 WINE CLUB LIQUOR BALANCE SHEET 80388409 Supplier 143773 FEDEX OFFICE(PCARD) 30.21 BAGS&PLATES FOR FALL TASTING 456535 241640733060910 5000.2530 WINE CLUB LIQUOR BALANCE SHEET 17165563 Supplier 100463 TARGET STORES(PCARD) 600.00 TRNG CRITICAL ISSUES MCPA-GROU 456548 242078532981791 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 00459250 Supplier 148090 MN CHIEFS OF POL(PCARD) 1.22- REC SALES TAX ADJUST 456545 242263832933605 1875.6229 GENERAL SUPPLIES REC PRESCHOOL PROGRAMS 07931733 1.22 REC SALES TAX ADJUST 456545 242263832933605 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 07931733 4.88 OCT PRESCHOOL 456545 242263832933605 1875.6229 GENERAL SUPPLIES REC PRESCHOOL PROGRAMS 07931733 16.28 PRESCHOOL GENERAL 456545 242263832933605 1875.6229 GENERAL SUPPLIES REC PRESCHOOL PROGRAMS 07931733 Supplier 102101 WAL-MART(PCARD) 1.49- POL SALES TAX ADJUST 456511 242263833014000 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 08478279 1.49 POL SALES TAX ADJUST 456511 242263833014000 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 08478279 129.04 CANDY FOR KIDS HALLOWEEN 456511 242263833014000 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 08478279 Supplier 149714 SAMS CLUB(PCARD) 4.86- UTIL SALES TAX ADJUST 456491 242316833014000 5375.6211 SMALL TOOLS&EQUIPMENT SEWER MAINTENANCE AND REPAIF 33252455 4.86 UTIL SALES TAX ADJUST 456491 242316833014000 5300.2330 DUE TO OTHER GOVERNMENT WATER&SEWER FUND BAL SHEET R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 20 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 33252455 64.83 REPL SPOT LIGHTS 456491 242316833014000 5375.6211 SMALL TOOLS&EQUIPMENT SEWER MAINTENANCE AND REPAIF 33252455 Supplier 151597 HARBOR FREIGHT(PCARD) .66- POL SALES TAX ADJUST 456513 242697932985006 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 30273254 .66 POL SALES TAX ADJUST 456513 242697932985006 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 30273254 56.93 CHAPLAIN MEETING LUNCH 456513 242697932985006 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 30273254 Supplier 137112 JIMMY JOHNS(PCARD) 148 35 AVCC BOILER ROCKS 456523 243230032932075 1900.6229 GENERAL SUPPLIES AV COMMUNITY CENTER 45200017 36.55 SHIPPING CHARGES BOILER ROCKS 456528 243230033042075 1900.6229 GENERAL SUPPLIES AV COMMUNITY CENTER 45900027 Supplier 160948 BERNARD J MULCAHY COMPAN(PCARD) .23- FIRE SALES TAX ADJUST 456540 244273332977302 1310.6229 GENERAL SUPPLIES FIRE TRAINING 61906295 .23 FIRE SALES TAX ADJUST 456540 244273332977302 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 61906295 3.02 BURN HOUSE MATERIALS 456540 244273332977302 1310.6229 GENERAL SUPPLIES FIRE TRAINING 61906295 97.26 PLOW RODEO TRAINING LUNCH 456499 244273332987302 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN 64147235 8.08 PLOW RODEO TRAINING LUNCH 456500 244273332987302 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN' 64147243 Supplier 148071 CUB FOODS(PCARD) .76- UTIL SALES TAX ADJUST 456494 244310633050833 5390.6215 EQUIPMENT-PARTS SWR EQUIP/VEHICLE MISC MNTC/R 26376915 .76 UTIL SALES TAX ADJUST 456494 244310633050833 5300.2330 DUE TO OTHER GOVERNMENT WATER&SEWER FUND BAL SHEET 26376915 10.16 CAMERA HARDWARE 456494 244310633050833 5390.6215 EQUIPMENT-PARTS SWR EQUIP/VEHICLE MISC MNTC/R 26376915 Supplier 140339 AMAZON.COM(PCARD) 98.55 TRUNK TREAT CANDY 456529 244450032984001 1755.6229 GENERAL SUPPLIES PARK MNTC REC PROGRAM SUPPC 82935361 Supplier 149714 SAMS CLUB(PCARD) 68.02 MENTORING-AVHS INTERACT 456532 244450033000008 1200.6229 GENERAL SUPPLIES POLICE MANAGEMENT 98973593 Supplier R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 21 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 100146 DOMINO'S PIZZA(PCARD) 18.14 COMMUNITY EVENT/PUB ED 456542 244450033004001 1320.6229 GENERAL SUPPLIES FIRE PREVENTION 89596568 1.48- STR SALES TAX ADJUST 456498 244450033004001 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN 89610096 1.48 STR SALES TAX ADJUST 456498 244450033004001 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 89610096 129.14 TRUNK OR TREAT EVENT CANDY 456498 244450033004001 1610.6229 GENERAL SUPPLIES STREET/BOULEVARD REPAIR&MN' 89610096 14.96 COOKIES-EJ TRAINING 456537 244450033044002 1015.6229 GENERAL SUPPLIES CITY CLERK/ELECTIONS 11625795 Supplier 149714 SAMS CLUB(PCARD) 64.83 CANDY FOR TRUNK OR TREAT 456526 244450033050008 5375.6229 GENERAL SUPPLIES SEWER MAINTENANCE AND REPAIF 80078364 36.74 ADDITIONAL CANDY TRUNK OR TREA 456527 244450033050008 5375.6229 GENERAL SUPPLIES SEWER MAINTENANCE AND REPAIF 80078448 Supplier 125520 WALGREENS(PCARD) 99.37 SAFETY COMMITTEE LUNCH 456544 244450033070008 1020.6399 OTHER CHARGES HUMAN RESOURCES 82897314 Supplier 101368 PAPA JOHNS PIZZA(PCARD) 42.60 ICE SCRAPERS 456517 244921532987438 1210.6229 GENERAL SUPPLIES POLICE FIELD OPERATIONS/PATRO 10470540 66.06 SUSPENSION KIT#336 456517 244921532987438 1630.6215 EQUIPMENT-PARTS STREET EQUIPMENT MAINTENANCI 10470540 Supplier 154726 ETRAILER CORP(PCARD) 616.75 SSL CERTIFICATES 456497 244921533008524 1030.6249 OTHER CONTRACTUAL SERVICES INFORMATION TECHNOLOGY 36561180 Supplier 154343 RAPID WEB SERVICES(PCARD) 36.03 LEAF SPRING BUSHINGS#336 456518 244921533067452 1630.6215 EQUIPMENT-PARTS STREET EQUIPMENT MAINTENANC: 23953285 Supplier 154726 ETRAILER CORP(PCARD) 125.00 JOB AD-CUSTODIAN 456543 244921633030000 1020.6239 PRINTING HUMAN RESOURCES 26300769 Supplier 153490 NEOGOV(PCARD) 3.86- HR SALES TAX ADJUST 456520 244921633050000 1020.6210 OFFICE SUPPLIES HUMAN RESOURCES 08954581 3.86 HR SALES TAX ADJUST 456520 244921633050000 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 08954581 51.35 PAYROLL SUPPLIES:PERF PAPER 456520 244921633050000 1020.6210 OFFICE SUPPLIES HUMAN RESOURCES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 22 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 08954581 Supplier 160951 SUPPLIES SHOPS(PCARD) 4.32- POL SALES TAX ADJUST 456506 246921632981011 1215.6229 GENERAL SUPPLIES POLICE DETECTIVE UNIT 07797652 4.32 POL SALES TAX ADJUST 456506 246921632981011 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 07797652 67.22 EVIDENCE ROOM SUPPLIES 456506 246921632981011 1215.6229 GENERAL SUPPLIES POLICE DETECTIVE UNIT 07797652 Supplier 148119 ULINE(PCARD) 75.00 WINTER OPERATORS-WEIGEL 456521 246921632981014 1610,6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 75.00 WINTER OPERATORS-OLSON 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN 44067728 75.00 WINTER OPERATORS-MIX 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 75.00 WINTER OPERATORS-MACHACEK 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 75.00 WINTER OPERATORS-LUNDEEN 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 75.00 WINTER OPERATORS-LEE 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN 44067728 75.00 WINTER OPERATORS-HOCHSPRUNG 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 75,00 WINTER OPERATORS-HILL 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN- 44067728 75.00 WINTER OPERATORS-BUNKE 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 75.00 WINTER OPERATORS-DUGAN 456521 246921632981014 1610.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET/BOULEVARD REPAIR&MN' 44067728 Supplier 148062 AMERICAN PUBLIC WORKS ASSN(PCARD) 4.15- POL SALES TAX ADJUST 456514 246921632991022 1225.6229 GENERAL SUPPLIES POLICE TRAINING 55034681 4.15 POL SALES TAX ADJUST 456514 246921632991022 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 55034681 299.92 LUNCH FOR TRAINING HERO CENTER 456514 246921632991022 1225.6229 GENERAL SUPPLIES POLICE TRAINING 55034681 Supplier 126248 RAISING CANE'S(PCARD) 3 17- IT SALES TAX ADJUST 456547 246921633001026 1030.6280 DUES&SUBSCRIPTIONS INFORMATION TECHNOLOGY 79786582 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 23 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 3.17 IT SALES TAX ADJUST 456547 246921633001026 1000.2330 DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 79786582 42.16 WSJ ONLINE SUBSCRIPTION 456547 246921633001026 1030.6280 DUES&SUBSCRIPTIONS INFORMATION TECHNOLOGY 79786582 Supplier 157029 WSJ BARRONS SUBSCRIPT(PCARD) 1.46- UTIL SALES TAX ADJUST 456493 246921633061044 5330.6211 SMALL TOOLS&EQUIPMENT WTR MAIN/HYDRANT/CURB STOP N 57566180 1.46 UTIL SALES TAX ADJUST 456493 246921633061044 5300.2330 DUE TO OTHER GOVERNMENT WATER&SEWER FUND BAL SHEET 57566180 19.45 EMORY CLOTH 456493 246921633061044 5330.6211 SMALL TOOLS&EQUIPMENT WTR MAIN/HYDRANT/CURB STOP N 57566180 Supplier 140339 AMAZON.COM(PCARD) 4.26- POL SALES TAX ADJUST 456515 246921633061049 1225.6229 GENERAL SUPPLIES POLICE TRAINING 44854397 4.26 POL SALES TAX ADJUST 456515 246921633061049 1000.2330 s DUE TO OTHER GOVERNMENT GENERAL FUND BALANCE SHEET 44854397 307.92 LUNCH FOR HERO CENTER TRAINING. 456515 246921633061049 1225.6229 GENERAL SUPPLIES POLICE TRAINING 44854397 Supplier 126248 RAISING CANE'S(PCARD) 3.17 APPLE BUSINESS ESSENTIALS 456546 246921633061050 1030.6308 SOFTWARE SUBSCRIPTIONS INFORMATION TECHNOLOGY 24625383 Supplier 159060 BUSINESS.,APPLE,COM(PCARD) 779.00 PUBLIC ORDER CMD CERT WOLF 456525 246921633061050 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 43363610 779.00 PUBLIC ORDER CMD CERT ZAUHAR 456525 246921633061050 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 43363610 779.00 PUBLIC ORDER CMD CERT FRY 456525 246921633061050 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 43363610 Supplier 157025 NATIONAL TACTICAL(PCARD) 315.00 BASIC PHOTOGRAPHY-MARSHBANK 456505 247170532941229 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 44162296 Supplier 150045 BOA TRAINING EDUCATION(PCARD) 62.37- IA2 SALES TAX ADJUST 456524 247170532972629 5270.6215 EQUIPMENT-PARTS ARENA 2 EQUIPMENT MAINT-HAYE 77732800 62.37 IA2 SALES TAX ADJUST 456524 247170532972629 5200.2330 DUE TO OTHER GOVERNMENT ARENA FUND BALANCE SHEET 77732800 847.17 MOTOR FOR HAYES DEHUMID. 456524 247170532972629 5270.6215 EQUIPMENT-PARTS ARENA 2 EQUIPMENT MAINT-HAYEE 77732800 Supplier 160949 ELECTRIC MOTOR REPAIR INC(PCARD) R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 24 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 75.00 KLINE DMT REFRESHER 456510 247170533011230 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 14247893 315.00 BASIC PHOTOGRAPHY-SAHOLT 456504 247170533041230 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 43024658 75.00 BCA DMT PLANTZ 456509 247170533041230 1225.6275 SCHOOLS/CONFERENCES/EXP LOCAL POLICE TRAINING 43024666 Supplier 150045 BCA TRAINING EDUCATION(PCARD) 250.00 DNR WATER QUALITY PERMIT-BERGE 456495 247170533047330 5505.6399 OTHER CHARGES STORM DRAIN MNTC/RPR/SUMPS 47360765 Supplier 134899 MN DEPT OF NATURAL RESOURCES(PCARD) 69.00 EMAIL ADVERTISING 456534 247933833050006 5005.6239 PRINTING LIQUOR GENERAL OPERATIONS 09363075 Supplier 141272 MAILCHIMP(PCARD) 274.78 CORDIAL FILLED CHOCOLATES 454197 248019733017007 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 11978221 Supplier 160952 TRUE FABRICATIONS(PCARD) 510.00 ADVERTISING CONSTANT CONTACT 456516 249064133001858 2205.6239 PRINTING GOLF MANAGEMENT 09717271 Supplier 148199 CONSTANT CONTACT(PCARD) 614.22 MSFCA CONF DULUTH-NELSON HOTL 456549 249430032959706 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 33891421 614.22 MSFCA CONF DULUTH-KARNICK HTL 456549 249430032959706 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 33891421 614.22 MSFCA CONF DULUTH-MELVILLE HTL 456549 249430032959706 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 33891421 614.22 MSFCA CONE DULUTH-STRUTHERS HT 456549 249430032959706 1310.6276 SCHOOLS/CONFERENCES/EXP OTHERFIRE TRAINING 33891421 219.54 AWWA DETROIT LAKES-GALLAGHER 456551 249430033009704 5315,6276 SCHOOLS/CONFERENCES/EXP OTHERWATER TRAINING/SCHOOL/MEETIN 17262495 Supplier 147568 HOLIDAY INN(PCARD) 5.31- UTIL SALES TAX ADJUST 456492 249430133010101 5375.6211 SMALL TOOLS&EQUIPMENT SEWER MAINTENANCE AND REPAIF 89590506 5.31 UTIL SALES TAX ADJUST 456492 249430133010101 5300.2330 DUE TO OTHER GOVERNMENT WATER&SEWER FUND BAL SHEET 89590506 70.69 REPL SPOTLIGHTS 456492 249430133010101 5375.6211 SMALL TOOLS&EQUIPMENT SEWER MAINTENANCE AND REPAIF 89590506 13.98 BREAK ROOM WATER REFILL 456536 249430133040101 5095.6229 GENERAL SUPPLIES LIQUOR#3 OPERATIONS 90554316 Supplier 143525 HOME DEPOT STORE#2833(PCARD) R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/3/2024 14:11:33 Council Check Register by GL Page- 25 Council Check Register by Invoice&Summary 11/6/2023 -- 1/5/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231140 11/6/2023 120679 U S BANK P CARD Continued... 15,373.91 473,891.03 Grand Total Payment Instrument Totals Checks 254,540.13 EFT Payments 15.373.91 A/P ACH Payment 203 976.99 Total Payments 473,891.03 lk.\?.\21k tit I I R55CKS2 LOGIS100 CITY OF APPLE VALLEY 1/3/2024 14:11:38 Note: Payment amount may not reflect the actual amount due to data sequencing and/or data selection. Council Check Summary Page- 1 11/6/2023 - 1/5/2024 Company Amount 01000 GENERAL FUND 63,220.20 02010 CABLE TV RESERVE FUND 265.94 02015 PARK DEDICATION FUND 1,363.75 02025 ROAD ESCROW FUND 113,635.37 02200 VALLEYWOOD GOLF FUND 1,570.94 04420 '21 FACILITIES CIP 25,415.66 04425 VALLEYWOOD IMPROVEMENTS 49,305.00 04500 CONSTRUCTION PROJECTS 9,811.00 04750 ELECTRIC FRANCHISE 10,682.00 05000 LIQUOR FUND 122,960.95 05200 ARENA FUND 847.17 05300 WATER&SEWER FUND 1,263.93 05500 STORM DRAINAGE UTILITY FUND 25,274.62 05540 2022A STORMWATER BOND CONST 17,500.00 05600 CEMETERY FUND LEVEL PROGRAM 881.00 05800 STREET LIGHT UTIL FUND 10,678.29 07200 RISK MANAGEMENT/INSURANCE FUND 18,767.21 09000 PAYROLL CLEARING FUND 448.00 Report Totals 473,891.03 1 I R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 1 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30694 1/12/2024 145130 1 CLEAN CONSCIENCE 1,000.00 EDUBLDG-CLEANING DEC 456577 12DEC23 2092.6240 CLEANING SERVICE/GARBAGE EDUCATION BUILDING FUND 1,000.00 30695 1/12/2024 100101 ACE HARDWARE 2.29- DISCOUNT 457094 101310987141 1340.6333 GENERAL-CASH DISCOUNTS FIRE BLDG&GROUNDS MNTC 22.97 CLEANING SUPPLIES 457094 101310987141 1340.6229 GENERAL SUPPLIES FIRE BLDG&GROUNDS MNTC .27- DISCOUNT 457093 101360987341 1730.6333 GENERAL-CASH DISCOUNTS PARK BUILDING MAINTENANCE 2.76 SHOP NUTS AND BOLTS 457093 101360987341 1730.6229 GENERAL SUPPLIES PARK BUILDING MAINTENANCE 23.17 30696 1/12/2024 147324 ALL-AMERICAN ARENA PRODUCTS 83.07 AVSA PUCK MARK REMOVER 456591 5089 5210.6229 GENERAL SUPPLIES ARENA 1 BUILDING MAINTENANCE 83.07 HAYES PUCK MARK REMOVER 456591 5089 5265.6229 GENERAL SUPPLIES ARENA 2 BLDG MAINTENANCE-HAY 166.14 30697 1/12/2024 100389 ALPHAGRAPHICS 221.46 EVIDENCE ENVELOPES 456593 126355 1200.6239 PRINTING POLICE MANAGEMENT 221,46 30698 1/12/2024 153995 AMAZON CAPITAL SERVICES 80.26 LAPTOP CASES 456641 1777YP6G3TL4 1030.6211 SMALL TOOLS&EQUIPMENT INFORMATION TECHNOLOGY 101.46 CERT PAPER AND COVE FOR AWARDS 457078 17JGK1V3CWXK 1300.6210 OFFICE SUPPLIES FIRE MANAGEMENT 200.74 AVCC WATER FOUNTAIN FILTERS 456584 19634NTD341 N 1900.6229 GENERAL SUPPLIES AV COMMUNITY CENTER .53- GOLF SALES TAX ADJUST 456634 19JF4HLQC7HN 2215.6229 GENERAL SUPPLIES GOLF CLUBHOUSE BUILDING .53 GOLF SALES TAX ADJUST 456634 19JF4HLQC7HN 2200.2330 DUE TO OTHER GOVERNMENT VALLEYWOOD GOLF 45.40 STORM HORNS 456634 19JF4HLQC7HN 2215.6229 GENERAL SUPPLIES GOLF CLUBHOUSE BUILDING .71- GOLF SALES TAX ADJUST 456635 1L9KRGTFPLWY 2215.6229 GENERAL SUPPLIES GOLF CLUBHOUSE BUILDING .71 GOLF SALES TAX ADJUST 456635 1L9KRGTFPLWY 2200.2330 DUE TO OTHER GOVERNMENT VALLEYWOOD GOLF 61.58 LIGHT BULBS FOR ELEVATOR 456635 1L9KRGTFPLWY 2215,6229 GENERAL SUPPLIES GOLF CLUBHOUSE BUILDING 168.28 BACKUP BATTERIES 456637 1TL1F44JCXJG 2012.6215 EQUIPMENT-PARTS CABLE TV JOINT POWERS 657.72 30699 1/12/2024 147438 ARBITRAGE GROUP INC,THE 1,200.00 2022AARBITRAGE RPT NOV'22'23 456583 86836 4422,6235 2021173G CONSULTANT SERVICES '21 FACILITIES CIP 300.00 2022A ARBITRAGE RPT NOV'22-'23 456583 86836 5542.6235 CONSULTANT SERVICES 2022A STORMWATER BOND CONS E 1,500.00 2021B ARBITRAGE RPTSEPT'22-'23 456582 86837 4422.6235 2021173G CONSULTANT SERVICES '21 FACILITIES CIP 3,000.00 30700 1/12/2024 149719 BAYCOM 558.00 MAGNETIC MOUNTS 456618 EQUIPINV047140 1210.6211 SMALL TOOLS&EQUIPMENT POLICE FIELD OPERATIONS/PATRO R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 2 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30700 1/12/2024 149719 BAYCOM Continued... 558.00 30701 1/12/2024 149273 BLACKFIRE CREATIVE 240.00 STICKERS-CRIME PREVENTION 456640 6453 1275.6229 GENERAL SUPPLIES POL COMMUN OUTREACH/CRIME P 20.00 REPLACEMENT GRAPHICS 456631 6881 1210.6215 EQUIPMENT-PARTS POLICE FIELD OPERATIONS/PATRO 20.00 REPLACEMENT GRAPHICS 456632 7259 1210.6215 EQUIPMENT-PARTS POLICE FIELD OPERATIONS/PATRO 280.00 30702 1/12/2024 142897 BOLTON&MENK,INC. 256.00 EASEMENT DESCRIPTIONS 456602 326889 1200.6235 2023168G CONSULTANT SERVICES POLICE MANAGEMENT 256.00 30703 1/12/2024 100102 COLLEGE CITY BEVERAGE 45.00 THC/CBD#1 00000114 456715 973658 5015.6515 THC/CBD LIQUOR#1 STOCK PURCHASES 5,125.45 BEER#1 00000114 456716 973658 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 54.60- CMBEER#1 00000114 456714 973695 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 38.40- CMBEER#2 00000114 456736 973832 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 45.00 THC/CBD#2 00000114 456737 973833 5055.6515 THC/CBD LIQUOR#2 STOCK PURCHASES 8,057.50 BEER#2 00000114 456738 973833 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 36.65- CMBEER#3 00000114 456756 973914 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 552.75 LIQ#3 00000114 456757 973915 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 135.00 WINE#3 00000114 456758 973915 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 363.00 THC/CBD#3 00000114 456759 973916 5085.6515 THC/CBD LIQUOR#3 STOCK PURCHASES 4,657.05 BEER#3 00000114 456760 973916 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 44.80 TAX#3 00000114 456761 973916 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 26.00 NTAX#3 00000114 456762 973916 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 283.40 LIQ#1 00000114 456718 974547 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 443.66- CMBEER#1 00000114 456717 975940 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 90.00 THC/CBD#1 00000114 456719 975941 5015.6515 THC/CBD LIQUOR#1 STOCK PURCHASES 6,534.35 BEER#1 00000114 456720 975941 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 534.55 LIQ#2 00000114 456739 976005 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 120.00 THC/CBD#2 00000114 456740 976006 5055.6515 THC/CBD LIQUOR#2 STOCK PURCHASES 1,676.00 BEER#2 00000114 456741 976006 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 29.00 NTAX#2 00000114 456742 976006 5055.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 20.80- CMBEER#3 00000114 456763 976122 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 327.00 THC/CBD#3 00000114 456764 976124 5085.6515 THC/CBD LIQUOR#3 STOCK PURCHASES 2,798.45 BEER#3 00000114 456765 976124 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 36.30 TAX#3 00000114 456766 976124 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 29.00 NTAX#3 00000114 456767 976124 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 3,304.75 BEER#1 00000114 456722 977860 5015.6530 BEER LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Pager 3 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30703 1/12/2024 100102 COLLEGE CITY BEVERAGE Continued... 29.00 NTAX#1 00000114 456723 977860 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 576,00 THC/CBD#3 00000114 456768 977918 5085.6515 THC/CBD LIQUOR#3 STOCK PURCHASES 3,113,95 BEER#3 00000114 456769 977918 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 31.00 TAX#3 00000114 456770 977918 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 94.60 LIQ#2 00000114 456744 978087 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 33.60 WINE#2 00000114 456745 978087 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 45.00 THC/CBD#2 00000114 456746 978088 5055.6515 THC/CBD LIQUOR#2 STOCK PURCHASES 3,946,10 BEER#2 00000114 456747 978088 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 197.40 WINE#1 00000114 456721 978203 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 100.33- CMBEER#2 00000114 456743 978227 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 9.65- CMBEER#1 00000114 456724 980445 5015.6530 BEER LIQUOR#1 STOCK PURCHASES .80 TAX#1 00000114 456725 980445 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 766.45 LIQ#1 00000114 456726 980446 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 10,335.20 BEER#1 00000114 456727 980447 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 112.25 TAX#1 00000114 456728 980447 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 26.00 NTAX#1 00000114 456729 980447 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 149.30 LIQ#2 00000114 456748 980525 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 135.00 THC/CBD#2 00000114 456749 980526 5055.6515 THC/CBD LIQUOR#2 STOCK PURCHASES 1,460.55 BEER#2 00000114 456750 980526 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 1,955.05 LIQ#3 00000114 456771 980701 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 860.00 THC/CBD#3 00000114 456772 980702 5085.6515 THC/CBD LIQUOR#3 STOCK PURCHASES 4,414.45 BEER#3 00000114 456773 980702 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 92.25 TAX#3 00000114 456774 980702 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 29.00 NTAX#3 00000114 456775 980702 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 90.33- CMBEER#1 00000114 456730 982391 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 418.80 LIQ#1 00000114 456731 982392 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 45.00 THC/CBD#1 00000114 456732 982393 5015.6515 THC/CBD LIQUOR#1 STOCK PURCHASES 3,408.90 BEER#1 00000114 456733 982393 5015.6530 BEER LIQUOR#1 STOCK PURCHASES 15.00 TAX#1 00000114 456734 982393 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 134.50 NTAX#1 00000114 456735 982393 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 194.60- CMBEER#2 00000114 456751 982428 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 450.00 LIQ#2 00000114 456752 982429 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 67.20 WINE#2 00000114 456753 982429 5055,6520 WINE LIQUOR#2 STOCK PURCHASES 1,790.00 BEER#2 00000114 456754 982430 5055.6530 BEER LIQUOR#2 STOCK PURCHASES 97.15 TAX#2 00000114 456755 982430 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 1,020.00 LIQ#3 00000114 456776 982613 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 126.00 THC/CBD#3 00000114 456777 982614 5085.6515 THC/CBD LIQUOR#3 STOCK PURCHASES 8,320.20 BEER#3 00000114 456778 982614 5085.6530 BEER LIQUOR#3 STOCK PURCHASES 170.65 TAX#3 00000114 456779 982614 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 4 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30703 1/12/2024 100102 COLLEGE CITY BEVERAGE Continued... 78,291 68 30704 1/12/2024 100128 DAKOTA ELECTRIC ASSOCIATION 79.53 SIGNAL 140TH/GARDNVW DEC 457087 200003037769DEC 5805.6255 UTILITIES-ELECTRIC STREET LIGHT UTILITY FUND 23 42.48 SIGNAL 140TH/HAYES DEC 457089 200003037777DEC 5805.6255 UTILITIES-ELECTRIC STREET LIGHT UTILITY FUND 23 53.67 FOUNDERS/GALAXIE SIGNAL DEC 457084 200003777430DEC 5805.6545 NON-TAXABLE MISC FOR RESALE STREET LIGHT UTILITY FUND 23 39.65 GALAXIE/FOUNDER LN SPKLR DEC 457083 200003919925DEC 1610.6255 UTILITIES-ELECTRIC STREET/BOULEVARD REPAIR&MN' 23 423.97 15281 FOUNDERS BLVD LIGHTS DEC 457085 200004198750DEC 5805.6545 NON-TAXABLE MISC FOR RESALE STREET LIGHT UTILITY FUND 23 51.88 LIFT STN STRM SWR GALAXIE DEC 457086 200004229209DEC 5505.6255 UTILITIES-ELECTRIC STORM DRAIN MNTC/RPR/SUMPS 23 27.31 GARDENVIEW DR PK SLTR DEC 457088 200004331096DEC 1730.6255 UTILITIES-ELECTRIC PARK BUILDING MAINTENANCE 23 17.27 REDWOOD PKS RESTRM DEC 457091 200004514691DEC 1730.6255 UTILITIES-ELECTRIC PARK BUILDING MAINTENANCE 23 18.55 15763 HEYWOOD CT DEC 457090 200010053463DEC 1210.6255 UTILITIES-ELECTRIC POLICE FIELD OPERATIONS/PATRO 23 754.31 30705 1/12/2024 120313 FASTENAL COMPANY 4.78 BATTERIES-FINANCE 457080 MNTC1284313 1035.6215 EQUIPMENT-PARTS FINANCE 116.93 BATTERIES-COMMUNITY CENTER 457080 MNTC1284313 1900.6215 EQUIPMENT-PARTS AV COMMUNITY CENTER 121.71 30706 1/12/2024 134313 HEYNE,RICHARD J 58.16 DEC MILEAGE-HEYNE 456574 20231229 5005.6277 MILEAGE/AUTO ALLOWANCE LIQUOR GENERAL OPERATIONS 58.16 30707 1/12/2024 103314 INNOVATIVE OFFICE SOLUTIONS 71.93 PAPER TAPE FILE FOLDERS 456643 IN4417486 1600.6210 OFFICE SUPPLIES STREET MANAGEMENT 2.06 FASTENERS FOR BREANNA 456588 IN4419638 1100.6210 OFFICE SUPPLIES DEV MANAGEMENT 3.98 CERTIFICATE PAPER-FIRE 456588 IN4419638 1300.6210 OFFICE SUPPLIES FIRE MANAGEMENT 36.50 VCE MAIL LOG BKS-INSPCTNS 456588 IN4419638 1400.6210 OFFICE SUPPLIES INSPECTIONS MANAGEMENT 6.62 CERTIFICATE PAPER-FIRE 457072 IN4421432 1300.6210 OFFICE SUPPLIES FIRE MANAGEMENT 7.53 NAME PLATE-PLANNING 457073 IN4421676 1100.6229 GENERAL SUPPLIES DEV MANAGEMENT 9.51 BLK FLAIR MARKERS-SUPPLY RM 456601 IN4425710 1035.6210 OFFICE SUPPLIES FINANCE R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 5 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30707 1/12/2024 103314 INNOVATIVE OFFICE SOLUTIONS Continued... 93.37 PENS,PAPER,SHARPIES 456613 IN4425881 1200.6210 OFFICE SUPPLIES POLICE MANAGEMENT 11.69 PAPER 456612 IN4425882 1200.6210 OFFICE SUPPLIES POLICE MANAGEMENT 33,55 PENCIL SHARPENER 456614 IN4425981 1920.6210 OFFICE SUPPLIES SENIOR CENTER 276,74 30708 1/12/2024 142046 KILLMER ELECTRIC COMPANY,INC. 49,900.00 SEWER MONITOR-ELECTRIC FINAL 456580 20231130 5390.6735 2021138W CAPITAL OUTLAY-OTHER IMPROVEME SWR EQUIP/VEHICLE MISC MNTC/R 49,900.00 30709 1/12/2024 100279 LAW ENFORCEMENT LABOR SERVICES 705.00 SERGEANT(#243)UNION DUES 456560 104241007193 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 3,031.50 POLICE(#71)UNION DUES 456560 104241007193 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 3,736.50 30710 1/12/2024 100293 MACQUEEN EQUIPMENT 158 57 REPL CLAMPS-401 456644 P54403 5390.6215 EQUIPMENT-PARTS SWR EQUIP/VEHICLE MISC MNTC/R 158.57 30711 1/12/2024 156194 METRO ALARM&LOCK 1.68- LIQ1 SALES TAX ADJUST 456615 52458 5025.6249 OTHER CONTRACTUAL SERVICES LIQUOR#1 OPERATIONS 1,68 LIQ1 SALES TAX ADJUST 456615 52458 5000.2330 DUE TO OTHER GOVERNMENT LIQUOR BALANCE SHEET 145.97 LIQ1 ALARM-FEB-APR 456615 52458 5025.6249 OTHER CONTRACTUAL SERVICES LIQUOR#1 OPERATIONS 145.97 30712 1/12/2024 100849 METRO VOLLEYBALL OFFICIALS ASS 816.00 VOLLEYBALL OFFICIALS 10/17,&24 456623 2142 1860.6249 OTHER CONTRACTUAL SERVICES REC VOLLEYBALL 816.00 VOLLEYBALL OFFI.11/28,12/5&12 456624 2163 1860.6249 OTHER CONTRACTUAL SERVICES REC VOLLEYBALL 1,632.00 30713 1/12/2024 146279 NORDIC MECHANICAL SERVICES,I 595.18 EDUBLDG-HVAC FALL PREVENTMAINT 456599 72253 2092.6266 REPAIRS-BUILDING EDUCATION BUILDING FUND 595.18 30714 1/12/2024 154497 PETERSON,KRAIG 51 09 DEC MILEAGE-PETERSON 456575 20231228 5005.6277 MILEAGE/AUTO ALLOWANCE LIQUOR GENERAL OPERATIONS 51 09 30715 1/12/2024 100382 PILGRIM PROMOTIONS 7.00 EMBROIDERY-J MILLER 457069 16809 1710.6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN' 49.00 EMBROIDERY-7 ITEMS 457069 16809 1710,6281 UNIFORM/CLOTHING ALLOWANCE PARK MAINTENANCE MANAGEMEN' R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 6 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30715 1/12/2024 100382 PILGRIM PROMOTIONS Continued... 58.85 JACKET-C BRETITUNG 457069 16809 5365.6281 UNIFORM/CLOTHING ALLOWANCE SEWER MGMT/REPORTS/DATA ENT 114.85 30716 1/12/2024 150718 PRO-TEC DESIGN,INC 923.00 REPAIR IN CELL CAMERA 456627 112442 1250.6265 REPAIRS-EQUIPMENT POLICE FACILITY 923 00 30717 1/12/2024 158457 SAFARI RAW 224.96 K9 FOOD 456638 1172 1281.6229 GENERAL SUPPLIES POLICE K-9 224.96 K9 FOOD 456639 219773 1281.6229 GENERAL SUPPLIES POLICE K-9 449.92 30718 1/12/2024 157897 SCOTT NELSON COACHING INC 1,200.00 P&R DEC 23 LEADERSHIP TRAINING 456596 23101 1700.6275 SCHOOLS/CONFERENCES/EXP LOCAL PARK&RECREATION MANAGEMEN 1,200.00 30719 1/12/2024 100715 SIRCHIE FINGER PRINT LABORATOR 118 30 EVIDENCE TAPE 456633 6239061N 1215.6229 GENERAL SUPPLIES POLICE DETECTIVE UNIT 118.30 30720 1/12/2024 100524 SOUTHERN GLAZERS WINE AND SPIRITS OF MN 6,023,29 LIQ#1 00050756 456949 2425851 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1,382.50 WINE#1 00050756 456960 2425852 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 166.00 LIQ#1 00050756 456950 2425854 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1,559.43 LIQ#2 00050756 456952 2425856 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 1,771.00 WINE#2 00050756 456962 2425858 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 234,00 LIQ#3 00050756 456954 2425873 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 8,780.98 LIQ#3 00050756 456955 2425874 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 2,955.33 WINE#3 00050756 456964 2425876 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 8,292.01 LIQ#1 00050756 456951 2428580 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1,571.49 WINE#1 00050756 456961 2428581 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 5,025.70 LIQ#2 00050756 456953 2428586 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES i 872.00 WINE#2 00050756 456963 2428587 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 9,332.71 LIQ#3 00050756 456956 2428609 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 104.00 LIQ#3 00050756 456957 2428611 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 1,295.00 WINE#3 00050756 456958 2428611 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 208.00 TAX#3 00050756 456959 2428611 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 1,402.12 LIQ#1 00050756 457028 2430508 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1,506.52 LIQ#2 00050756 457029 2430511 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 27.00 TAX#2 00050756 457030 2430512 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page. 7 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Dale Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 30720 1/12/2024 100524 SOUTHERN GLAZERS WINE AND SPIRITS OF MN Continued... 62.00 WINE#2 00050756 457033 2430513 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 897.05 LIQ#3 00050756 457031 2430520 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 593.56 WINE#3 00050756 457034 2430521 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 52.48 WINE#1 00050756 457032 2431128 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 108.00 LI0#1 00050756 457012 5106612 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 269.95 WINE#1 00050756 457016 5106614 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 208.00 WINE#2 00050756 457020 5106615 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 160.00 WINE#2 00050756 457021 5106616 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 528.00 WINE#3 00050756 457024 5106644 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 269.95 WINE#3 00050756 457025 5106645 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 448.00 WINE#1 00050756 457017 5107247 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 112.00 WINE#1 00050756 457018 5107248 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 1,100.00 WINE#1 00050756 457019 5107249 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 6,243.60 LIQ#1 00050756 457013 5107250 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 168.00 WINE#2 00050756 457022 5107252 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 56,00 WINE#2 00050756 457023 5107253 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 2,785.62 LIQ#2 00050756 457014 5107254 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 56.00 WINE#3 00050756 457026 5107267 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 6,216.98 LIQ#3 00050756 457015 5107268 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 121.00- CMLIQ#1 00050756 457027 93306 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 72,723,27 30721 1/12/2024 101761 TECH SALES CO 6,845 41 SEWER MONITOR-FLOW METER FINAL 456581 20231215 5390.6735 2021138W CAPITAL OUTLAY-OTHER IMPROVEME SWR EQUIP/VEHICLE MISC MNTC/R 6,845.41 30722 1/12/2024 100529 ZINCK,JAMES R - 39.30 DECEMBER MILEAGE-ZINCK 457077 20231220 2205.6277 MILEAGE/AUTO ALLOWANCE GOLF MANAGEMENT 39.30 318400 1/3/2024 101697 PUBLIC EMPLOYEES RETIREMENT ASSOC 245.59 PERA ER BUY BACK SKINNER 456553 20231228 1700.6141 PENSIONS-PERA PARK&RECREATION MANAGEMEN 245.59 318401 1/10/2024 147492 ACUSHNET COMPANY 682.75 STAFF PULLOVERS 456619 917011616 2205.6281 UNIFORM/CLOTHING ALLOWANCE GOLF MANAGEMENT 682.75 318402 1/10/2024 153747 ADS ON BOARDS 700.00 AVSA DASHER BOARD CLEANING 456628 20231020 5210.6249 OTHER CONTRACTUAL SERVICES ARENA 1 BUILDING MAINTENANCE R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 8 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318402 1/10/2024 153747 ADS ON BOARDS Continued... 700.00 318403 1/10/2024 161068 AHRENS,NICHOLAS 10.00 NICK AHRENS-PESTI.LICENSE 456589 20231229 1600.6275 SCHOOLS/CONFERENCES/EXP LOCAL STREET MANAGEMENT 10.00 318404 1/10/2024 158552 ASPIRE ADULT VOLLEYBALL LLC 225.00 VOLLEYBALL CLINIC INSTRUCTION 456585 4 1860.6249 OTHER CONTRACTUAL SERVICES REC VOLLEYBALL 225.00 318405 1/10/2024 149274 B&H PHOTO-VIDEO 491.78 REPLACEMENT LIGHT 456607 219699904 2012.6211 SMALL TOOLS&EQUIPMENT CABLE TV JOINT POWERS 491.78 318406 1/10/2024 109954 BERRY COFFEE COMPANY 146.00 CH COFFEE FILTER CARTRIDGES 457082 984700 1060.6229 GENERAL SUPPLIES MUNICIPAL BLDG&GROUNDS MN1 219.00 CH COFFEE FILTER CARTRIDGES 457081 984707 1060.6229 GENERAL SUPPLIES MUNICIPAL BLDG&GROUNDS MN1 365.00 318407 1/1012024 144930 CANON 42.68 COPIER LEASE 456598 31751873 ' 1920.6310 RENTAL EXPENSE SENIOR CENTER 47.69 COPIER LEASE 456598 31751873 1400.6310 RENTAL EXPENSE INSPECTIONS MANAGEMENT 289.01 COPIER LEASE 456598 31751873 1700.6310 RENTAL EXPENSE PARK&RECREATION MANAGEMEN 399.60 COPIER LEASE 456598 31751873 1200.6310 RENTAL EXPENSE POLICE MANAGEMENT 730.68 COPIER LEASE 456598 31751873 1030.6310 RENTAL EXPENSE INFORMATION TECHNOLOGY 62.01 COPIER LEASE 456598 31751873 2205.6310 RENTAL EXPENSE GOLF MANAGEMENT 30.09 COPIER LEASE 456598 31751873 5025.6310 RENTAL EXPENSE LIQUOR#1 OPERATIONS 30.09 COPIER LEASE 456598 31751873 5065.6310 RENTAL EXPENSE LIQUOR#2 OPERATIONS 30.09 COPIER LEASE 456598 31751873 5095.6310 RENTAL EXPENSE LIQUOR#3 OPERATIONS 42.05 COPIER LEASE 456598 31751873 5210.6310 RENTAL EXPENSE ARENA 1 BUILDING MAINTENANCE 1,703.99 ' 318408 1/10/2024 156460 CARLSON,ERIC 433.09 4TH QRT 2023 MILEAGE-CARLSON 456572 20231228 1700.6277 MILEAGE/AUTO ALLOWANCE PARK&RECREATION MANAGEMEN 433.09 318409 1/10/2024 100319 CENTERPOINT ENERGY 329.04 FIRE STA 2 455447 120384375NOV23 4422.6255 2021170G UTILITIES-ELECTRIC '21 FACILITIES CIP 329.04 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 9 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318410 1/10/2024 151149 CHEM-AQUA,INC. Continued... 269.61 WATER TREATMENT CONTRACT 456586 8506189 1920.6249 OTHER CONTRACTUAL SERVICES SENIOR CENTER 269.61 318411 1/10/2024 100282 CINTAS CORPORATION 124.64 CINTAS-LINENS 456636 4178064652 2215.6240 CLEANING SERVICE/GARBAGE REMOVGOLF CLUBHOUSE BUILDING 124.64 318412 1/10/2024 142662 CONVENTION&VISITORS BUREAU 6,638.54 LODGING TAX-NOVEMBER 2023 456625 20240103 7005.6319 REIMBURSEMENT OF REV COLL FOR LODGING TAX 6,638.54 318413 1/10/2024 122019 CROWN RENTAL-BURNSVILLE 45.65 SHOP SUPPLIES 456592 W146741 1765.6229 GENERAL SUPPLIES PARK EQUIPMENT MAINTENANCE 45.65 318414 1/10/2024 100434 DOUGHERTY MOLENDA SOLFEST HILL 86.00 GEN CRIMINAL MATTERS 457037 217775 1055.6231 LEGAL SERVICES LEGAL PROSECUTING ATTORNEY 256.12 CODE VIOLATIONS-MISC 457045 217853 1050.6231 LEGAL SERVICES LEGAL GENERAL SERVICES 285.01 NORTH CREEK GREENWAY JPA-DC 457046 217854 1050.6231 2021150P LEGAL SERVICES LEGAL GENERAL SERVICES 108,66 BIGOS GABELLAASSIGNMENT PC16- 457047 217855 4502.6231 2016184G LEGAL SERVICES IMPROVEMENTS-ASSESSED 271.63 CIDER RIDGE MARKETPLACE(PC1905 457048 217856 4502.6231 2019141G LEGAL SERVICES IMPROVEMENTS-ASSESSED 380.28 AV COMMERCIAL-SCANNELL-PC1920S 457044 217857 4502.6231 2022139G LEGAL SERVICES IMPROVEMENTS-ASSESSED 733.41 WOODWINDS 8TH ADDN PRO PC22-06 457043 217858 4502.6231 2022140G LEGAL SERVICES IMPROVEMENTS-ASSESSED 814.89 STORM SE WTR PRO-TIME SQUARE I 457042 217859 4502.6231 2023109D LEGAL SERVICES IMPROVEMENTS-ASSESSED 694.72 MCNAMARA CONTRACTING PROPERTIE 457041 217860 4422:6231 2021172G LEGAL SERVICES '21 FACILITIES CIP 290.55 AV FIRE STATION#2 PLAT 457040 217861 4422.6231 2021170G LEGAL SERVICES '21 FACILITIES CIP 434.61 AV HIGH CUP-ACCBLDG PROJ PC23- 457049 217862 4502.6231 2023146L LEGAL SERVICES IMPROVEMENTS-ASSESSED 783.00 EAGLE POINTE 2ND ADDITION 457039 217863 4502.6231 2023163G LEGAL SERVICES IMPROVEMENTS-ASSESSED 1,688.00 PFAS LITIGATION 457038 217864 5305.6231 2023159W LEGAL SERVICES WATER MGMT/REPORT/DATA ENTR' 271.64 WINGS CU SIGN VARIANCE(2328.V 457050 217865 4502.6231 2023178L LEGAL SERVICES IMPROVEMENTS-ASSESSED 298.79 BRODI CAPITAL II LLC 457051 217866 4502.6231 2023186L LEGAL SERVICES IMPROVEMENTS-ASSESSED 300.50 GEN CRIMINAL MATTERS 457052 218097 1055.6231 LEGAL SERVICES LEGAL PROSECUTING ATTORNEY 612.48 CODE VIOLATIONS-MISC 457053 218339 1050.6231 LEGAL SERVICES LEGAL GENERAL SERVICES 190.14 CIDER RIDGE MARKETPLACE(PC1905 457054 218340 4502.6231 2019141G LEGAL SERVICES IMPROVEMENTS-ASSESSED 543.26 ORCHARD PL 2ND ADDN ROCKPORT L 457055 218341 4502.6231 2021119G LEGAL SERVICES IMPROVEMENTS-ASSESSED 108.65 STORM SE WTR PRO-TIME SQUARE I 457056 218342 4502.6231 2023109D LEGAL SERVICES IMPROVEMENTS-ASSESSED 53.44 MCNAMARA CONTRACTING PROPERTIE 457057 218343 4422.6231 2021172G LEGAL SERVICES '21 FACILITIES CIP 244.47 AV COMMERCE CENTER 2ND ADDN-SC 457058 218344 4502.6231 2022139G LEGAL SERVICES IMPROVEMENTS-ASSESSED 516.58 CENTRAL MAINT FACILITY 457059 218345 4422.6231 2021154G LEGAL SERVICES '21 FACILITIES CIP 434.61 AV HIGH CUP-ACCBLDG PROJ PC23- 457060 218346 4502.6231 2023146L LEGAL SERVICES IMPROVEMENTS-ASSESSED R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 10 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318414 1/10/2024 100434 DOUGHERTY MOLENDA SOLFEST HILL Continued... 1,412.48 EAGLE POINTE 2ND ADDITION 457061 218347 4502.6231 2023163G LEGAL SERVICES IMPROVEMENTS-ASSESSED 2,743.21 PFAS LITIGATION 457062 218348 5305.6231 2023159W LEGAL SERVICES WATER MGMT/REPORT/DATA ENTR' 190.14 FRANCHISE-CENTERPOINT GAS 457063 218349 2302,6231 PR230062 LEGAL SERVICES PARKS REF-FISCAL 162.99 FRANCHISE-FEE ORDIANCE 457064 218350 2302.6231 PR230062 LEGAL SERVICES PARKS REF-FISCAL 271.63 WINGS CREDIT UNION SIGN VARIAN 457065 218351 4502.6231 2023179L LEGAL SERVICES IMPROVEMENTS-ASSESSED 1,968.33 AV PARK BOND IMPROVEMENTS 457066 218352 2302.6231 PR230062 LEGAL SERVICES PARKS REF-FISCAL 81.49 STARBUCKS CUP(PC-23-31-C) 457067 218353 4502.6231 2023185L LEGAL SERVICES IMPROVEMENTS-ASSESSED 149.40 WINGS SIGNS-ORDIN AMEND 457068 218354 4502.6231 2023182L LEGAL SERVICES IMPROVEMENTS-ASSESSED 17,381.11 318415 1/10/2024 156953 FISHER,KALEB 119.96 4 PR JEANS-K FISHER 457074 20231228 5365.6281 UNIFORM/CLOTHING ALLOWANCE SEWER MGMT/REPORTS/DATA ENT 119.96 318416 1/10/2024 100198 GETTING,JON A 61.25 CURTAIN-NEW COLUMBARIA 456576 20231229 5605.6229 GENERAL SUPPLIES CEMETERY 61.25 318417 1/10/2024 120951 HENSLEY DESIGN 129.27 APRONS#2 PORTION 456597 304 5065.6281 UNIFORM/CLOTHING ALLOWANCE LIQUOR#2 OPERATIONS 258.52 APRONS#1 PORTION 456597 304 5025.6281 UNIFORM/CLOTHING ALLOWANCE LIQUOR#1 OPERATIONS 258.52 APRONS#3 PORTION 456597 304 5095.6281 UNIFORM/CLOTHING ALLOWANCE LIQUOR#3 OPERATIONS 646.31 318418 1/10/2024 161128 ICE,PAUL 75.00 REIMBURSE MAILBOX REPAIR 457076 20240104 1665.6229 GENERAL SUPPLIES STREET SNOW&ICE MATERIALS 75.00 318419 1/10/2024 100255 JOHNSON BROTHERS LIQUOR 4.00 WINE#1 00000109 456860 240694 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 288.00- CMLIQ#3 PAID TWICE 00000109 456834 2411884 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 150.00 LIQ#3 00000109 456836 2444875 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES .21 FREIGHT#3 00000109 456837 2444875 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 3,423,25 LIQ#1 00000109 456785 2449553 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 23.75 FREIGHT#1 00000109 456786 2449553 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 3,840.54 LIQ#2 00000109 456810 2449554 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 26.25 FREIGHT#2 00000109 456811 2449554 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 8,112.13 LIQ#3 00000109 456838 2449555 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 62.50 FREIGHT#3 00000109 456839 2449555 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,017.00 LIQ#1 00000109 456787 2449556 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 11 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318419 1/10/2024 100255 JOHNSON BROTHERS LIQUOR Continued... 7.50 FREIGHT#1 00000109 456788 2449556 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,163.12 WINE#1 00000109 456864 2449557 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 26.88 FREIGHT#1 00000109 456865 2449557 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 37.00 TAX#1 00000109 456789 2449558 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 1.25 FREIGHT#1 00000109 456790 2449558 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,869.90 LIQ#2 00000109 456812 2449559 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 12.60 FREIGHT#2 00000109 456813 2449559 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 996.60 WINE#2 00000109 456879 2449560 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 12.50 FREIGHT#2 00000109 456880 2449560 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,045.00 LIQ#3 00000109 456840 2449561 5085,6510 LIQUOR LIQUOR#3 STOCK PURCHASES 13.75 FREIGHT#3 00000109 456841 2449561 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,432,00 WINE#3 00000109 456893 2449562 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 23.75 FREIGHT#3 00000109 456894 2449562 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,947.10 LIQ#3 00000109 456842 2449563 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 20.00 FREIGHT#3 00000109 456843 2449563 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 2,031,03 WINE#3 00000109 456895 2449564 5085,6520 WINE LIQUOR#3 STOCK PURCHASES 31.25 FREIGHT#3 00000109 456896 2449564 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 37.00 TAX#3 00000109 456844 2449565 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 1.25 FREIGHT#3 00000109 456845 2449565 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 636.00 LIQ#3 00000109 456846 2449566 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 7,50 FREIGHT#3 00000109 456847 2449566 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 10,354.00 WINE#3 00000109 456897 2449567 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 97.52 FREIGHT#3 00000109 456898 2449567 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 2,281.50 LIQ#1 00000109 456791 2449568 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 33.75 FREIGHT#1 00000109 456792 2449568 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,424.27 WINE#1 00000109 456866 2449569 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 25.00 FREIGHT#1 00000109 456867 2449569 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 574.00 LIQ#2 00000109 456814 2449570 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 7.50 FREIGHT#2 00000109 456815 2449570 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 721.02 WINE#2 00000109 456881 2449571 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 12.50 FREIGHT#2 00000109 456882 2449571 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 811.00 LIQ#1 00000109 456793 2449572 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 8.75 FREIGHT#1 00000109 456794 2449572 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 128.00 WINE#1 00000109 456868 2449573 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 3.75 FREIGHT#1 00000109 456869 2449573 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 212.00 LIQ#2 00000109 456816 2449575 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 2.50 FREIGHT#2 00000109 456817 2449575 5055.6550 • FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 256.00 WINE#2 00000109 456883 2449576 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 5.00 FREIGHT#2 00000109 456884 2449576 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 12 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318419 1/10/2024 100255 JOHNSON BROTHERS LIQUOR Continued... 408.00 WINE#3 00000109 456899 2449577 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 8.75 FREIGHT#3 00000109 456900 2449577 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 886.80 LIQ#1 00000109 456798 2451315 5015,6510 LIQUOR LIQUOR#1 STOCK PURCHASES 12.50 FREIGHT#1 00000109 456799 2451315 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 186.96 LIQ#2 00000109 456822 2451326 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 2.50 FREIGHT#2 00000109 456823 2451326 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 186.96 LIQ#3 00000109 456848 2451326 5085,6510 . LIQUOR LIQUOR#3 STOCK PURCHASES 2.50 FREIGHT#3 00000109 456849 2451326 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,698,00 WINE#2 00000109 456885 2451327 5055,6520 WINE LIQUOR#2 STOCK PURCHASES 22.50 FREIGHT#2 00000109 456886 2451327 5055,6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,698.00 WINE#3 00000109 456901 2451327 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 22.50 FREIGHT#3 00000109 456902 2451327 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,452.00 LIQ#1 00000109 456800 2454652 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 18,75 FREIGHT#1 00000109 456801 2454652 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 6,526.67 WINE#1 00000109 456873 2454653 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 122.51 FREIGHT#1 00000109 456874 2454653 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 80.00 LIQ#2 00000109 456824 2454654 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 1.25 FREIGHT#2 00000109 456825 2454654 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 4,987.11 WINE#2 00000109 456887 2454655 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 71.26 FREIGHT#2 00000109 456888 2454655 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 801.00 LIQ#3 00000109 456850 2454656 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 8.75 FREIGHT#3 00000109 456851 2454656 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 4,502.35 WINE#3 00000109 456903 2454657 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 64,06 FREIGHT#3 00000109 456904 2454657 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 7,667.68 LIQ#1 00000109 456802 2454658 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 80.63 FREIGHT#1 00000109 456803 2454658 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,429.00 WINE#1 00000109 456875 2454659 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 28.75 FREIGHT#1 00000109 456876 2454659 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 111.00 TAX#1 00000109 456804 2454660 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 3,75 FREIGHT#1 00000109 456805 2454660 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 4,893.83 LIQ#3 00000109 456852 2454661 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 43.75 FREIGHT#3 00000109 456853 2454661 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,916.89 WINE#3 00000109 456905 2454662 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 26,88 FREIGHT#3 00000109 456906 2454662 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 111.00 TAX#3 00000109 456854 2454663 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 5.00 FREIGHT#3 00000109 456855 2454663 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 9,672,26 LIQ#1 00000109 456806 2454664 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 82.50 FREIGHT#1 00000109 456807 2454664 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 5,624.19 LIQ#2 00000109 456826 2454665 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 13 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318419 1/10/2024 100255 JOHNSON BROTHERS LIQUOR Continued... , 50.21 FREIGHT#2 00000109 456827 2454665 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 13,416.64 LIQ#3 00000109 456856 2454666 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 100,21 FREIGHT#3 00000109 456857 2454666 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 3,350.69 LIQ#2 00000109 456828 2454667 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 25.63 FREIGHT#2 00000109 456829 2454667 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,331.29 WINE#2 00000109 456889 2454668 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 18.75 FREIGHT#2 00000109 456890 2454668 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 74.00 TAX#2 00000109 456830 2454669 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 2,50 FREIGHT#2 00000109 456831 2454669 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 423.00 LIQ#1 00000109 456808 2454670 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 6.25 FREIGHT#1 00000109 456809 2454670 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 8,784,00 WINE#1 00000109 456877 2454671 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 105.02 FREIGHT#1 00000109 456878 2454671 5015,6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 290.00 LIQ#2 00000109 456832 2454672 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 5.00 FREIGHT#2 00000109 456833 2454672 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 5,340.00 WINE#2 00000109 456891 2454673 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 67.51 FREIGHT#2 00000109 456892 2454673 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 234.00 LIQ#3 00000109 456858 2454674 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 2.50 FREIGHT#3 00000109 456859 2454674 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,600.00 WINE#3 00000109 456907 2454675 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 33.75 FREIGHT#3 00000109 456908 2454675 5085,6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,201.60 LIQ#1 00000109 456965 2458409 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1,125.69 LIQ#2 00000109 456978 2458410 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 6.67 FREIGHT#2 00000109 456979 2458410 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 4.17 FREIGHT#1 00000109 456966 2458411 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 535.50 LIQ#1 00000109 456967 2458411 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 110.00 WINE#1 00000109 456968 2458411 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 3.75 FREIGHT#1 00000109 456969 2458411 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 136.25 WINE#1 00000109 456970 2458412 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 2.50 FREIGHT#1 00000109 456971 2458412 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 227.60 LIQ#2 00000109 456980 2458413 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 2.50 FREIGHT#2 00000109 456981 2458413 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 218.50 WINE#2 00000109 456982 2458414 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 5.00 FREIGHT#2 00000109 456983 2458414 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 80.00 LIQ#3 00000109 456990 2458415 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 1.25 FREIGHT#3 00000109 456991 2458415 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 260.05 WINE#3 00000109 456992 2458416 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 3.75 FREIGHT#3 00000109 456993 2458416 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 80.00 LIQ#1 00000109 456972 2458417 5015,6510 LIQUOR LIQUOR#1 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 14 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318419 1/10/2024 100255 JOHNSON BROTHERS LIQUOR Continued... 1.25 FREIGHT#1 00000109 456973 2458417 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 126.00 LIQ#2 00000109 456984 2458419 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 125 FREIGHT#2 00000109 456985 2458419 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 48.27 LIQ#2 00000109 456986 2458420 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 1.25 FREIGHT#2 00000109 456987 2458420 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 204.75 WINE#3 00000109 456994 2458421 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 3.75 FREIGHT#3 00000109 456995 2458421 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 475.00 LIQ#1 00000109 456974 2458422 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 12.50 FREIGHT#1 00000109 456975 2458422 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 48.00 WINE#1 00000109 456976 2458423 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 1.25 FREIGHT#1 00000109 456977 2458423 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 381.50 LIQ#3 00000109 456996 2458424 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 7.50 FREIGHT#3 00000109 456997 2458424 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 62.00 WINE#3 00000109 456998 2458425 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 1.25 FREIGHT#3 00000109 456999 2458425 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 583.00 LIQ#2 00000109 456988 2458426 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 13.75 FREIGHT#2 00000109 456989 2458426 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 20.00- CMLIQ#2 00000109 456821 277443 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 56.00- CMLIQ#3 00000109 456835 277444 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 66.83- CMLIQ#1 00000109 456782 278931 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 12.00- CMWINE#1 00000109 456861 278932 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 11.33- CMWINE#1 00000109 456862 278933 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 240.00- CMLIQ#1 00000109 456784 278934 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 9.40- CMLIQ#1 00000109 456783 278935 5015,6510 LIQUOR LIQUOR#1 STOCK PURCHASES 15.50- CMWINE#1 00000109 456863 278936 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 42.55- CMLIQ#1 00000109 456780 279003 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES .21- CMFREIGHT#1 00000109 456781 279003 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 8.67- CMWINE#1 00000109 456870 279954 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 17,66- CMWINE#1 00000109 456871 279955 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 12.00- CMWINE#1 00000109 456872 279956 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 49.50- CMLIQ#1 00000109 456797 279957 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 43.00- CMLIQ#2 00000109 456818 279958 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 117.00- CMLIQ#1 00000109 456795 280745 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 1.25- CMFREIGHT#1 00000109 456796 280745 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 283.62- CMLIQ#2 00000109 456819 515728 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 2.50- CMFREIGHT#2 00000109 456820 515728 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 140,380.44 318420 1/10/2024 161083 LAUNCH PROPERTIES 17.000 00 NRMP-14750 CEDAR AVE 456578 20231219 4900.2420 NRMP FIN GUAR-DEVELOPER DEP PHYSICAL IMPROV ESCROW BAL SI R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 15 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318420 1/10/2024 161083 LAUNCH PROPERTIES Continued... 17,000.00 318421 1/10/2024 103445 LEMKE,SHARON 51.76 10/30-12/27/23 MILEAGE-LEMKE 456573 20231227 1920.6277 MILEAGE/AUTO ALLOWANCE SENIOR CENTER 51,76 318422 1/10/2024 116371 LOFFLER COMPANIES INC(CONT I 373,04 PRINTER TONER&MAINTENANCE 456642 4563857 1030,6265 REPAIRS-EQUIPMENT INFORMATION TECHNOLOGY 373.04 318423 1/10/2024 145267 MBPTA 100.00 2024 MBPTA LISA&JENIFER 456608 20231218 1400.6280 DUES&SUBSCRIPTIONS INSPECTIONS MANAGEMENT 100.00 318424 1/10/2024 100309 MENARDS 6.99 WELL 19 BULB REPLACEMENT 456646 65787 5320.6229 GENERAL SUPPLIES WATER WELL/BOOSTER STN MNT/F 19.99 WATER TREATMENT PLANT PROJECT 456645 65852 5325.6211 SMALL TOOLS&EQUIPMENT WATER TREATMENT FCLTY MNTC/R 26.98 318425 1/10/2024 161088 MERTENS SERVICES MIDWEST INC 1.00 SURCHREFUND 13842 FRANCHISE 456617 20231219 1001.4072 STATE SURTAX COLLECTED GENERAL FUND REVENUE 31.94 PARTIALREFUND 13842 FRANCHISE 456617 20231219 1001.4924 ELECTRICAL PERMIT GENERAL FUND REVENUE 32.94 318426 1/10/2024 112614 METRO CHIEF FIRE OFFICERS ASSN 100.00 MEMBERSHIP DUES-NELSON 456600 20231222 1300.6280 DUES&SUBSCRIPTIONS FIRE MANAGEMENT 100.00 318427 1/10/2024 100325 MN POLLUTION CONTROL AGENCY 150.00 MPCA FEE FOR POLICE SITE 456626 10000176285A 4422.6249 2021172G OTHER CONTRACTUAL SERVICES '21 FACILITIES CIP 375.00 MPCA FEE FOR POLICE SITE 456630 10000176559 4422.6249 2021172G OTHER CONTRACTUAL SERVICES '21 FACILITIES CIP 150 00 MPCA FEE FOR POLICE SITE 456629 10000176634 4422.6249 2021172G OTHER CONTRACTUAL SERVICES '21 FACILITIES CIP 675.00 318428 1/10/2024 100995 NAPA AUTO PARTS 9.39 FUSES FOR 4991 457079 5763920879 1350.6215 EQUIPMENT-PARTS FIRE VEHICLE MAINTENANCE 74.76 TORO PARTS 457071 5763921468 1765.6215 EQUIPMENT-PARTS PARK EQUIPMENT MAINTENANCE 31.40 HOLDER PARTS 457070 5763921492 1765.6215 EQUIPMENT-PARTS PARK EQUIPMENT MAINTENANCE 115.55 • R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 16 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318429 1/10/2024 156766 NORBY GOLF COURSE DESIGN,INC Continued... 11,000.00 NORBY ARCHITECTURE PAYMENT 456621 2324 4427.6249 2021158P OTHER CONTRACTUAL SERVICES VALLEYWOOD IMPROVEMENTS 5,000.00 NORBY ARCHITECTURE PAYMENT 456620 2338 4427:6249 2021158P OTHER CONTRACTUAL SERVICES VALLEYWOOD IMPROVEMENTS 16,000.00 318430 1/10/2024 100648 OTTO,KENNETH N 90.37 3 PR JEANS-K OTTO 457075 20231228 1900.6281 UNIFORM/CLOTHING ALLOWANCE AV COMMUNITY CENTER 90.37 318431 1/10/2024 100751 PHILLIPS WINE&SPIRITS INC 24.00- CMWINE#1 00000106 456939 509966 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 9.76- CMTAX#2 00000106 456922 515725 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 308.00- CMWINE#1 00000106 456942 515726 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 483.62- CMLIQ#1 00000106 456913 515727 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 3.75- CMFREIGHT#1 00000106 456914 515727 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 416.42 LIQ#2 00000106 456920 6710948 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 6.67 FREIGHT#2 00000106 456921 6710948 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,186.35 WINE#2 00000106 456943 6710949 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 28.75 FREIGHT#2 00000106 456944 6710949 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 992.60 LIQ#1 00000106 456909 6710950 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 12.92 FREIGHT#1 00000106 456910 6710950 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 167.00 LIQ#1 00000106 456911 6710952 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 2.50 FREIGHT#1 00000106 456912 6710952 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,451.55 LIQ#3 00000106 456927 6710953 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 17.92 FREIGHT#3 00000106 456928 6710953 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 3,040.32 WINE#3 00000106 456947 6710954 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 67.50 FREIGHT#3 00000106 456948 6710954 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 174.05 TAX#3 00000106 456929 6710955 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 6.25 FREIGHT#3 00000106 456930 6710955 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 2,463.50 LIQ#1 00000106 456915 6715658 5015.6510 LIQUOR LIQUOR#1 STOCK PURCHASES 32.50 FREIGHT#1 00000106 456916 6715658 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,655,90 WINE#1 00000106 456940 6715659 5015.6520 WINE LIQUOR#1 STOCK PURCHASES 53.75 FREIGHT#1 00000106 456941 6715659 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 34.00 TAX#1 00000106 456917 6715660 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 52.00 NTAX#1 00000106 456918 6715660 5015.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 3.75 FREIGHT#1 00000106 456919 6715660 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 1,818.85 LIQ#3 00000106 456931 6715661 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 18.75 FREIGHT#3 00000106 456932 6715661 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 182.00 LIQ#3 00000106 456933 6715662 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 2,089.12 WINE#3 00000106 456934 6715662 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 46.25 FREIGHT#3 00000106 456935 6715662 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 1 Council Check Register by GL Page- 17 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account Na Subledger Account Description Business Unit 318431 1/10/2024 100751 PHILLIPS WINE&SPIRITS INC Continued... 408.05 TAX#3 00000106 456936 6715663 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 202.20 NTAX#3 00000106 456937 6715663 5085.6545 NON-TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 10.00 FREIGHT#3 00000106 456938 6715663 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 1,077.25 LIQ#2 00000106 456923 6715664 5055.6510 LIQUOR LIQUOR#2 STOCK PURCHASES 11.25 FREIGHT#2 00000106 456924 6715664 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 1,516.89 WINE#2 00000106 456945 6715665 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 40,00 FREIGHT#2 00000106 456946 6715665 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 88.00 TAX#2 00000106 456925 6715666 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 1.25 FREIGHT#2 00000106 456926 6715666 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 160.00 TAX#1 00000106 457000 6718525 5015.6540 TAXABLE MISC FOR RESALE LIQUOR#1 STOCK PURCHASES 2.50 FREIGHT#1 00000106 457001 6718525 5015.6550 FREIGHT ON RESALE MDSE LIQUOR#1 STOCK PURCHASES 440.00 WINE#2 00000106 457002 6718526 5055.6520 WINE LIQUOR#2 STOCK PURCHASES 13.75 FREIGHT#2 00000106 457003 6718526 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 216.00 TAX#2 00000106 457004 6718527 5055.6540 TAXABLE MISC FOR RESALE LIQUOR#2 STOCK PURCHASES 5.00 FREIGHT#2 00000106 457005 6718527 5055.6550 FREIGHT ON RESALE MDSE LIQUOR#2 STOCK PURCHASES 106.80 LIQ#3 00000106 457006 6718528 5085.6510 LIQUOR LIQUOR#3 STOCK PURCHASES 1.25 FREIGHT#3 00000106 457007 6718528 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 584.00 WINE#3 00000106 457008 6718529 5085.6520 WINE LIQUOR#3 STOCK PURCHASES 15.00 FREIGHT#3 00000106 457009 6718529 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 52.10 TAX#3 00000106 457010 6718530 5085.6540 TAXABLE MISC FOR RESALE LIQUOR#3 STOCK PURCHASES 1.25 FREIGHT#3 00000106 457011 6718530 5085.6550 FREIGHT ON RESALE MDSE LIQUOR#3 STOCK PURCHASES 20,144.58 318432 1/10/2024 161090 POLAR PLUMBING 1.00 SURCHREFUND 8152 137TH ST W 456605 20231215 1001.4072 STATE SURTAX COLLECTED GENERAL FUND REVENUE 50.69 PARTIALREFUND 8152 137TH ST W 456605 20231215 1001.4063 PERMIT-HEATING GENERAL FUND REVENUE 51.69 318433 1/10/2024 161087 PULTE HOMES OF MN 6,600,00 NRMP-15497 PILOT KNOB RD 456579 20231219 4900.2420 NRMP FIN GUAR-DEVELOPER DEP PHYSICAL IMPROV ESCROW BAL SI 6,600.00 318434 1/10/2024 100918 RES SPECIALTY PYROTECHNICS 8,000.00 MID-WINTER FEST FIREWORKS 456568 26986 1700.6399 OTHER CHARGES PARK&RECREATION MANAGEMEN 8,000,00 318435 1/10/2024 100432 SEH ENGINEERS 893.75 CONSTRUCTION ADMIN 456595 457908 2112.6235 2021150P CONSULTANT SERVICES CARES ACT 2020 893.75 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 18 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 318436 1/10/2024 111161 STERICYCLE INC. Continued... 196.42 SHREDDING SERVICE 456594 8005705046 1250.6240 CLEANING SERVICE/GARBAGE REMOVPOLICE FACILITY 59.84 SHRED IT 456604 8005744528 1510.6240 CLEANING SERVICE/GARBAGE REMOVPW ENGINEERING&TECHNICAL 59.84 SHRED IT 456604 8005744528 1100,6240 CLEANING SERVICE/GARBAGE REMOVDEV MANAGEMENT 179.53 SHRED IT 456604 8005744528 1400,6240 CLEANING SERVICE/GARBAGE REMOVINSPECTIONS MANAGEMENT 495.63 318437 1/10/2024 141254 TARGETSOLUTIONS LEARNING 8,510.50 FF ONLINE TRAINING&CHECK IT 456616 INV87556 1310.6308 SOFTWARE SUBSCRIPTIONS FIRE TRAINING 8,510.50 318438 1/10/2024 159203 TEMPLETON,LARAE 1,343,33 PICKLEBALL TOURNAMENT 12-09 456622 A105 1855.6249 OTHER CONTRACTUAL SERVICES REC FOOTBALL&SOCCER 1,343.33 318439 1/10/2024 157161 WESTERN FIRST AID&SAFETY 94.55 FILLING FIRST AIDE BOXES 456647 MSP211767 5325.6229 GENERAL SUPPLIES WATER TREATMENT FCLTY MNTC/R 94.55 318440 1/10/2024 161089 WINDOW NATION LLC 1.00 SURCHREFUND 14573 EVERGREEN 456606 20231219 1001.4072 STATE SURTAX COLLECTED GENERAL FUND REVENUE 93.01 PARTIALREFUND 14573 EVERGREEN 456606 20231219 1001.4060 PERMIT-BUILDING PERMIT GENERAL FUND REVENUE 94.01 318441 1/10/2024 100363 XCEL ENERGY 300.23 POL GUN RANGE ELECTRIC 457092 5158758142DEC23 1255.6255 UTILITIES-ELECTRIC POLICE GUN RANGE 300.23 20231230 12/22/2023 148015 EMPOWER 215.00 MNDCP-ROTH 457 CONTRIBUTIONS 455855 1220231126109 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,862.00 MNDCP-457 CONTRIBUTIONS 455855 1220231126109 9000,2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 2,077.00 20231231 12/22/2023 148869 EMPOWER(HCSP) 307.20 SERGEANT HCSP FUNDING-GROSS WA 455846 12202311261011 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,135.46 ADMIN HCSP FUNDING-GROSS WAGES 455846 12202311261011 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,35/.95 SCH 2 HCSP FUNDING-GROSS WAGES 455846 12202311261011 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING DAL 31 IEET 1,607.15 SCH 1 HCSP FUNDING-GROSS WAGES 455846 12202311261011 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,630.60 POLICE HCSP FUNDING-GROSS WAGE 455846 12202311261011 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 2,088.23 HCSP FUNDING-ANN LV/COMP 455846 12202311261011 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 8,126.59 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 19 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unil 20231231 12/22/2023 148869 EMPOWER(HCSP) Continued... 20231232 12/26/2023 102664 US BANK 11,001.29 EMPLOYEE MEDICARE 455853 1220231126107 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 11,001,29 CITY SHARE MEDICARE 455853 1220231126107 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 30,888.86 EMPLOYEE FICA 455853 1220231126107 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 30,888.86 CITY SHARE FICA 455853 1220231126107 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 72,104.81 FEDERAL TAXES PR 455853 1220231126107 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 155,885.11 20231233 12/22/2023 101238 MINNESOTA CHILD SUPPORT PAYMEN 138.00 CHILD SUPPORT DEDUCTIONS 455851 1220231126105 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 443.00 CHILD SUPPORT DEDUCTIONS 455852 1220231126106 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 581.00 20231234 12/26/2023 100657 MN DEPT OF REVENUE 33,016.12 STATE TAX WITHHOLDING 455850 1220231126104 9000.2112 ACCRUED STATE W/H PAYROLL CLEARING BAL SHEET 33,016.12 20231235 12/26/2023 100392 PUBLIC EMPLOYEES RETIREMENT AS 64,028.72 EMPLOYEE SHARE PERA 455849 1220231126103 9000.2114 ACCRUED PERA PAYROLL CLEARING BAL SHEET 84,506.76 CITY SHARE PERA 455849 1220231126103 9000.2114 ACCRUED PERA PAYROLL CLEARING BAL SHEET 148,535.48 20231236 12/22/2023 148841 FURTHER 7,102.15 HSA EMPLOYEE FUNDING 455845 12202311261010 9000.2125 ACCRUED HSA/HRA BENEFIT PAYROLL CLEARING BAL SHEET 7,102.15 20231237 12/11/2023 157977 WEX HEALTH INC 1,901.89 FLEX SPENDING DAYCARE 2023 456567 20231211 9000.2119 ACCRUED FLEX SPENDING PAYROLL CLEARING BAL SHEET 1,901.89 20231238 12/22/2023 100009 AFSCME COUNCIL#5 1,421.16 UNION DUES 454429 1206231104031 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,421.16 UNION DUES 455844 1220231126101 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 2,842.32 20231239 12/22/2023 151440 VANTAGEPOINT TRANSFER AGENTS 4,063.50 ROTH 457-PLAN#301171-FIRE TOO 455847 12202311261012 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 4,063 50 R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 20 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20231240 12/22/2023 100240 VANTAGEPOINT TRANSFER AGENTS-457 FT Continued... 24,828.75 ICMA-PLAN#301171-FIRE TOO 455848 1220231126102 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 24,828.75 20231241 12/22/2023 126459 VANTAGEPOINT TRANSFER AGENTS-ROTH 2,641.25 ROTH IRA-PLAN#705481 455854 1220231126108 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING SAL SHEET 2,641.25 20231242 12/29/2023 157977 WEX HEALTH INC 218,385.00 HSA EMPLOYER FUNDING 456569 20231229 9000.2125 ACCRUED HSA/HRA BENEFIT PAYROLL CLEARING BAL SHEET 218,385.00 20231243 12/29/2023 157977 WEX HEALTH INC 38,044.17 HRA EMPLOYER FUNDING 456570 20231229 9000.2125 ACCRUED HSA/HRA BENEFIT PAYROLL CLEARING BAL SHEET 38,044.17 20231244 12/29/2023 157977 WEX HEALTH INC 9,049.74 FLEX SPENDING DAYCARE 2023 456571 20231229 9000.2119 ACCRUED FLEX SPENDING PAYROLL CLEARING BAL SHEET 9,049.74 20231245 12/26/2023 157977 WEX HEALTH INC 305.25 HSA MONTHLY 456609 18604381N 7205.6235 CONSULTANT SERVICES INSURANCE CLAIMS 333.75 BENEFITS SOLUTION 456609 18604381N 7205.6235 CONSULTANT SERVICES INSURANCE CLAIMS 639.00 20231246 12/26/2023 100873 HEALTHPARTNERS(DENTAL CLAIMS 3,172.91 DENTAL CLAIMS 12/14-12/20/23 456610 20231220 7105.6146 DENTAL INSURANCE INSURANCE TRUST DENTAL 3,172.91 20240101 1/5/2024 148015 EMPOWER 215.00 MNDCP-ROTH 457 CONTRIBUTIONS 456555 1042410071910 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 2,135.00 MNDCP-457 CONTRIBUTIONS 456555 1042410071910 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING SAL SHEET 2,350.00 20240102 1/5/2024 148869 EMPOWER(HCSP) 352.47 SERGEANT HCSP FUNDING-GROSS WA 456557 1042410071912 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,210.73 ADMIN HCSP FUNDING-GROSS WAGES 456557 1042410071912 9000,2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,428.24 SCH 2 HCSP FUNDING-GROSS WAGES 456557 1042410071912 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,697.06 SCH 1 HCSP FUNDING-GROSS WAGES 456557 1042410071912 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 1,741.82 POLICE HCSP FUNDING-GROSS WAGE 456557 1042410071912 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 15,869.83 HCSP FUNDING-ANN LV/COMP 456557 1042410071912 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET R55CKR2 LOGIS101 CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 21 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 i Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20240102 1/5/2024 148869 EMPOWER(HCSP) Continued... 22,300.15 20240103 1/8/2024 102664 US BANK 12,964.66 EMPLOYEE MEDICARE 456565 104241007198 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 12,964.66 CITY SHARE MEDICARE 456565 104241007198 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 34,878.13 EMPLOYEE FICA 456565 104241007198 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 34,878.13 CITY SHARE FICA 456565 104241007198 9000.2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 95,658.66 FEDERAL TAXES PR 456565 104241007198 9000,2111 ACCRUED FEDERAL/FICA PAYROLL CLEARING BAL SHEET 191,344.24 20240104 1/5/2024 101238 MINNESOTA CHILD SUPPORT PAYMEN 138.00 CHILD SUPPORT DEDUCTIONS 456563 104241007196 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 443.00 CHILD SUPPORT DEDUCTIONS 456564 104241007197 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 581.00 20240105 1/8/2024 100657 MN DEPT OF REVENUE 41,022.68 STATE TAX WITHHOLDING 456562 104241007195 9000.2112 ACCRUED STATE W/H PAYROLL CLEARING BAL SHEET 41,022.68 20240106 1/8/2024 100392 PUBLIC EMPLOYEES RETIREMENT AS 69,003.25 EMPLOYEE SHARE PERA 456561 104241007194 9000.2114 ACCRUED PERA PAYROLL CLEARING BAL SHEET 91,634.44 CITY SHARE PERA 456561 104241007194 9000.2114 ACCRUED PERA PAYROLL CLEARING BAL SHEET 160,637.69 20240107 1/5/2024 148841 FURTHER 7,884.85 HSA EMPLOYEE FUNDING 456556 1042410071911 9000.2125 ACCRUED HSA/HRA BENEFIT PAYROLL CLEARING BAL SHEET 7,884.85 20240108 1/5/2024 151440 VANTAGEPOINT TRANSFER AGENTS 4,123.50 ROTH 457-PLAN#301171 FIRE TOO 456558 1042410071913 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 4,123.50 20240109 1/5/2024 100240 VANTAGEPOINT TRANSFER AGENTS-457 FT 28,957.15 ICMA-PLAN#301171 FIRE TOO 456559 104241007192 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 28,957.15 20240110 1/5/2024 126459 VANTAGEPOINT TRANSFER AGENTS-ROTH 2,924.23 ROTH IRA-PLAN#705481 456566 104241007199 9000.2120 ACCRUED BENEFIT LIABILITY PAYROLL CLEARING BAL SHEET 2,924 23 R55CKR2 LOGIS101 • CITY OF APPLE VALLEY 1/10/2024 10:05:51 Council Check Register by GL Page- 22 Council Check Register by Invoice&Summary 12/11/2023-- 1/12/2024 Check# Date Amount Supplier/Explanation PO# Doc No Inv No Account No Subledger Account Description Business Unit 20240111 1/4/2024 142866 HEALTHPARTNERS Continued... 5.95 RETROACTIVE ADJUSTMENTS 456611 20240101 7105.6146 DENTAL INSURANCE INSURANCE TRUST DENTAL 1,443.75 DENTAL 456611 20240101 7105.6146 DENTAL INSURANCE INSURANCE TRUST DENTAL 264,716.50 MEDICAL 456611 20240101 9000.2115 ACCRUED MEDICAL INSURANCE PAYROLL CLEARING BAL SHEET 266,166.20 20240112 1/2/2024 100873 HEALTHPARTNERS(DENTAL CLAIMS 4,213.01 DENTAL CLAIMS 12/21-12/27/23 457036 20231227 7105.6146 DENTAL INSURANCE INSURANCE TRUST DENTAL 4,213.01 20240113 1/8/2024 100873 HEALTHPARTNERS(DENTAL CLAIMS 4,232.02 DENTAL CLAIMS 12/28-1/3/24 457035 20240103 7105.6146 DENTAL INSURANCE INSURANCE TRUST DENTAL 4,232.02 1,873,949.81 Grand Total Payment Instrument Totals Checks 252,022.66 EFT Payments 1,397,628.70 A/PACH Payment 224,298.45 Total Payments 1,873,949.81 R55CKS2 LOGIS100 CITY OF APPLE VALLEY 1/10/2024 10:05:56 Note: Payment amount may nol reflect the actual amount due to data sequencing and/or data selection. Council Check Summary Page- 1 12/11/2023 - 1/12/2024 Company Amount 01000 GENERAL FUND 30,979.30 02010 CABLE TV RESERVE FUND 660.06 02090 PARTNERS IN EDUCATION 1,595.18 02110 CARES ACT 2020 893.75 02200 VALLEYWOOD GOLF FUND 1,015.68 02300 PARKS REFERENDUM FUND 2,321.46 04420 '21 FACILITIES CIP 5,259.33 04425 VALLEYWOOD IMPROVEMENTS 16,000.00 04500 CONSTRUCTION PROJECTS 7,533.04 04900 PHYSICAL IMPROVEMENTS ESCROW F 23,600.00 05000 LIQUOR FUND 312,531.77 05200 ARENA FUND 908.19 05300 WATER&SEWER FUND 61,635.53 05500 STORM DRAINAGE UTILITY FUND 51.88 05540 2022A STORMWATER BOND CONST 300:00 05600 CEMETERY FUND LEVEL PROGRAM 61.25 05800 STREET LIGHT UTIL FUND 599.65 07000 LODGING TAX FUND 6,638.54 07100 INSURANCE TRUST DENTAL FUND 13,067.64 07200 RISK MANAGEMENT/INSURANCE FUND 639.00 09000 PAYROLL CLEARING FUND 1,387,658.56 Report Totals 1,873,949.81 J' A• • ITEM: 5.A. ••••• • ••• COUNCIL MEETING DATE: January 25, 2024 Apple Valley SECTION: Regular Agenda Description: Orion Hospitality Group, LLC, d/b/a Crooked Pint Ale House, 15668 Pilot Knob Road Staff Contact: Department/ Division: Pamela J. Gackstetter, City Clerk City Clerk's Office ACTION REQUESTED: 1. Hold a public hearing. 2. Adopt the resolution approving issuance of On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales. SUMMARY: On January 25, 2024, the Council will hold a public hearing on the application by Orion Hospitality Group, LLC, d/b/a Crooked Pint Ale House, for On-Sale Intoxicating Liquor and Special License for Sunday Liquor Sales for a restaurant located at 15668 Pilot Knob Road. Subject to any comments received at the public hearing, the resolution authorizing issuance of the licenses to Orion Hospitality Group, LLC, d/b/a Crooked Pint Ale House, can be adopted. BACKGROUND: The Police Department has completed the necessary background investigations and finds no reason the license cannot be authorized. BUDGET IMPACT: N/A ATTACHMENTS: Resolution CITY OF APPLE VALLEY RESOLUTION NO. 2024- A RESOLUTION APPROVING LIQUOR LICENSE WHEREAS, the City Council, pursuant to City Code Section 111.22 held a public hearing on January 25, 2024, with respect to issuance of a liquor license for Orion Hospitality Group, LLC, d/b/a Crooked Pint Ale House, in connection with a restaurant located at 15668 Pilot Knob Road; and WHEREAS, the City Council has reviewed the application as it is on file with the City Clerk. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Apple Valley as follows: 1. To grant and approve a license for"On-Sale Intoxicating Liquor" and "Special License for Sunday Liquor Sales" to Orion Hospitality Group, LLC, d/b/a Crooked Pint Ale House, on premises located at 15668 Pilot Knob Road, in accordance with plans on file with the City, subject to: A. All terms and conditions of City Code Chapter 111, as amended. B. The right of the City Council to require, at its sole discretion, the presence of peace officers during any hours of operation at the sole cost and expense of the licensee. C. The license shall not be effective until the building is ready for occupancy and conforms to the premises described in the application approved by the Council. 2. The Mayor and City Clerk are hereby authorized to execute said license. 3. This license shall expire at 11:59 o'clock p.m., December 31, 2024. A renewal application must be received on or before October 1, 2024,pursuant to City Code Section 111.23(B). ADOPTED this 25th day of January, 2024. Clint Hooppaw, Mayor ATTEST: Pamela J. Gackstetter, City Clerk •••• ITEM: 7. ..... .... ... Apple COUNCIL MEETING DATE: January 25, 2024 Valley SECTION: Calendar of Upcoming Events Description: Approve Calendar of Upcoming Events Staff Contact: Department/ Division: Stephanie Marschall, Deputy City Clerk City Clerk's Office ACTION REQUESTED: Approve the calendar of upcoming events as listed in the summary below, and noting each event listed is hereby deemed a Special Meeting of the City Council. SUMMARY: Day/Date Time Location Event Wed./Jan. 24 9:00 a.m. Municipal Center Firefighters Relief Association Board Meeting Thur./Jan. 25 8:00 a.m. Thompson County Dakota County Legislative Park Breakfast Meeting Thur./Jan 25 11:00 a.m. Wings Credit Union Chamber Ribbon Cutting Ceremony Thur./Jan. 25 6:00 p.m. Municipal Center EDA Meeting Regular City Council Thur./Jan. 25 7:00 p.m. Municipal Center Meeting* Thur./Feb. 1 6:00 p.m. Municipal Center Informal Parks & Recreation Advisory Committee Meeting Thur./Feb. 1 7:00 p.m. Municipal Center Regular Parks & Recreation Advisory Committee Meeting Fri./Feb. 2 10:00 a.m. Pet Supplies Plus Chamber Ribbon Cutting Ceremony Sat./Feb. 3 Johnny Cake Ridge Mid-Winter Fest Park Wed./Feb. 7 8:00 — 9:00 a.m. 360 Communities Chamber Joint Coffee Connection Wed./Feb. 7 7:00 p.m. Municipal Center Planning Commission Meeting Lifeway Chamber Ribbon Cutting Thur./Feb. 8 11:00 a.m. Chiropractic & Ceremony Wellness Thur./Feb. 8 5:30 p.m. Municipal Center Informal City Council Meeting Thur./Feb. 8 7:00p.m. Municipal Center Regular City Council p Meeting* Bogart's AV Arts Foundation- Frozen Sat./Feb. 17 1:00-3:45 p.m. Entertainment Center Apple Concert Series Mon./Feb. 19 City Offices Closed President's Day Wed./Feb. 21 7:00 p.m. Municipal Center Planning Commission Meeting Thur./Feb. 22 7:00p.m. Municipal Center Regular City Council p Meeting* Sat./Feb. 24 5:30 p.m. Valleywood Fire Depailment Awards Banquet Wed./Feb. 28 9:00 a.m. Municipal Center Firefighters Relief Association Board Meeting BACKGROUND: Each event is hereby deemed a Special Meeting of the City Council, the purpose being informational or social gathering. Only events marked with an asterisk (*) will any action of the Council take place. BUDGET IMPACT: N/A