Loading...
HomeMy WebLinkAbout04.16.18 Council Packet Meeting Location: Farmington Farmington City Hall Minnesota 430 Third Street Farmington,MN 55024 CITY COUNCIL REGULAR MEETING AGENDA April 16, 2018 7:00 P.M. Action Taken 1. CALL TO ORDER 7:00 P.M. 2. PLEDGE OF ALLEGIANCE 3. ROLL CALL 4. APPROVE AGENDA S. ANNOUNCEMENTS/COMMENDATIONS a) Proclaim April 27, 2018 as Arbor Day in Farmington Proclaimed 6. CITIZEN COMMENTS/RESPONSES TO COMMENTS(This time is reserved for citizen comments regarding non-agenda items. No official action can be taken on these items. Speakers are limited to five minutes to address the city council during citizen comment time.) 7. CONSENT AGENDA a) Approve Minutes of the April 2, 2018 City Council Meeting— Administration Approved b) Approve Minutes of the April 9, 2018 City Council Work Session— Administration Approved c) Adopt a Resolution Supporting Local Decision Making Authority— Administration R16-18 d) Approve Staff Issued Business Credit Card—Finance Approved e) First Quarter 2018 New Construction Report and Population Estimate— Community Development Information Received f) Approve Cost Share Agreement between the City of Farmington and County of Dakota for Election Electronic Poll Books, Hardware, Software and Related Services—Community Development Approved g) Approve Tobacco License for Farmington Tobacco & Vape Inc. — Community Development Approved h) Accept Resignation from Rambling River Center Advisory Board Member Kay Bennet—Community Development Accepted i) Approve Out of State Training—Police Approved j) Approve Out of State Training—Police Approved k) Appointment Recommendation Fire Department—Human Resources Approved 1) Appointment Recommendation Fire Department—Human Resources Approved m) Approve Seasonal Hiring—Human Resources Approved n) Adopt a Resolution Revoking and Establishing Municipal State Aid Streets - Engineering R17-18 o) Approve Bills - Finance Approved REGULAR AGENDA 8. PUBLIC HEARINGS a) Implementation of Police Department Duty Weapon Cameras Information Received 9. AWARD OF CONTRACT a) Basketball Court Surface Improvement Project Approved b) Fire Station#1 Concrete Apron Improvement Project Approved c) 2019 Fire Engine Purchase Approved 10. PETITIONS, REQUESTS AND COMMUNICATIONS 11. UNFINISHED BUSINESS 12. NEW BUSINESS a) 2040 Comprehensive Plan Update Approved b) 2017 Draft Financial Statements Review Information Received 13. CITY COUNCIL ROUNDTABLE 14. ADJOURN 4104, City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 '1.14' PROOF www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Proclaim April 27, 2018 as Arbor Day in Farmington DATE: April 16, 2018 INTRODUCTION The city of Farmington has been designated as a Tree City USA community for the past 27 years. To continue with this designation, the city council must proclaim Arbor Day in the city of Farmington. DISCUSSION The city will be celebrating Arbor Day with a tree planting celebration that will be held on Friday,April 27, 2018 at 10:00 am in Dakota County Estates Park. The tree planting celebration will involve fifth grade students from North Trail Elementary School assisting city staff with planting trees in the park. This is a public event, so city council and community members are invited to attend and participate. BUDGET IMPACT None ACTION REQUESTED Proclaim Friday,April 27, 2018 as Arbor Day in Farmington and have Mayor Larson sign the attached proclamation. ATTACHMENTS: Type Description Backup Material 2018 Arbor Day Proclamation io�FpR,11 City of Farmington 's 430 Third Street N Farmington,Minnesota X140 651.280.6800•Fax 651.280.6899 11.t'•A sit° www.ci.farmington.mn.us Arbor Day Proclamation WHEREAS: The health of the people is tied to the health of their forests; and WHEREAS: Trees and forests improve our physical health by cleaning the air, reducing exposure to the sun's UV rays, and decreasing temperatures during the summertime; and WHEREAS: Childhood asthma rates are lower in urban communities that have a higher density of trees; and WHEREAS: Trees and forests improve our mental health by reducing stress and increasing concentration; and WHEREAS: In 50 years, one tree provides $62,000 worth of air pollution control; and WHEREAS: Forests create high-quality drinking water by acting as a natural filter; and WHEREAS: Getting a daily dose of trees is healthy for all Minnesotans; and WHEREAS: Each year, on the last Friday in April, and throughout the month of May, Minnesotans pay special tribute to rural and community trees and all the natural resources, and dedicate themselves to the continued vitality of our state's forests. NOW,THEREFORE,I, Todd Larson, Mayor of Farmington do hereby proclaim Friday,April 27, 2018, as Arbor Day in the city of Farmington. Dated: This 16h day of April in the year 2018. MAYOR.%. odd Larson OARN4 City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 7.,,peolOw www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: David McKnight, City Administrator SUBJECT: Approve Minutes of the April 2, 2018 City Council Meeting-Administration DATE: April 16, 2018 INTRODUCTION Attached for your review are the minutes of the April 2, 2018 city council meeting. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Approve the minutes of the April 2, 2018 city council meeting. ATTACHMENTS: Type Description CI Backup Material April 2, 2018. City Council Minutes CITY OF FARMINGTON CITY COUNCIL MINUTES REGULAR MEETING APRIL 2, 2018 1. Call to Order Mayor Larson called the meeting to order at 7:00 p.m. 2. Pledge of Allegiance Mayor Larson led those in attendance in the pledge of allegiance. 3. Roll Call Present-Larson, Bernhjelm, Craig and Donnelly Absent-Bartholomay Staff Present-Administrator McKnight, Community Development Director Kienberger, Public Works Director Gehler, Finance Director Malecha, Parks and Recreation Director Distad, Administrative Assistant Muller and Attorney Jamnik. 4. Agenda Motion by Bernhjelm, second by Craig,to approve the agenda as presented. APIF, motion carried. 5. Announcements/Commendations a) Proclaim April 22,2018 as Earth Day in Farmington Mayor Larson proclaimed April 22, 2018 as Earth Day in Farmington. 6. Citizen Comments None 7. Consent Agenda Motion by Craig, second by Bernhjelm,to approve the consent agenda: a) Approve Minutes of the March 19, 2018 City Council Meeting-Administration b) Approve Contract for Emerald Ash Borer Tree Injection Services-Public Works April 2, 2018 Minutes - 1- c) Approve Completion of Street Maintenance Services Through the South Metro Joint Powers Agreement-Public Works d) Approve Out of State Training-Police e) Appointment Recommendation Public Works-Human Resources f) Acknowledge Resignation Liquor Operations-Human Resources g) Acknowledge Resignation Liquor Operations-Human Resources h) Approve Bills-Finance APIF, motion carried. 8. Public Hearings None 9. Award of Contract None 10. Petitions, Requests and Communications a) Regetta Fields Development Park Name Parks and Recreation Director Distad presented the results of the park naming contest that was held for the future park to be located in the Regetta Fields development. There were 39 names submitted for the park. The submitted names were reviewed by the Parks and Recreation Advisory Board in March. The name that the commission is recommending is Flagstaff Meadow Park. This name suggestion was submitted by LeAnn Morgan of Port Aransas,Texas. Ms. Morgan will receive a number of prizes that were donated as a part of the park naming contest. Ms. Morgan will be donating these prizes to Karen Evenson. The city council thanked Distad for this project and thanked those who submitted names for the park. Motion by Bernhjelm, second by Craig,to name the public park in the Regetta Fields development Flagstaff Meadow Park. APIF, motion carried. b) 2017 Parks and Recreation Department Annual Report Parks and Recreation Director presented the department 2017 annual report. Distad reviewed a wide variety of programs, activities,worked performed and volunteers/donations that the department received over the past year. April 2,2018 Minutes -2- The city council thanked Distad for the annual report noting that these services are an important part of our community. The city council was also very appreciative of all of the volunteers, sponsors and donations to the various programs. 11. Unfinished Business None 12. New Business a) Cost Share Agreement with Dakota County for the Purchase of Electronic Poll Books Administrative Assistant Muller presented a cost share agreement with Dakota County for the purchase of electronic poll books. Dakota County is working with all of the cities in the county to implement this equipment. The county received a grant for$260,121.98 that will help with the initial purchase. Farmington's share of the equipment purchase is$10,885.16. Of this amount, $3,628.00 is due this year and the remained can be paid in 2019. There is also a $4,700 annual maintenance fee that the city will be responsible for paying. This equipment is similar to an Ipad and will replace the paper roster that voters sign at the polling location in order to vote. The check-in process will be faster and lines should be shorter. A number of cities and counties have tested this equipment in the last election cycle including the City of Burnsville who had positive results. Councilmember Craig asked about the$4,700 in annual maintenance costs and what that includes. Muller will discuss with Dakota County and bring back more information. Councilmember Bernhjelm asked if there are any deferred costs with this equipment. Muller stated that fewer election judges should be needed with this equipment. Councilmember Donnelly has some concerns with the security of information since we are going from a paper document to computerized equipment. Administrator McKnight asked if the annual maintenance costs of$4,700 applied to each of the 12 cities. This seems to be a large amount of dollars for annual maintenance. Motion by Craig, second by Bernhjelm,to table the cost share agreement with Dakota County for the purchase of electronic poll books until the April 16, 2018 city council meeting. APIF, motion carried. 13. City Council Roundtable Donnelly-Asked residents to drive slow with the upcoming snowfall. April 2, 2018 Minutes -3- Craig-Congratulated Randy Distad on the MRPA award that his department recently received. McKnight-Apologized to the residents for the city's lack of communication on a water tower maintenance project that caused some issues last week. Larson-Clean up days start in a few weeks and no mattresses will be allowed, there is a wine tasting event on Thursday at Celts,the liquor stores are holding a food drive in April and encouraged residents to shop local. Executive Session Motion by Bernhjelm, second by Craig,to recess into closed session to discuss labor negotiations at 7:39 p.m. APIF, motion carried. Mayor Larson moved the meeting back into open session at 8:31 p.m. Adjourn Motion by Bernhjelm, second by Craig, to adjourn the meeting at 8:31 p.m. APIF, motion carried. Respectfully Submitted t if&Kesiskt David McKnight, City Administrator April 2, 2018 Minutes -4- City of Farmington 430 Third Street U 3. Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 ,.neo+►' , www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: David McKnight, City Administrator SUBJECT: Aprove Minutes of the April 9, 2018 City Council Work Session-Administration DATE: April 16, 2018 INTRODUCTION Attached for your review are the minutes of the April 9, 2018 city council work session. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Approve the minutes of the April 9, 2018 city council work session. ATTACHMENTS: Type Description D Backup Material April 9, 2018 Work Session Minutes CITY OF FARMINGTON CITY COUNCIL MINUTES WORK SESSION APRIL 9, 2018 Mayor Larson called the work session to order at 6:00 p.m. Roll Call Present-Larson, Bernhjelm, Craig and Donnelly Absent-Bartholomay Also Present-Administrator McKnight, Community Development Director Kienberger, Public Works Director Gehler, Planning Manger Wippler, Parks and Facilities Supervisor Pire and Human Resources Director Wendlandt. Agenda Motion by Bernhjelm, second by Donnelly,to approve the agenda. APIF, motion carried. Schmitz-Maki Arena Improvements Parks and Facilities Supervisor Pire reviewed three potential arena improvement projects with the city council. The projects include: 1. Move the resurfacer room to the other end of the facility due to safety concerns. 2. Construct two dedicated locker rooms for the boys and girls high school hockey teams on the east side of arena. 3. Relocate the concession stand to space where the resurfacer is currently located. City staff also created a draft ten-year capital improvement plan for the arena. City staff has met with representatives from the Farmington Youth Hockey Association and the Farmington Tigers Booster Club to share information on these potential projects. City staff is looking for authorization to obtain quotes to hire an architectural firm to complete preliminary design of the projects so a cost of each project can be determined. There is currently$70,660 in the arena capital improvement fund that can pay for this work. Councilmember Bernhjelm asked about estimated costs for this work. Administrator McKnight estimated the work to be about$10,000. April 9, 2018 Work Session Minutes - 1- Councilmember Donnelly asked if we needed to obtain quotes for this work or is it a professional service. McKnight answered that we would obtain a few quotes even though it is a professional service. Councilmembers asked about triggering ADA issues if we perform work on the building. City staff will investigate that issue with the city attorney. The city council gave consensus to move forward on obtaining quotes for these potential project. Tuition Reimbursement Policy Human Resources Director Wendlandt reviewed proposed changes to the Tuition Reimbursement Policy. This program was in place in the city until 2009 when it was discontinued due to budget issues. Councilmembers supported the program but wanted to see this issue brought back with a full benefits and compensation program that city staff has discussed with the city council. More detail on the program was requested as well. City staff will bring this back in the future. 2040 Comprehensive Plan Update Planning Manager Wippler, Community Development Director Kienberger, Public Works Director Gehler and Consultant Jeff Miller of HKGI reviewed the draft 2040 Comprehensive Plan and associated technical plans with the city council. Miller reviewed the plan purpose and vision, land use plan and housing chapters. Gehler reviewed the sanitary sewer, water supply and distribution plan, surface water management plan and transportation plans. Wippler reviewed the parks and recreation chapter. Miller reviewed the sustainability and economic development chapters. Councilmember Bernhjelm thanked the staff members and consultant for all of the work involved in putting this draft plan together. Planning Commission Chair Rotty liked the plan as well. He wished some of the development occurred faster but knows it will come. There are many things that have to occur with development that many people just assume is taken care of. April 9, 2018 Work Session Minutes -2- Bernhjelm asked if summary sheets for the chapters could be developed so there is more likelihood that they will be read. Wippler stated that there will be an executive summary of the plan. Councilmember Donnelly asked if sending out the plan for review by our neighboring jurisdictions results in significant changes. Wippler stated that the review usually results in tweaks to the plans. Municipal State Aid Street Designation Public Works Director Gehler reviewed proposed changes to the city municipal state aid (MSA) street designations. Gehler reviewed how the MSA program works and where the funding comes from. Staff has completed a comprehensive review of the designated streets given the available MSA mileage. Potential MSA routes must begin and end at other city MSA routes, CSAHs, or trunk highways and should support movement of traffic between the local street system and these higher classified routes. Considering the current methodology of calculating needs, rules of designation and future fund use staff is recommending the following revisions: Deletions: Pilot Knob from 220th Street to Spruce Street Pilot Knob is unimproved in this segment and is classified as a future County arterial roadway. 220th Street from Pilot Knob to Denmark Ave. (CSAH 31) 220th Street is a gravel road providing access to several homes in Farmington and Eureka Township. 220th Street is classified as a future County arterial roadway. Pilot Knob from 220th Street to Spruce Street: 0.50 miles 220th Street from Pilot Knob to CSAH 31: 1.00 miles Total: 1.50 miles Additions: Spruce Street from First Street to 12th Street Spruce Street is classified as a major collector and is an east-west corridor between 12th Street and Denmark Avenue (CSAH 31). Spruce Street connects schools, recreational facilities, downtown businesses, and residential neighborhoods to TH-3 arterial State Highway. April 9, 2018 Work Session Minutes -3- First Street from 220th Street(CSAH 74)to Walnut Street First Street is classified as a minor collector and serves as a north/south corridor between Elm Street (CSAH 50) and 220th Street (CSAH 74). First Street connects schools and residences west of the Union Pacific Railroad tracks to crossings on Spruce Street and CSAH 74. Flagstaff Avenue from 212th Street(CSAH 50)to 208th Street Flagstaff is classified as a major collector and connects the Farmington High School and future residential development to arterial routes on CSAH 50. Spruce Street from First Street to 12th Street: 0.90 miles First Street from CSAH 74 to Walnut Street: 0.42 miles Flagstaff Avenue from CSAH 50 to 208th Street: 0.44 miles Total: 1.76 miles As mentioned,the city currently has 0.80 miles available for designation and with the above- mentioned revisions,this leave 0.54 miles available for future designation. To request the system revisions, the city must approve a resolution of support and submit it to MnDOT. Councilmembers thanked Gehler for the information and agreed with the proposed changes. This issue will be included on the April 16, 2018 city council agenda for consideration. City Administrator Update Mayor and City Council Compensation Review Administrator McKnight reviewed information related to the compensation received by the mayor and city council. The history of the compensation since 200 was reviewed including the changes that took place in 2001 and 2009. A survey of the compensation of mayor and city council positions in Dakota County was reviewed along with information that the City of Lakeville has recently put together when reviewing this topic. The average compensation for mayors in Dakota County is $10,391 per year and $7,792 for city councilmembers. Current compensation in Farmington is$8,040 for mayor and $7,020 for city council. It was noted that any changes in compensation, if made, do not go into effect until after the next election. April 9, 2018 Work Session Minutes -4- Councilmember Bernhjelm felt that some adjustment was needed due to the work involved in the position and the time since the last adjustment. Councilmember Craig felt the compensation of the mayor may need more adjustment than the city council. Councilmembers discussed this issue, discussed a possible 1%per year adjustment since the last change and the need for this issue to fit into the 2019 budget. The city council directed McKnight to look at this issue as a part of the entire 2019 budget to see if it is feasible. Further discussion on this issue will take place as a part of the 2019 budget process. Other Updates Administrator McKnight presented updates on the following items: 1. A work session will be scheduled for Monday, March 7, 2018 on the logo project. 2. Updated the city council on a presentation that Fire Chief Elvestad will make next week on the purchase of a new engine in 2019. 3. Reminded the city council of a police department weapons camera hearing that will take place next week. 4. Shared that the quarterly city newsletter will be in mailboxes this weekend. 5. Shared that the Dakota County Tribune had six stories about Farmington in the latest edition, most coming from our press releases. Councilmember Bernhjelm asked that a Liquor Operations Committee be scheduled. Councilmember Craig asked that an Intergovernmental Committee meeting be scheduled. Councilmembers asked to see the two chiefs more often at city council meetings. Adjourn Motion by Bernhjelm, second by Donnelly,to adjourn the meeting at 7:44 p.m. APIF, motion carried. Respectfully Submitted Dowid 1010 Kvisdst David McKnight, City Administrator April 9, 2018 Work Session Minutes -5- y,Atimu►i City of Farmington C.)70,4 47 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 no0v- www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: David McKnight, City Administrator SUBJECT: Adopt a Resolution Supporting Local Decision Making Authortiy-Administration DATE: April 16, 2018 INTRODUCTION A significant number of bills in both the Minnesota House and Senate during the 2017 and 2018 legislative sessions have threatened the interfere with local decision making authority in several policy areas. The League of Minnesota Cities is asking its members to adopt a resolution supporting local decision making authority. DISCUSSION Several bills introduced during the 2017 and 2018 legislative sessions collectively serve to undermine Minnesota's city-state partnership. Cities use a comprehensive, legal and open process to develop ordinances. Through this process they often serve as laboratories for public policy. Obstructing this authority will impede innovation that has proven to result in statewide benefits. Proposed legislation in 2017 and 2018, for example, would have had the effect of: • Constraining local law enforcement authority • Restricting a city's ability to set local ordinances • Allowing certain businesses unfettered access to public rights of way while eliminating a city's ability to manage them • Restricting a city's ability to use allowed fee structures • Reducing local government aid based on factors with no relation to the statutory formula • Restricting a city's ability to study a light rail transit project A summary list of bills introduced in 2017 and 2018 to restrict municipal authority is attached for your review. While there are examples of issues that are best decided at the state level, the increasing efforts to restrict local control is concerning to city officials. Farmington officials have made an effort to develop and improve relationships with our elected officials that represent the same constituents including our state legislators and county representatives. A core value of the League of Minnesota Cities, that truly applies in Farmington as well, is that locally elected decision makers are in the best position to determine what health, safety and welfare regulations best serve their constituents. BUDGET IMPACT NA ACTION REQUESTED Ask any questions you may have and once the city council is comfortable I recommend that a motion be made to adopt the attached resolution supporting local decision making authority and that this resolution be shared with Senator Little and Representative Garofalo. ATTACHMENTS: Type Description D Backup Material Cities Supporting Local Control D Backup Material Bills to Restrict Local Control D Backup Material Local Governments Organizations Letter ® Resolution Resolution 00 LEAGUE OF CONNECTING &INNOVATING MINNESOTA SINCE 1913 CITIES Cities Supporting Local Control The following 95 cities have passed resolutions supporting local control in 2017&2018 (see reverse side for sample resolution) Alexandria Hawley Prior Lake Audubon Hewitt Proctor Baudette Hinckley Rice Lake Bemidji Hopkins Richfield Big Lake Hoyt Lakes Rochester Blue Earth Hutchinson Round Lake Buffalo Isanti Royalton Cambridge Jenkins Sandstone Carver Kasson Shoreview Centerville Lake Bronson Silver Lake Clarkfield Lake City Springfield Climax Lindstrom St. Louis Park Coates Little Falls St. Paul Cottage Grove Lucan Stewartville j Crosslake Mahnomen Taylors Falls Currie Maplewood Thief River Falls Dawson Mazeppa Vesta Dayton Medford Wabasso Deer River Melrose Wadena Delano Mendota Heights Warren Dilworth Minneapolis Warroad Duluth Minnetonka Watkins Eagan Moorhead Waverly Eden Valley Mora Wendell Edina North Branch Whakon , Ely North St. Paul Wheaton Eyota Northfield White Bear Lake Fosston Olivia Wood Lake Franklin Oronoco Worthington Granite Falls Ottertail Grant Owatonna Ham Lake Paynesville Hastings Pequot Lakes Updated:3/28/18 145 UNIVERSITY AVE.WEST PHONE(651)281-1200 FAX (651)281-1299 ST. PAUL, MN 55103-2044 TOLL FREE:(800)925-1122 WEB:WWWLMC.ORG Nopi , a a-t i a e ,$000-. U U tad 2 .e 43 .4'4 = •O h t til C7 .1 A tai `O +�+ O try a 4- o y h ): a a ' u Vf t"i a d O a a � x �, u fi c fi in a s c if ligol -E. --.t - 2.1 .z , 4.-: . .... 'Es ,-; c t< E y ez o aa a 0 as o a Int,. C, a) 13 4... a 0 s N c N N N g. � Z a� o 0a 0tu 'co U Of0 ZUb 1 esi L O ^ ` �h13 Cas` + U U O 0-:i3 a > . a > a > U a* uCi' a y c..i a. aO = 0Oo Z 0 = O 0 0040A a a `en Oas l7 E a to a a h aa = k oOL O 4. QO O Ox.1.11 - B4. U0 s,, O +., C ++ ��� ° v a 3 U Ua01 v C Z . •2 Z v � '% L c a • L pj � -0 C! ida L °4� o "amahh4O -a4- a 4- o 0 4 0a °ixi c = L 0 H l m 0 CC 74 'kw% ,: :. o o v L a 1-i a L a t.i v al c ai ui o c o ai o tk'I 02 :'...; IN a t •a. of 6 ty •a''S til 0 3,2 C 0 C t^i O N vi 3 co IA H ,•::' 4,1\,41t�� o a c. m m a o a ow o ow o 0 o a o a, a M ,V AI ri. N a c, Z. y 'p[ N O zC = N N S v, N S Z N Z h N la ekt.111,A. 00 i .: O1 NI N all NI (. N ' N c-i i-I '-i C N NLn NfI i II O x-i LI) m] N �f N O " 4, 4i, }�tee : Tu m o ' a, v v4 o Q 4VIMV vt ? v S]. -C L ut O +� O ... h ��#r i N O O it!teCtI U CA v) c r ,s'�+ p O C -0 = '' ip a O '067 U O 'O 4,, a) V IjriJk y c +� O a-+ i C 3 IS m 0 oj y , .> L t, co c 9 -o in 4' E O o `O ca L C d :a O Cl a) c of .�- ra el N ci. tifl C) 0 11'3/3 1 c N O -0 0 c u c CI i. WE � i. o a� c ^ u a a3 -a :11 m o c 0 r�'ik4tS, t :... ' c c '� O • v a0i E E a c c CO ''R' it c9 00 L E Q L O co U O Y h-� 0 L rl � '1 L vi O C � 4,.., El+El 'w c� " aui a al 0 U 3 °ucp ms 0 c�'a a c O N fW fi '�_ w as c m L ami a) a v �aa, E y c E -a I I [ • to L U N L Q L �" O C L L L a., -a 03 N. t .','E O O � ry S= C 73 ++ of y N '0 '- C 'a 0.s a- a � "a O a" > a o U - m d C 0 s .a O a -D `o � cc 4. o°n CC a v Q U a i4 cco in N ,:,:•;11..:4k, U ':I p a ,, 0. m 'O S] u, C bD q 5 i c �ll,# is c p H ca m w d. O # j,L, cu p 3 Q W ;IR We:. i:R' Q 3 a .O as > = = d -51i. L c C . � l{g 1 (D > O od C Q fit 4it re W U 3 S U L = • •y 2 O H a1 C L 3 v ^aU 61 E E;_ �f C7 oo c. E a) a 0 70 ^r" : _o > L L. O O N > m s4 t0 c cc E 0 o ( L t7 c .- -,,,,,.,r.VS p O O p cn E U N +. O U 0 0 itsp C U 03 c'V C O +.. > y In }r� 7.4 -Y3 -0 O -0 C OU -0 c Z d O 44,04D4 # • © L aJ i.Watili .4- a*kVAU.s - > -- a • ° C •c > o w • c2, > L.uN c_ggpi w_ CO ai = G] °0 -Q a c CD L C c a w 74'1 "tsi 0 w m tom) Z (a 4. -, • vv) c O- O al al in Q t f «. 3 7 3 O a�14 ry : o c aci o o ac) c O p E o o a p a o ° o iUlRQ 2 ca v.) c]. Z v) = a U Z N 2 v) 2 a 2 �"` a-1 a00 CO%,:-.li Ill fO NI NI CO !;0;16.61'1 4 01 en � lW0 L. t, x 'ib4 L UC L y a:c.� O E Q cu U tl � o > O to y O i 0 CO > d - aO cE 0 O CAc O11 . OcO L t ya) a, O y- _- rb L -.. vp p U y N p -a r111: E L Y2 U U 4' +io U • a U V U,A.` 0 La, O O GO O C C U O. Ui.r vett O "a y C_a Q > ` a.. iU La) ba VI L 0 C. MO \ ° h2" s co c oai 3 O i 4-I a U+ O ?C 79OO N L ' L tL wn -Ni 46 Ct. N 73 S c U Oh ca ca O + a+ ( o 2,- s aau L U O a) +.. fLt E o c a 3 E c L `a U O C a) £ .. ¢ . ,,,,t;4•{O U n3 E - a) . 'on— 2 c ••0-....-: .. c L ' U � . c 41 x 6 .us _ .� as in s_ o m : ,� O �; as 'f+. ) O Si . 41 -0 O H 7 W U fill co cs 00 p.,� a J m Mr1 tb.A, T to N. O0. O = �L r; O 5-. L - .a *. ''J. C 40 0O O a ,/, a MOW t 0 RI (O O H E ,,,,,,t,,,, ,„k3legii u, •> c O s O 4k N. vO'dit`i, t� F- N C N > N "> coel = i 4 i co s0 En oe..Pc y.�,[;g a .2 fi O .0 fi C C v c .° C a L CIS C i" C 'ti43v a a) a ;,ar a,; i i > OBJ (— . f- O a o a CD fiy j u u v >.. 41 u >• y a0.i 'w 0 iii 'y H 4.4 c m c c a) co C ca a .o - c..1 -- x a �d''t� : aJ LemuOia 4-. ,i aJ C a O_ I— aJ Q. H CCl L N i" F— N CD 0 F, ° s Z _•° a .O Z ° C Z , uH •ac •Z yj 1:1; 4cu ° ° 4i .0 � '3 a d l+.N.4 u W �,� y i.+ > cn ♦, La = C CC i., xCLI C (l i C 2 iVi C d' .r ° ° o ai p y .cu— p y C o zY`l c o a H v E c es 0 u a H = te e ' 0 c n 0 C r K 1}''"` aJ 4 O 4 ° c 4 ° .Y aJ C::1043 O ° aJ 4 , „ Ni Z in N Z N Y vJ N Z vJ N S til N 2 H N r f�+ Vit, ul N al r-iLI-;-11 .n m �4i�,tip coicai C � �f �l COI Pill N lD ..AL' 1't ) O CO v (V A.,0 _ Ni N� �� �l IP A cu i L _v, ikac�F a tWieg LL. al "C 3� - 0 ° ° Y,�j i O) 'Lf s+ O H ra CD U CO = i Ol 'n'ti t U 100.4f4 Ca ' U To CU7. 0_ �� C l�6 vC, O cu t a) f� �� y N U 4) C N 4- > U fEn 6 b .�'ix G Q liO E 7-3 O 4- co m VViiet+41c l CD L O vi 0 .X v, U Cl) 4O a z C +4-, L N Q U C > - "aa}�`y",c v, 'C v, - a) v) c C O a, �, LT s.. V . Cl) CUL O 73 L-O f0 HY iw L. • -- i L N . It p*j,L, {3,r-ki 4, U N ate+ Q .En I- ni Q V, �7 •Q 44;iin _ � � � �ra c � 0L , � * ;;,* m O W 7 . -04 w 8 v i O w 0 N d- itt0 , d` �a> p "4'3L �e f0 U U 04z i Q m 00 a a_ us W )ter,`. _v) _ f a C N {Q 7 yi t Y L c. C 0 di ^,3 X O :,n u) C as +> legf; C o - y C [� it�a = co x m O 'c3�h 1�i U U — C U df. ' cc 4- �-- O O� a N PNa CI X Aa+. N A1 ' a * Oc C B Q =r Atlitg CU A : O c0 O b co -a E a Cf) to 'a itkitrc#� •j 41 C1 It 4. C C3 U t h U U V x a o_ cc a x a > o x o• .0 a z a m e !— m co F a) C7 I—RI n a. a v '' 4s c0 a ° o a a a c o ° o C $ o F tt� ii, v Z c 2 -a o - - o 0 -o 'a Z �a 1zi 1- 4j .� i Qj 0-) L 4 sU. L L1 L L , L y {{ a 4_) '- moo.• w 7 m 7 CU ti-m a) 7 a) E ,L*sa, U a) O N 0 4-- O 4-. �. w V- 4- w O "dx34, C C w q ai Y 4.4 = ••F� L �M kJ 0 � 4 U iii cn i„i a U U U o tr C O C C C N O s , 4-1 Wft0: N 3 cofC N 3 h N 3 to IA R N 7, y H e0 N O C H C N ey = 3 • 3 N N* = N = ti V) = Z N = z = cz 'aZ = rn N, I 61 Ln N M as ;#4444,tg !ry� ?-1c)1 3I \ C m c N t 4YA °•� C C M C .., rl r-Il I x(2111 1 kI � Nco� C) <-1� ml it a`k-LuCO O v C y t0. ''-t' C +H+ U' . 'C +O' •c6 j is ay U +� I y CO l6 at +'' C '�' .�k'� zYE LI O to t -c U U a) R U r' U N no to U •U Q U E " • an C a`�t��:, U U L L. +. s.. oa_c y > O i-+as = 3 C y �vSq sk L •C a) —co c- W i co O 4- = O U '3'Sisl_,litg}y = j O c a) 0 , �p v 8 0 O = Z3 "i �+s Q C a� X • N 0 U v a) N U as 0 a4, ` a) C t, +'' U2 C U N Q O cu C t0 O ett 3 x O :6 L w- C az E U 5 nit a m u, :a a U C U m W y▪ a) CD U E L �r`��'a L H to v 10. v U X c6 ate-• .� a Q X Ti o U 3 5 v 'O +, V) U a - co ,C L fa w [0 v) '' CO k� }� =° ca s — a3 =▪ c0 c +f aa) L N .f Y 4u d t7. U a •Q L C co its Cl. CD C �' al t. +.f v , i a) +• . ro w ti-tzli CO 0. cilE U = U to y ns i 1 t �` Q) i w = -a a. .Q+ ti ,n fn 0 U 4-• C me: C y �W41; sla _ m _ x > on To to o f a s v: 2 E {; > c (a +. L ;� to = a' co co Q c t `a Q OD m L i Q ...s_ f]. 7 .L2 E �i µ V UD"Q i_ C f6 U N N U •U 0. OL C U kr ( 4-, cc -0 ct : CJ d V n. 0 'U N voigim :A b. v x.044: O - co a v Cu V Cu x 141,4'aki -- CO i' ++ C 4—, C 0 c 0 �r�rt;J, 7 O ti ro C CO C- R d R is E v .,a., c c v c -a c �''a t p iL c Aai i ±+ 1- S6 a O— ca3 IL' C LL SWAM co U c) C -,-,3 s_ a 4 C a a G Pi rt�t:.i: N r-- -i L S N a_., C C O R U R 0 R 6.1.3P.0004N Q-a o vs ta U c U c U ::,-,4,,,,N1,,,,).iO - - N -c a a C Y a.O l> O it O �0, C C C.) E C N to E ~ >• -' >. >- ). 4ti ul o. a 'L Q y- L L r fi -s a N O y a 0 O. t C C N C N U r't�+ i a S p Z >• c .-X a X C41) _ a a u N V cu • .�PS ! N N •i C a .c be L A N x��;`54:er, c LL ay O O 9. R 7 n c c 7 a 3F "a v! .c L N d d a. a. Ik 3, S O VI O c 3 U ? ro -c R ro 40114140C C C N . a a L d) +� N T F., N •w c .>- c .N CU CO CD 5� xati: •c C. C C c a U ) A.+ O -y ".' .� 4- ro 4 R `-"- >- `- Wkiy O O X07 ro 1-. 4 4— to • h !n 13 CCI N d N 03 in ea i ,T x.'u5 O > .t] fc�l O R .0 ,� L V '1•' .0 .V V U U U •U U 1 v) NS a1 4- 0 c L .a a .o .Q u kis 2 -:-:. 2QsZ o a 4. 3 o a c c v j '7 7 C ,�: +1 N N F-, O O ro C vi tyi/ ate-' 4-. o O ,M O O o o o 0 .LgZ44: co U CC L a C v) a .2 c O 4 4-' O .F, +-' .�.' O t . ;..O C 17. Z a R O v E O Z Z7 Z '''' -p +-' CO P_ Q L Q a L L Gl � i- � `J L LJ i � 0 C c a a Q. L a E.- QJ L as ` L a L O gg''� O v' 51,+0..1 U a U Q O — O .O c to a s `- A1 O w ` O 4- µ" `F U '�$14i1 C L •C CO •V E U .'', •- C ..0 y a - +V. O LX .V a a Ce a ;; � ,iii — -� un 3 arJ •y .Y a.. O R' R rr x K CC �tz0 e'a 0 a M c o O . L ro 0 N c O v Gi O GJ Cl C �'.v..` cn U_ R co N\ U 'a 3 E *- C N N N\ H R N\ ur CC N fa y a 1Ua L c = t-1 a . O. E a O H = c vi 3 c 3 c 3 N . S ll° v .0 N 4 i oU —2 --c3 o x Z N T vi N 2 v' 2 4} 2 Z 11317:1 ' Ln orf e e'fel 14 C N N 4--I ;` o co al 441410 00 m ril • • htits a vl r = _C O ottis�� ' '= a 3 E 4, s.., c R L c a CO L +,(13 03 L a4- a '( o ,� ao . E 0 C.> E O5 4- oc °A Eo yus° TO C . hey;'tPii j 'W+ [Q ' O p� OO'- C o O III N R 4- ZSa O yc a-, h a ca .0oc) CE L a as i fO C :7'' V s-- N .- t6 E ti C .0{v c cu co l',.,4.2 xt, VTAi c to to L E a s o o •c� E to ea a)_ w c C a ' 2"0 ; 3 E a L a -0 -a u c E t. ? V a0 Cl)�'f F E c c as c U • xi Uo ao p a)::,-:::::.. a 4al 03 .cC : 4_ •_ a U .to lei) > N E a M a ti ,..,.::::: '< g 3• o o .c 3 > o a E 0 ro "E 3 a� >,, . { ' SZ U N OS L N ++ U ,., N co U L ;VIA W N L t� L E 4-. Q_'. PAR `=' 2 a m — v Sn o c E +`�', ._ v, 4- .2 4- a Q 17 ,: E Er S.. R L O c o co S! L. L fC ',�„`3i1 s c c c -' a C L a .� y 0 "0 " . o- a O. }, -c fa t0 C a is cCc tuw t L c a a 0) a c o0 0 aj CU t€` w..,x. C- m w CC 4- CC 7 a. 1 C. n s- 0 DSC . Lo MAC a) 'ilii - 1 0y�'.% Vf t1 4.i MAO oo. E m a c. °' hSY�Si L O Q t o 4- O •S co E co �t"" o -0 L U a ti0 N L E S tl,)d X aJ N +. 4 O O kCC 13 m),),),*�x + 'a C m o a t c,gi�^' 7 ] p vJ CO je O y 01 17'4a] CO r� 31u- i. .�.y O > L �a it) O O U 0 Y h f� a) __ N co ?a'h `4 Ct' J ;q d N .0 C a3 t,1w, LL ^ a. O C m N O N NNa 3 � = Ei - CN o , MI al • ti. Cd a C vO dsO ` u Cmco Q 'b' 04: H CU a;i.a s • aa.�w ' .L. L a Q�Z co ca G) ts �5 o E no w C i, (1) _= C a = v a ,.r x a) y a ai m E -a m z cn = v s� a C co c 0 C 4 4,.. w m f° C 0 0 Ips f tiz O '� a) •y C a. 1:1 0 -0 as�-. •L 43 N 4] al L ''( AS. 0.1 •1•. Q 43 L Q 03 �+ > E as E C i ;y` = a> > E E ? u y5.3 m o m y S L o ar o a"-4.1 CU' u a o w k E s •s. = o 0 cs, o o a 0 c as 0 pW„ pi' 4i ay G 0 ., a,.., O Q y Q Qj C p y v p .la = Z N c cn N a O. 2 O Z N Z cn 4= N WeilN Mi (U tip; sir?, kl's 1.n C z R�2 �� N ►+ i m[ o� mf131 SRI U V NCL,, ` N fCa O 0 h N CU T ais"` ,,� _ - _ 0) '� at�: Q. 3 iq s �4�4 al �VI to L Q c 4.71 N 3 +co ' to (13 y��,} f�j�, C O N E C C O O co ii oil ui"O. 0 co � cytpsi L 0 Q 44CO oRa Cl- O teh {4j N C > cot; c § co MSAC)k O i •- .p. to (O >- CU p fQ B. ;�' �oty, � co . ,/i c V1 C U 71J- CO tix`xtgr E t .0 4- Vd�T,Hc p ? ._ C 0 3 p M,�a� r aJ o o +' as a) c.. y C C] C al -r-• a.+ MO h 3S C c C p N Q N ' vi > t6 Ca 'C C Go 4= 0L c 4CJ TO L r-+ U N C v n j cu ca .0 c O c O v- +_+ > p ,:.. a= �s 3 la a. auo as E CIO U O O _E. C L ca C L a i 9k. A yO = 3 -. a1 'N ; tt W s{ > m m > . p L .N pQ >�S1 0 .0 = o O 15 h 44,10,:x U c c>'v }}3��{ Q co U aa� � ;ys' c u Q m a E E a e a , a `ottBmf# v -c sN u_ 1 V 0 co `ti43ri w wo < a ° ❑ : a o avU h a a) `o a a� 0 a a r, h Q� `• fi t,1001a.+ Hu_ . ,_ o xi 3 c; a vu4; +a' c .+ ,iy ` 1rcon aic . > " ai d m to' a ti • a °, Ri OC C c(13 O a] ti } • • 01 Et 131 0 pi .40 1/1 , O ma.. = > al N C 0) 4:1 H 1,^ y4AN L > 3 t OLO, O> co U. a r.., 4 C Q.� O 4-u- ' i� � ° � " Z. +: g Qma y ° o � � a, N � � ^ o E� ltx -0s° 73 -a • ff o 1, ovy E43, oac =N 'C] mai aar tf:,A L E.' ai j 1S . Q1 4-aaj -- E C : 4, O ` �ke 1-Li a) 8 , C .d C t) O O m 5. ..cj al al #401 41 o 0 0 .c a s actat _ 3 I ti 3 iIfliI u_ H Ui:° ❑ "' ❑ ms cn ev s N a 47. ir kAj � 44 E�c�' c-II s A N ,rII _�l 4.1 m C) �i !feet? c r�% . E O — u to i u c -W x vslro ;O o 6��'IS.r to U CLI 6 ',4.01;11 fie U O d0 *oft` 0. a) 3 c i x a "a C O co J ik.4A i-' O .0 IFit co i cc OBD 3y5� woz, O Ear + n, _ �u4 s7 a) .:.>. .• C al -„44-'KS �L . E > a) }�y i •iiti O -- > t q ++ U i„ VAR, c‘i tk#: a_ U } iK i.. L�” �, > s to 00 tg*k,. etl a o o +, 'E ,ru v p •N ' v Ist = a = ��lrt a v o. ao: L — L Co t'pS Xfir.iq{ O > N +' 'x: O u LL) X vi CI) U o p Q = z:1491.4�` a C II �� L :c '. •Aoki ...., L O c ' 0 L4.�t co = +' E > r-•i a... . RPh. *et** 'E. bG) N N oo r5, , , CO _ 0 E • ca ey = o_ ey \0, 4,'tmdt1 cc c O C O f� ft ai c o c a N {r,ti i0 '.7444 00 Z 73 i •I L y •> >p ai . a: '> co > U > c_ C O (7 in Q co t9 U 's O al O 2O CO F— O °10 O ''f��„€.yk ,, 2 as • 0) a c of 74 a�`r L, cc Lit L0 c = 4 c = +' iY 341,04, te:' d - a--� C.) N N °l O Q) �0, p ka N�l1 ut LL t0 C H ffl H y d+co L '�3�' y. O c y c p y p c `•i o c yam•• "i Cs ,26%.,4.N0, ..,(, = f° VL LL = N .-: = N N = •O in i N Ln 41 NcgAl Ai., M .. Zf 4ffilikt` Ln b ,..0lD CSA 00 _, CO Cr) M V d'I QS ,-i +-, — 7{��l'pkt-tin�# +' c9 c +� t L of 4' .= C 'L i i11a i' N y OS — OR bbo _ _ O 'ii' O vi_Q V O p L1 Lc6 V • > y 0 U •a OLAP4ti { v v a! ,11nf 11 47 .--6'21 c 00 •� +' 0-all t' ? E p NO. -o -L7 a .a tri 0 U = -0 o as 0 • co ,:u psi 44,41 N O +m., , v N_C `O coo c ,0 °) f{{"`�6 .i" V m 0 ; U 0 .L +°'' U) +' E - m am ...= 0 U) >` Q) = U) 0 •L >. R h lt c,igt s co In c 0) LO 3 � .0 m +' 00 1� cu p`413. t� • C i- .5.2 L as c Cl) ��;i�t� L ++ 00 4) u 0 0 :- -a co t iSj'kt� .ate' L = 00 °} O 'tc5 C i..+ h ZI t}1.fm i °J 0 O 0 0 - 0) Q U of AO s''o c 01C4V4 CS coo C O U = • _ ' `•- +=-� C '^ ,-�-' N ` L E U p +d U ..0 O L C m s.. v- 0 4 Al.1 s... - H c, O 7. > x 3 CU o c c=a o 'er ° m o � ti =' t� (fy; 0 0 :....::•:-....:• L 4-, l.• L L = cu X rn E 5'11.10,..,.. 4 p U wife O as Er. L i" c c ca cu44 sScc ' % L a � co a L # �?u 4- a) � su. N zpi , I cc o.. O =_ L aJ O414 c NA c O E N )55 ty'#�3 , 0 CO = Vl Q) AKz:1,4y 1 I1}" Vf >' O v1 al 2 qa,1 �5 U a) O • N y.. SONO ).r � Oy O cC V VQ1 1:5 72 0 Ais '' y N N to ! m a x COF� a) ri '. 4At' C 03 C a) U M m r j IR"t3 -t U L III C.15 CU �t, } Cu cl) o. 4.4 E E r 4 4 3 b 0 O E y + # d ?. C CO CO �).Vf�. a) H a 0 U O NC $ '' 0 O 0 to ai I'T 45"�E O O 43> a) L L al N O N u! 141.014 ft6 t0 a) U Naj >. fCOra CCY in 03 '-'3)41”} O CH 7 3 • O -0' �M1O ro O CZ1 0 0 O Oac 03y 0 nC ; S + Z N S Z N S N cc S n vcgi,adfII 1�v��1#11 qq } l'A d'� }Cy"Y.: co co O O 4. ¢41 C C N 0 1%00 V u y} O N N AcitqtrtrD M OI O O '�#Aa rIl OI M tQ efillil �+0 d'+ L `h,p co co O A^ L C V 0 ; ' Up -C CB C Z Ui'4 S3,. -0 y.. ws s. C O vi EA 0 I- 3 •rY o4f. b1J C~ ra m O E a)�i �� pCZE U O -E N t; C a) E -a 2 U o CO X O /3 Iz SI, y 3 on .- ,��-s-�,ti<'S -o .0 Q) c +"' O. E "= - O E °' W C W z tr«;, C Z c al "- .r ro a) o > - E o a c L v > ,0 a) ro cu ..c v) > , N a c U Q C i E U i y O r`�4�k?�'' a' 0! -a C +-• U t>3 z6.,.,° E O 0.,2,'- , O •4 O •aYroS �) O `n to 00 >. U E O Q d IA agv a s v� > c U +• c o o a `m tic Y t: Lit >- Op C _ 'O aJ 0 'O -'� 'r-'' L m O C O - L N U k �y`. Im CO C d 0 = O ..0 vi 7- -F'' .� C 4- C 0 a1} ! C ZLQ L" C U 4- E cu +� c.1 U c c cxa -O c cu U 03 G C U �Nst' xf�x.I O a) z C Q -E H vi C (0 - C i N ,0 b0 'a L Q — C 5y�2 fyk' •� c:0 z -L -Cdi 7, V VI 0 a' .I'' ( E h > ro • ' Co .0 a) .7 CLIM -a) C ro E "Ilk,� 105 f0 4113 a U '"" t C U vi v +O' C 4- 0 Co O L 'a -C .0 0 C L 4 r cn F. O Cl. C ar O in ++ itO: .ii = o C 4CA " o t ate) c = m tea' v + C `—' o_ s c o , z o. v E a. �t.irA. 7 m to a3 U = ro ate--• OD O.. •O bD 'r-' C 1- N CO O •O C >'is CO O . 440 O i Z 4#� 4 ++ C 0 O C u 4 'C u c0 N O O CO > �__ > O ro ++ O _ N::. co CCa n'd .Kie O v=- c -vs :E as 5n C c -0 (0 E U c Z > i to Q _ �° C ur aa— I{i �, Q7 to a O a' L a) O O O a-' ..O O E O -O O MO ❑-4- x -a .5- c .� o ff a) -� H- k c 0 Iz o fl o c . U } eat* +VC O O 6 O •41 .0 O T C .� C Q N Ci ' C O' w O U w O N O L E a tt vli,, .0 y vl us_ _ _ w :w m o _ _ 1k1A+.- U a > 'o o- u+ c QC c E - L L' SE S- `O > x -Q E l t fk t -Q -T� ..0 E L 4-' ro a O a) • • • a' L -a L'.,. � �F OL 0 N c C .- 2 0 . OD a) `-' N 4 d x i �O L O 3 O LO Q i` € a v1 c CO t° C) 0- ..P- W L E CO .h '> a. ;° -0 a -o CO Cl) a E Q s :t41 Fk a• . 'aip : = S O NOV CU o O i u� 4- a) Sitti - L O N,ti 3"s v, 0.0 N W. 2 c a.) 'T. in MI.-43 sv ns � 7yE � K 4 K co `IJ• a) m H - c ett �fiR-tm 0D 3 O } 13 ai c )4i e n 's •., 0A 'o O .i. fm a ra co -.0 a 'W.41 i$Vis,' V L a) U ...,° • Q) Q) •N i._+��Z j Z •� f--' i Q y� " < '2n by 'e- C +' iV .LYt a,s'+ C Q co ICOMPA - N a) N 0 ACM"rO Q O zikk N N 2 Z r! qmkaitc4We MI 4101124 iqQ Co itill r-11 btoni P1101,11 ro ,k44 ei101. C Ware, 0 E 1404" 0 Silts lts ptrij 'E , O u _ A i1'(i; Co tice; .- ,,,10),,T 'ti U s y't{ .N CO took �' 4-. C �,11 ti � U c cu 41 cu 0 o2*1 " L = f p O g �)9 d U L Y}'M ._i League of Minnesota Cities .� Coalition of Greater Minnesota Cities Metro Cities (Association of Metropolitan Municipalities) Minnesota Association of Small Cities Municipal Legislative Commission March 20,2017 The Honorable Kurt Daudt,House Speaker The Honorable Paul Gazelka, Senate Majority Leader The Honorable Tom Bakk,Senate Minority Leader The Honorable Melissa Holtman,House Minority Leader Dear Legislative Leaders: A significant number of bills are advancing in the House and Senate that would undermine established local decision making authority and Minnesota's historically strong state and local partnership. As representatives of cities across the state,we are very concerned about this trend and the effects of bills that could significantly hinder local officials from effectively acting to serve their local communities,as they are expressly elected to do. Bills would directly and indirectly hinder local decision making across a broad range of policy and funding areas. Examples include legislation that would constrain local law enforcement authority,restrict a city's ability to set local ordinances,allow certain businesses unfettered access to public rights of way and eliminate a city's ability to manage them,restrict a city's ability to use certain fee structures,reduce local government aid(LGA)based on factors with no relation to the statutory LGA formula,and restrict a city's ability to consider a light rail project. Some bills would move aspects of local decision making authority to the Legislature. Other bills would require metro local officials to run the regional government, subjecting them to significant risks for conflicts for interest that could interfere with their ability to effectively represent the community in which they are elected. Others would usurp local representative democracy by requiring reverse referendums for local levies and funding mechanisms provided under state law. While city officials recognize that policies for local decision making authority can change over j time,we are very concerned about the strong trend in this area,and the effects these bills would have in hampering local officials from performing their responsibilities and being able to appropriately act to address local needs. Such bills would seem to presume,however unintentionally,that there is a one-size-fits-all law that fits every community,or in other cases that the Legislature itself is in a better position to decide issues that are clearly local in nature. While`local control' can be a seemingly broad term,when applied it matters greatly,and if unduly restricted,can have severe consequence to citizens and businesses in communities across the state. Local officials,by state statute, are charged with protecting the health,safety and welfare of the local communities they represent, and laws providing for local decision making generally correlate with this directive. Statutory changes that constrict local decision making authority could serve to prevent local officials in being able to effectively safeguard the interests of a local community for which they are charged, and should not be considered lightly. The ability of local officials to make decisions on behalf of their community matters in how communities are shaped, in the financial ability of the community to govern itself,and in the ability of local officials to act flexibly to address unique or changing local conditions and circumstances. The state of Minnesota has long prided itself on a strong local and state partnership. To function,this partnership at its core must include effective communication by state and local officials with each other and with the public,acknowledge separate roles and responsibilities, provide for the strong financial stewardship over resources,have in place policies that provide for efficient service delivery,provide adequate and predictable resources,and allow flexibility for local officials to address a range of circumstances in their local communities. Several proposed bills,in undermining local decision making and authority, could serve to undermine the foundation and functionality of the state and local relationship. As representatives of municipalities throughout the state,we have been working to respond on a case by case basis to legislative proposals that seek to restrict or eliminate local decision making. With some proposals,we have aimed to work with legislative authors to make the proposed legislation workable. Other proposals we have needed to communicate our direct opposition, on behalf of the communities we represent. Generally,we have worked to inform legislators of positions supported by local officials and to remind legislators that local officials,like legislators,are held accountable through the elections process. Again,our purpose in writing today is to communicate our deep concern,not only on specific legislative proposals that would undermine well established local authority and public processes, but also on the unmistakable trend of such consequential proposals advancing in the Legislature. Thank you for your consideration of our concerns. i ereIy 'ir � � , avefrtC—/ Bradley M. Peterson r'✓ Patricia Nauman Executive Direc r Executive Director Executive Director League of MN Cities Coalition of Greater MN Cities Metro Cities i Jill SIr.tten James Hovland xe tive Director Chair,Municipal Legislative Commission 1 MN Association of Small Cities Mayor, City of Edina Cc: The Honorable Mark Dayton,Governor The Honorable Tina Smith,Lieutenant Governor j RESOLUTION NO. R16-18 A RESOLUTION SUPPORTING LOCAL DECISION MAKING AUTHORITY Pursuant to due call and notice thereof, a regular meeting of the City Council of the city of Farmington was held at the Farmington City Hall on the 16th day of April 2018 at 7:00 p.m. Members Present: Larson, Bartholomay, Bernhj elm, Craig, Donnelly Members Absent: None Member Bernhj elm and Member Donnelly introduced and seconded the following: WHEREAS, local elected decision makers are in the best position to determine what health, safety and welfare regulations best serve their constituents; and WHEREAS,just like state legislative leaders, local elected officials are held accountable through Minnesota's election process; and WHEREAS, ordinances at the local level are enacted only after a comprehensive, legal and open process; and WHEREAS, local units of government are required to publish notices about meetings where policies will be discussed and decisions will be made; and WHEREAS, under the state's Open Meeting Law, public policy discussions and decisions must occur in meetings that are accessible to members of the public; and WHEREAS, cities are often laboratories for determining public policy approaches to the challenges that face residents and businesses; and WHEREAS, preservation of local control in Minnesota has yielded statewide benefits such as the 2007 Freedom to Breathe Act, an amendment to the Minnesota Clean Indoor Air Act; and WHEREAS, Farmington city leaders place an emphasis on communication, developing professional relationships and discussing matters with legislative leaders as they impact individual communities as opposed to one size fits all potential solutions; and WHEREAS, more than three dozen bills that restrict local decision making have been introduced in the 2017-2018 biennium. NOW, THEREFORE, BE IT RESOLVED by the mayor and City Council of the city of Farmington that they support local decision making authority and oppose legislation that removes the ability for local elected officials to respond to the needs of their constituents. This resolution was adopted by recorded vote of the Farmington City Council in open session on the 16th day of April 2018. Todd Larson, Mayor Attested to the i ./dr day of April 2018. C v 'd McKnight, City� nistrator SEAL �4i1 i'i„� City of Farmington p 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 A PO www.c i.fatmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Teah Malecha, Finance Director SUBJECT: Approve Staff Issued Business Credit Card-Finance DATE: April 16, 2018 INTRODUCTION The city provides business credit cards to staff as needed. DISCUSSION The city recently promoted Adam Fischer to Assistant Fire Chief The other city assistant fire chiefs currently have credit cards with a limit of$500. Staff is requesting approval for a business credit card for Mr. Fischer with a limit of$500. BUDGET IMPACT This does not affect the city budget. ACTION REQUESTED Authorize staff to add a city business credit card for Assistant Fire Chief Adam Fischer with a$500 credit card limit. (0046, City ofoFarmington 43Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 ' •ApototOw www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Ken Lewis, Building Official SUBJECT: First Quarter 2018 New Construction Report and Population Estimate-Community Development DATE: April 16, 2018 INTRODUCTION The following report summarizes the new construction permits issued during the first quarter of 2018 and population estimate. DISCUSSION First Quarter Building Permit Information: During the first quarter of the 2018 building construction season(January 1st through March 31st), the city issued 4 new single-family detached housing. The average building valuation of the single-family homes during the first quarter of 2018 was $187,150 up from$159,550 during the fourth quarter of 2017. (Note that the valuation averages do not represent the average sale price or average market value of the homes in question, since they do not include the value of the lot or any amenities added to the home that are not part of the building code formula). Year-End Population Estimate: At the beginning of 2003, city staff decided that each quarterly building permit report should also include an updated population estimate for the city of Farmington. After discussing several methods of calculating population, a decision was made to base our population estimates on Certificates of Occupancy rather than upon building permits. Building permit activity is not a"real time"reflection of actual population, given the "lag time"between the issuance of the permit and the actual occupancy of the dwelling unit(i.e.,the time required to construct,market and sell the home). Accordingly, staff started with the city population as of April 1, 2000, (as determined by the U.S. Census Bureau)and then determined the number of Certificates of Occupancy[C.O.'s] issued by the city since that date. The number of C.O.'s is multiplied by 2.95, which was (according to the 2010 Census)the average number of occupants per Farmington dwelling unit. The resulting calculations are as follows: 22,446 Estimated population as of December 31, 2014 + 41 = 14 certificates of occupancy issued from the period of 1/1/15 to 3/31/15 x 2.95 22,487 Estimated population as of March 31, 2015 + 38 = 13 certificates of occupancy issued from the period of 4/1/15 to 6/30/15 x 2.95 22,525 Estimated population as of June 30, 2015 + 44 = 15 certificates of occupancy issued from the period of 7/1/15 to 9/30/15 x 2.95 22,569 Estimated population as of September 30, 2015 + 53 = 18 certificates of occupancy issued from the period of 10/1/15 to 12/31/15 x 2.95 22,622 Estimated population as of December 31, 2015 + 24 = 8 certificates of occupancy issued from the period of 1/1/16 to 3/31/16 x 2.95 22,646 Estimated population as of March 31, 2016 + 32 = 11 certificates of occupancy issued from the period of 4/1/16 to 6/30/16 x 2.95 22,678 Estimated population as of June 30, 2016 + 65 =22 certificates of occupancy issued from the period of 7/1/16 to 9/30/16 x 2.95 22,743 Estimated population as of September 30, 2016 + 38 = 13 certificates of occupancy issued from the period of 10/1/16 to 12/31/16 x 2.95 22,781 Estimated population as of December 31,2016 + 39 = 14 certificates of occupancy issued from the period of 1/1/17 to 3/31/17 x 2.95 22,820 Estimated population as of March 31, 2017 + 56 = 19 certificates of occupancy issued from the period of 4/1/17 to 6/30/17 x 2.95 22,876 Estimated population as of June 30, 2017 + 50 = 17 certificates of occupancy issued from the period of 8/1/17 to 9/30/17 x 2.95 22,926 Estimated population as of September 30, 2017 + 32 = 11 certificates of occupancy issued from the period of 10/1/17 to 12/31/17 X 2.95 22,958 Estimated population as of December 31,2017 + 24 = 8 certificates of occupancy issued from the period of 1/1/18 to 3/31/18 X 2.95 22,982 BUDGET IMPACT None ACTION REQUESTED For information only. No action is required. ATTACHMENTS: Type Description D Cover Memo First Quarter 2018 New Construction Report d 'lc .,.:0< 00,— ..,00000 0< 00< 00000 00000 ';0 0 ZCo c m m A 0 N 3 000000 ,r 00000 00000 .:00000 00000 0 O 1 CO Za SIV 20 cam E N ;00T- OT- O< NOM 00000 , 00000 000< S O 0 ma Z TO c m .ow xOMWNM (0 n ''N0)(D M O W 0)Mh W V<< W ,,, V' V' (DC ,,,NM V'N NMNO(0 «m W -< N -( « V' W W Fc- 0 Z `p 0 i c 5 fx 3 =`00000 00000 *00000 ' '00000 00000- 0 oz, m 3m= J Z W `. a m Z EO >, %00000 ;;,00000 00000 ' `.00< 0< `oONON 0 0 .c W LL f 2 X Sn Q_ 00000 ,'00000 %.00000 000« V<000< �, 0 O '3 Zw. A: LL >fOMWNN «(00n °NMW W M ::'O W WN W ,t,-V mc,IN ' ' m �NMV N NMN a0 3'«< �0 <N«fp ...,—T- R *' � V' ,TM Ia •. O >' O ate`, 0 ,1 O O § O '' C F— F- r F— F— C F- r I- 0- <NMV•N <NMV'N . *<NMV'N <NMQ N <NMV'N <('40) V N:. O O O m ' O 24,7) m < 0 as 04 N mQ N 4 * N m ,e 0 fO4 0 " ;F. w Nr 10 .o r m 000 0 N N N N N ■ ■ • ■ • U al= N O Z immillimmilimi U 0 O. N E U, o Z?) 7 I C) - tc N_ �K 4 CO w t r 4- >+ L - C 0 rn o -0 Cl)Ca d S N N - +N%+ E .11.31111111.111M g L N aaillMIMMIM _:L .111111.1.1111111111111. L c� C =MIN 0 a) L C (Q O O O O O O O O O CO V' N O o0 CO V N T- Si!waad Aly;uo{N 'c- in CD n CO 0 0 0 0 0 N N N N N ■ ■ ■ ■ ■ pealL 00 WIll Z tiO tip a. U) lipm ..,_.. (,) 0 el".z._. , 0. O T 2 II Q Q 0 __-_ 0 O O O O O O O O O O LO La N' V' M M N N .- O- suoI;3adsuJ Aly;uow Nr m CO N CO 0 0 0 0 0 N N N N N • ■ ■ ■ ■ CJ N 0 am O Z U O --- 0 N MN Iiiiiiiiiiallallala 0) 11111111111P, o) 0 =MOM > > ix EPIMIrM=1 - ' .c co c a E MI: >,asWWI 1-: iiiiiiiifilliSL. Q cs TD I _ I Nimilimmiiii CO to O N O O paMainaa sueId -aatiAR ►i,,„ City of Farmington �. p 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 .A www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Cynthia Muller,Administrative Assistant SUBJECT: Approve Cost Share Agreement between the City of Farmington and County of Dakota for Election Electronic Poll Books Hardware, Software and Related Services- Community Development DATE: April 16, 2018 INTRODUCTION Dakota County would like to enter into a cost share agreement with 12 cities in the county for the purchase of electronic poll books. DISCUSSION This agreement is to purchase 28 epoll books to replace the paper rosters where voters sign in to vote. At the April 2, 2018 city council meeting, council members had questions regarding the annual license and maintenance fee. The annual maintenance consists of data set-up prior to the election, election day support and post-election support. There is a detailed list of services provided during these different stages in the election. The software maintenance includes all software updates, enhancements,bug fixes as well as enrollment in the Mobile Device Management server and all license fees for Meraki routers. Know Ink will ensure the software, hardware and system are continually compliant with Minnesota statutes and rules and will furnish all software enhancements. Know Ink will complete internal testing of any updates to ensure the reliability of the software. Updates are made during non-critical times to prevent issues with live elections. In the original estimate, the 50/50 cost share between the county and the city was not provided. The county has provided a corrected estimate showing: Annual license and maintenance for 28 Epoll book devices $1,750 Annual license and maintenance for other software $166.50 (epulse, issue tracking and asset tracking) Activation and data plans for 28 devices every other year $630 Total fee—even years - $2,546.50 Total fee—odd years -$1,916.50 BUDGET IMPACT The city's final cost to purchase 28 devices will be$11,578. This amount also includes the printer, software for epulse monitoring, issue tracking, asset tracking and the Verizon hot spot. This can be paid in three annual installments. The first payment of$3,859 would be due the first of the month following delivery. The remainder would be paid in 2019. In addition, starting in 2019 there will be an annual license and maintenance fee of approximately$2,546.50 in even years and $1,916.50 in odd years. Funding will be included in the 2019 budget for the remaining installments. ACTION REQUESTED Approve the Cost Share Agreement between City of Farmington and County of Dakota for Election Electronic Poll Books Hardware, Software and Related Services. ATTACHMENTS: Type Description GI Backup Material Agreement COST SHARE AGREEMENT BETWEEN CITY OF FARMINGTON AND COUNTY OF DAKOTA FOR ELECTION ELECTRONIC POLL BOOKS HARDWARE, SOFTWARE,AND RELATED SERVICES This Agreement is entered into by and between the City of Farmington("City"),430 3rd St, Farmington, MN 55024 and the County of Dakota ("County"), 1590 Highway 55, Hastings, MN 55033. City and County are referred to individually as the "Party" and are collectively referred to as the"Parties". WHEREAS, pursuant to Minn. Stat. § 471.59, two or more governmental units, by agreement through action of their governing bodies, may jointly exercise powers common to the governmental units;and WHEREAS, under Minnesota law the parties are empowered to purchase, use, and maintain electronic poll books,also referred to in law as"electronic rosters";and WHEREAS, the County is the recipient of grant funds by the State of Minnesota for the purchase of electronic rosters, subject to a grant match of local funds;and WHEREAS, the Parties are desirous of cooperating for the purchase and implementation of an electronic poll book system through the State of Minnesota cooperative purchasing venture by use of the grant funds and funds by the Parties and other cities in Dakota County who enter into separate Cost Share Agreements with the County. NOW, THEREFORE, in consideration of the premises and covenants contained herein and subject to the provisions of Minn. Stat. §471.59, the Parties agree as follows: I. PURPOSE The purpose of this Agreement is to authorize the County to purchase electronic poll book equipment,software,and related services (collectively, "electronic poll book system") for use by the Parties and to establish the obligations of the Parties with respect to the implementation,use,and maintenance. II. TERM The term of this Agreement shall commence on the Effective Date,which is the date when all signatures of the Parties are obtained, and shall remain in full force and effect until the Expiration Date, which is the date when the Vendor Contract entered into pursuant to Section III. A. expires, this Agreement is terminated as provided herein, or by operation of law,whichever occurs first. This Agreement may be extended by written mutual agreement of the Parties. III. DUTIES OF THE COUNTY In conformance with the provisions of Minnesota law and, specifically, Minn. Stat. § 16C.03,subd.10, the County will purchase an electronic poll book system through the State of Minnesota Cooperative Purchasing Venture ("CPV")in consultation with the City. The electronic poll book system purchase will include vendor-supplied technical maintenance and regular maintenance and upgrades of the electronic poll book system,for at least five years from the date of purchase, including assurances of sufficient parts, supplies and accessories, warranty services, and trade-in allowance for all electronic poll book systems owned by the Parties. A. Award of Contract. The final decision on the vendor to whom the contract shall be awarded will be made by the Dakota County Board of Commissioners. The contract will be awarded to a vendor whose proposal meets all of the standards for electronic poll book systems required by Minnesota law ("Vendor Contract") and will be purchased through the CPV. B. Purchase and Delivery. The County will enter into the Vendor Contract to purchase sufficient electronic poll book system devices for the City using funds awarded to the County in the State of Minnesota Voting Equipment Grant Agreement in the amount of $260,121.98 ("Grant Funds") and funds provided by the Parties as provided in Section IV.0 (together, "Purchase Price"). The County will be responsible for the payment to the vendor pursuant to the Vendor Contract. C. Invoice. The County will provide to the City a copy of the Vendor Contract and an invoice for the City Share of the Purchase Price as defined in Section IV.C. In addition, the County will share with the City its calculations used to determine the City Share and the City's pro rata share of the annual maintenance costs, all as defined in Section IV.0 and illustrated in Appendix A,attached hereto. D. Ownership. The County will own the electronic poll book system purchased pursuant to this Agreement, regardless of where the electronic poll book system may be stored or used. E. Acceptance Testing. The electronic poll book system will be delivered to a County location for acceptance testing by the Parties. F. Repairs and Maintenance. The County will arrange for all necessary repairs, maintenance and upgrades to the electronic poll book system between elections. When upgrades or other services are to be performed by the County or vendor on any part of the electronic poll book system, the City must transport the devices to a central location if requested by the County. 2 G. Licenses. The County will obtain all licenses and other rights necessary for the City to use the election hardware and software for its intended use. H. Insurance. The County will include the electronic poll book system on its commercial property casualty insurance coverage. IV. DUTIES OF THE CITY A. Testing. The City must provide enough staff to test the electronic poll book system for its intended use. B. Storage, Handling and Service. The City must provide safe storage and handling of the electronic poll book system when such equipment is in the City's possession. City must transport the devices to and from polling locations. The City must report any needed hardware and software maintenance, in writing, to the County. Any electronic poll book system problems on election days may be reported to the County orally. C. Payment. The County shall be responsible for the payment of one-half of the Purchase Price. The other one-half of the Purchase Price shall be paid by all cities participating in the purchase. Each city's share of that one-half of the Purchase Price shall be determined by first calculating that city's percentage of the total Purchase Price, then subtracting the same percentage of the grant funds from the city's total cost ("City Share"). Attached hereto as Appendix A are Cost Projections and corresponding City Shares. The County will notify the City of its City Share upon entry into the Vendor Contract. Payment by the City to the County will be made in three equal annual installments, without interest, beginning the first day of the month immediately following delivery of the electronic poll book system packages to the City (years two and three shall be on the first day of the month that the first installment was made). The City may prepay installments at any time without penalty. The City will pay to the County its pro rata share of the annual maintenance costs for the electronic poll book system. The City's pro rata share shall be based on the total number of electronic poll book system packages purchased under the Vendor Contract divided by the number of packages purchased for the City's use. The City will pay the County within 45 calendar days of receipt of an invoice from the County. D. Additional Election Hardware and Software. The County will purchase additional election hardware and software to meet the City's needs in connection with the addition of voting precincts to the City. The cost of such election hardware and 3 software will be split equally between the City and the County. The City will pay the County in a lump sum within 45 days of receipt of an invoice from the County. V. INDEMNIFICATION A. City. The City will defend and indemnify the County, its elected officials, employees, and agents and hold them harmless from all claims and damages arising out of the use, transport, storage, handling, or maintenance of the electronic poll book system, which are attributable to the intentional, willful, or negligent acts or omissions of the City,its elected officials,employees,or agents. B. County. The County will defend and indemnify the City, its elected officials, employees, and agents and hold them harmless from all claims and damages arising out of the solicitation and award of the Vendor Contract and arising out of the transport, handling, or storage of the electronic poll books attributable to the intentional, willful, or negligent acts or omissions of the County, its elected officials, employees, or agents. The County does not warrant nor does it indemnify the City for performance of or failure to perform by the Contract Vendor for the electronic poll book system. Nevertheless, the County will pursue any and all rights it may have with respect to warranties, when requested by the City or when necessary, to assure conformance with the intended use of the electronic poll book system. C. Municipal Tort Claims Act. 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 the Parties' acts or omissions. Each Party warrants that it is able to comply with the aforementioned indemnity requirements through an insurance or self-insurance program and that each has minimum coverage consistent with the liability limits contained in Minn. Stat. Ch. 466. For purposes of determining total liability for tort damages which may arise from this Agreement, the Parties are to be considered a single governmental unit. VI. STATE AUDIT Under Minn. Stat. § 16C.05, subd. 5, each Party's books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by the State and/or the State Auditor or Legislative Auditor, as appropriate, for a minimum of six years from the Expiration Date of this Agreement. VII. GOVERNMENT DATA PRACTICES For purposes of this Agreement, all data created, collected, received, stored, used, maintained,or disseminated by the Parties in the performance of this Agreement is subject to the requirements of the Minnesota Government Data Practices Act,Minn. Stat. Ch. 13,and its 4 implementing rules, as well as any other applicable State or Federal laws on data privacy or security. Each Party shall provide the other Party with prompt notice of a breach of the security of data defined in Minn. Stat. § 13.055,subd. 1(a) or suspected breach of the security of data and shall assist in remedying such breach. Providing or accepting assistance does not constitute a waiver of any claim or cause of action for breach of contract. The Parties shall promptly notify each other when any third-party requests data related to this Agreement, the electronic poll book system or the Vendor Contract. The Party who originated the data subject to the request will give the Party receiving the request instructions concerning the release of the data to the data requester before the data is released. VIII. VENUE Venue for all legal proceedings out of this Agreement, or its breach, must be in the appropriate court of competent jurisdiction in Dakota County,Minnesota. IX. TERMINATION The County will notify the City if its City Share as stated in Appendix A is increased due to one or more cities' failure to execute a Cost Sharing Agreement, a change in the amount of Grant Funds, or a change in the Purchase Price. The City will then have ten (10) business' days from the date of the notification by the County to terminate this Agreement by written notice to the County. Otherwise, the parties must mutually agree to terminate this Agreement in writing by the undersigned or their successors. X. MISCELLANEOUS PROVISIONS A. Severability. The provisions of this Agreement are 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. B. Assignment. No Party may assign or transfer any rights or obligations under this Agreement without the prior consent of the other Party and an assignment agreement, approved and executed by all Parties to this Agreement, or their successors in office. C. Amendments. Any amendment to this Agreement must be in writing and is not effective until approved and executed by all Parties to this Agreement, or their successors in office. 5 D. Waiver. If any Party fails to enforce any provision of this Agreement, such failure does not waive the provision or its right to enforce it. E. Contract Complete. This Agreement contains all negotiations and agreements between the Parties. No other understanding regarding this Agreement, whether written or oral,is binding on any Party. F. Compliance with Laws. The Parties shall abide by all Federal, State and local laws, statutes, ordinances, rules and regulations now in effect or hereinafter adopted pertaining to this Agreement. XI. GENERAL CONDITIONS GOVERNING OPERATION OF THE SYSTEM A. City shall distribute electronic poll books to precincts in the quantities advised by the County in each election held in the City through 2020. B. Devices requiring maintenance must be identified by the City to the County for reporting to the Contract Vendor within 14 days after an election using the procedure agreed to with the County. C. City must conduct testing on all devices prior to deployment. D. City must follow the County timeline for electronic poll book roster loading and completed file upload after an election. E. City must only use the polling place procedures approved by or from the County or the Minnesota Secretary of State. F. Electronic poll books are to be utilized for election purposes only, and no other function. Electronic poll books are not to be used to scan ID cards of registered voters. G. Voter data of any kind may not be transmitted wirelessly through any device/network/etc. other than the equipment provided for the electronic poll books. [Remainder of Page Intentionally Left Blank] 6 IN 'WITNESS WHEREOF, the City and the County have caused this Agreement to be executed on their behalf. COUNTY OF DAKOTA CITY OF FARMINGTON By: Y- �'J Mayor Name: //4145s j� /J�%/ _ Date: /4„ ,/8� Title:T� � Gc✓rzC /Ce i�i' 1 ,U, 1�-`I361C 'cam` Y• City Clerk Date: Date: � /C /r Approved as to form: • Assistant County Attorney/Date File No.KS-18464-4 CONTRACT\2018\KS18-164-4 Farmington 2018 Cost share for epollbooks.docx 7 ion O\ •--, O M o0 v) 00 00 O O\ r-+ N 10 N 00 16 ,--; d' . O O\ d' rn O\ ,-, t N N VO N N M ,--, kn to bA N d- 71-., O\ ,-i M d' N 'Cr., r'.., \O \O aag'SA;unoa N ° NN o 5 65,1-1 a)M M ° o N 69 69 69 69 69 69 64 69 64 69 69 64 G,s - 0 4, M 1/4O d' 00 00 M to O M VO dco v ') O\ ,- O M 00 00 00 v) 00 00 O N o O\ ,-i O O vO v) k.O 00 vO ,-, d• ,-: O O\ d U © a, O1 '-• N Nl 0 N N M -4 in in do t N .---.O\ v) ,-, en is) d N do l 1/4.0 \O al uiO adei{s AID v) ,-. .---. c.,i 0o a> N -,,-� , O vo I c) N M M ,-. ,-, r, N ,--i '-+ I-, O di 69 69 64 63 63 69 69 b9 64 69 69 69 6N9 0 O O\ N ,-+ IN VO ,• t� 10 O\ 00 M d • 1/4-1-4 O co; .--i N N M O\ M ,--i ,-, M 00 00 a) O1 Cr) M v) In d N d' d' t� M O -F+ a) O\ O\ 00 ,-, N l M 00 to 00 d- M M 7-,• .0 paticuty;uu9 o o N N `M° ,can; `n N N N �;-( 64 63 69 64 64 64 64 69 69 64 64 64 ' V a) a) \O N v) 00 N 00 O\ N N . d' \O ,-, 00 N O\ in ,.o in ,-. 'O ,- N00 dO C : ' .E M d' N M N V1 O\ N N 4 00 N -, O\ d• M N N N M d 0o O1 d- ,--a N 'd Agapo;Moldy o; O ,x) do v in M M do M t. .t ,, a) L1 N O\ ,--, d' ‹O M t---:' O\ M d d' M O ~ ;ue.19 Jo;unotuy M en d- '-• .-• N M ,-, - 1 69 69 69 69 64 64 64 64 63 64 64 64 N 0 71evs asegaand 0 0 0 0 0 0 0 0 0 0 0 0 0 c JooBe;uaaJad MNO\ 1Od: o\ d vryoo O n � t: • 0 N1/4,-; V) vO o0 d' M ,-i v) v) VI ry * Se Ig;oy A J ,. r, ,. ,, UCO z 0 N O M M M M M M M M M M M M 10 co) en en O 00 00 00 en 00 00 0000M d: ~ V3 \O d a; v) 00 00 vi O1 N O O •x t 00 M VO N N \O VO 00 N VO 00 M M '� �./ O 1O N t l 00 '--, O N ,-, N dwc-c 0) N g W A;I� Io3Ielo�4nS 00CCenn i—flQ NO1ennenenN ri13- p o CO CU O 63 6~9 64 69 63 69 69 69 69 69 69ER ,CI .4-+ 6 CL) .et4 1 M M M M M M M M M M M M U M M M M M M M M M M M M J� L+ '.+ ct C/) M M M M M M M M M M M M i7-� �'i +E 0 00 00 00 00 00 00 00 00 00 00 00 00 O ,� aaeA�30S 0 0 0 0 0 0 0 0 0 0 0 0 U vi vi vi vi vi vi vi vi vi vi vi vi at ,6 raj 64 64 69 69 69 69 64 EA 64 64 64 ER g o 0 0 0 0 0 0 0 0 0 0 0 0 E kel V7 v) kr) )n V) )n V) V) v) N v) E rdd N N N N N N N N (Ni N N N ✓ sa d- '71- d' d' d' d- d' d- d' d d• d' P-4a) M on M M M M M M M M M M 0 ._E 69 64 ER 69 69 63 63 69 64 64 63 64 R A Cn O O O O O O O O o 0 0 0 "'i i-1 0 0 0 0 0 0 0 0 0 0 0 0 . bA aAiva auASI vi vi v) vi vi vj in w U isiO \O lO 10 \O 10 10 \O 10 10 \O X pug pigaay4j 0 0 0 0 0 0 0 0 0 0 0 0 ;� 0 a) ,-; - - r.- e ' •- r--,- - - - a4 69 69 69 69 69 69 64 69 64 64 64 63 (1) , Q', u a) 0 0 0 0 0 0 0 0 0 00 0 n O IO o 1-n O O O In O v) vl 0] vi \o d O 4 00 06 vi oo vo d O\ d' t� M 00 N N O\ M N O\ d' f .V v) .-, N N N cn ,-, 1-O � l � N �_ sig;oy;au►aaad © �O en o N o oo 1 N O\ O M M 0 t M M N 64 69 6„9 69 64 CO 69 69 69 69 69 CO U ti O a) ct ob 1 a) 0to x .CS 9 a a) i fitFkRM. City of Farmington k 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 .,, www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Cynthia Muller,Administrative Assistant SUBJECT: Approve Tobacco License for Farmington Tobacco & Vape Inc.-Community Development DATE: April 16, 2018 INTRODUCTION A tobacco license application has been received from Farmington Tobacco & Vape Inc. DISCUSSION Mr. Ali Maghtheh has applied for a tobacco license for Farmington Tobacco & Vape Inc., located at 919 8th Street. They also have a store located on Elm Street in City Center, so the Farmington Mall will be a second location for this business. The required fees have been received and the application has been reviewed by the Farmington Police Department. BUDGET IMPACT The fees collected are included in the revenue estimates of the 2018 budget. ACTION REQUESTED Approve a tobacco license for Ali Maghtheh, Farmington Tobacco & Vape Inc, 919 8th Street. 4 it+RM►4 City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax-47'• www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Cynthia Muller,Administrative Assistant SUBJECT: Accept Resignation from Rambling River Center Advisory Board Member Kay Bennet-Community Development DATE: April 16, 2018 INTRODUCTION A resignation has been received for the Rambling River Center Advisory Board. DISCUSSION Ms. Kay Bennet has submitted her resignation from her position on the Rambling River Center Advisory Board. Her term on the board runs through January 31, 2021. This seat will be advertised until filled. BUDGET IMPACT N/A ACTION REQUESTED Accept the resignation of Kay Bennett from the Rambling River Center Advisory Board effective April 2, 2018. t4ikitif& City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 ' rttoOF www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brian Lindquist, Police Chief SUBJECT: Approve Out of State Training-Police DATE: April 16, 2018 INTRODUCTION The Farmington Police Department purchased its first video recording system in 2006. The first body cameras were added in 2014 and most recently a weapon mounted camera will be added to our collection of video recording devices. Axon, our body camera vendor, is holding a users conference, June 5-7, 2018 in Scottsdale Arizona. DISCUSSION We currently operate three different camera systems, each of them a sperate system. The squad cameras currently upload automatically to the server when the vehicle is parked in the garage of the police department. The body cameras,Axon Taser,upload to the cloud when placed in the camera docking station; and the newly purchased weapons mounted camera will be download to the server. Due to the evolution of this technology, government units sometimes struggle with staying on top of best practices, legal concerns and operating procedures. These topics are some of the most concerning for law enforcement today. Attached is the website for the conference and its agenda;https://www.acceleratepolicing.com/ BUDGET IMPACT Approximate costs: Transportation(Airfare and Vehicle)$500.00 Lodging and Meals $840.00 Conference Registration $300.00 TOTAL $1,640.00 Funding for this training is included in the 2018 police administration training budget. ACTION REQUESTED Approve the attendance of Sergeant Constantineau at the 2018 Accelerate conference scheduled for June 5- 7, 2018 in Scottsdale,Arizona. 4EAR,yi City of Farmington ps 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 NI. jidirooto www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brian Lindquist, Police Chief SUBJECT: Approve Out of State Training-Police DATE: April 16, 2018 INTRODUCTION The Farmington Police Department currently has one full-time officer assigned to the Dakota County Drug Task Force(DCDTF).As part of our obligation to the mission, certain training opportunities are made available to the officers on the team. DISCUSSION By request of the DCDTF team leader, Officer Zajac has been asked to attend Clandestine Lab Training in Quantico, Virginia, June 4-8, 2018. The training will qualify the officer to work in a clandestine lab environment per OSHA regulations 29 CFR 1910 and DEA policy. I have attached the site link for the training. https://www.dea.gov/ops/Training/Clandestine.shtml BUDGET IMPACT The DEA training unit provides funding to include lodging, transportation and per diem for the time officer Zajac is attending the training. The city will be responsible for Officer Zajac's wages. ACTION REQUESTED Approve Officer Zajac's attendance at the Clandestine Lab training scheduled for June 4-8, 2018 in Quantico, Virginia. 41a.RM4► City of Farmington v:,s, 430 Third Street car '-t14 Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 .,,pRotoir' www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brenda Wendlandt, Human Resources Director SUBJECT: Appointment Recommendation Fire Department-Human Resources DATE: April 16, 2018 INTRODUCTION The recruitment and selection process for the appointment of a paid on-call fire captain position has been completed. DISCUSSION After a thorough review of all applicants by the Fire Department and the Human Resources Office, this promotional opportunity has been offered to Matthew Price, subject to ratification by the city council. Mr. Price has been with the fire department since August of 2013 and is currently a lieutenant in the department. Mr. Price meets the qualifications for this position. BUDGET IMPACT The fire captain position is paid both a monthly stipend of$154.00 and the hourly rate for fire fighters for training and call hours. Funding for this position is authorized in the 2018 budget. ACTION REQUESTED Approve the appointment of Matthew Price as a paid on-call fire captain effective on or about April 17, 2018. © mufi City of Farmington 430 Third Street C.) _ Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 .,,PROW'S www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brenda Wendlandt, Human Resources Director SUBJECT: Appointment Recommendation Fire Department-Human Resources DATE: April 16, 2018 INTRODUCTION The recruitment and selection process for the appointment of a paid on-call firefighter in the Fire Department has been completed. DISCUSSION After completing testing and a thorough review by the Fire Department and the Human Resources Office, a contingent offer of employment has been made to David Standke, subject to a pre-employment drug test, background check and ratification by the city council. Mr. Standke was previously employed with the city as a paid on-call fire fighter and meets the qualifications for this position. BUDGET IMPACT Fire fighters are paid an hourly rate of$12.50 per hour for all training and call hours. Funding for this position is authorized in the 2018 budget. ACTION REQUESTED Approve the appointment of Mr. David Standke as a paid on-call firefighter in the Fire Department effective on or about April 23, 2018. � ARirit� City of Farmington VP 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 �+t.,,�,�,rn www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator • FROM: Brenda Wendlandt, Human Resources Director SUBJECT: Approve Seasonal Hiring-Human Resouces DATE: April 16, 2018 INTRODUCTION The recruitment and selection process for the appointment of the attached list of seasonal staff has been completed. DISCUSSION After a thorough review by the Parks and Recreation Department and the Human Resources Office, offers of employment have been made to the individuals show on the attached spreadsheet, subject to a pre- employment drug test and ratification by city council. BUDGET IMPACT These positions are included in various departmental budgets. ACTION REQUESTED By motion approve the attached seasonal employment recommendations. ATTACHMENTS: Type Description © Backup Material Seasonal Staffing 2018 Spring/Summer Seasonal Staff 201/-18 Name Pay Rate Pos/Step RETURNING RECREATION STAFF Samuel Handahl $ 13.48 Step 2-Arena Supervisor Mason Enright $ 9.52 Step 1- Recreation Assistant _ Keil urban $ 9.65 Step 1- Recreation Assistant Cecelia Rogers $ 13.48 Step 2- Recreation Program Supervisor 4ltkRM4 City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 ' PPOCF www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Matt Decur,Assistant City Engineer SUBJECT: Adopt a Resolution Revoking and Establishing Municipal State Aid Streets- Engineering DATE: April 16, 2018 INTRODUCTION Annually, the city is required to coordinate with the Minnesota Department of Transportation(MnDOT) using the mileage certification process and has an opportunity to revise the roads designated as Municipal State Aid(MSA) streets. The city currently is allowed 17.25 miles with 16.45 miles designated leaving 0.8 miles available balance. Staff has completed a comprehensive review of the designated streets given the available Municipal State Aid System mileage. Potential MSA routes must begin and end at other city MSA routes, County State Aid Highways, or MnDOT trunk highways and should support movement of traffic between the local street system and these higher classified routes. Considering the current methodology of calculating needs, rules of designation and future fund use staff is recommending the following revisions which are also shown on the attached map. DISCUSSION The following are proposed revisions to the city's MSA streets Revoke: Pilot Knob from 220 Street to Spruce Street Pilot Knob is unimproved in this segment and is classified as a future County arterial roadway. 220 Street from Pilot Knob to Denmark Ave. (CSAH 31) 220th Street is a gravel road providing access to several homes in Farmington and Eureka Township. 220th Street is classified as a future County arterial roadway. Pilot Knob from 220th Street to Spruce Street: 0.50 miles 220th Street from Pilot Knob to CSAH 31: 1.00 miles Total: 1.50 miles Establish: Spruce Street from First Street to Twelfth Street Spruce Street is classified as a major collector and is an east-west corridor betweenTwelfth Street and Denmark Avenue(CSAH 31). Spruce Street connects schools, recreational facilities, downtown businesses, and residential neighborhoods to TH-3 arterial State Highway. First Street from 2201 Street(CSAH 74)to Walnut Street First Street is classified as a minor collector and serves as a north/south corridor between Elm Street (CSAH 50)and 220th Street(CSAH 74). First Street connects schools and residences west of the Union Pacific Railroad tracks to crossings on Spruce Street and CSAH 74. Flagstaff Avenue from 2121 Street(CSAH 50)to 208 'Street Flagstaff is classified as a major collector and connects the Farmington High School and future residential development to arterial routes on CSAH 50. Spruce Street from First Street to 12th Street: 0.90 miles First Street from CSAH 74 to Walnut Street: 0.42 miles Flagstaff Avenue from CSAH 50 to 208th Street: 0.44 miles Total: 1.76 miles As mentioned, the city currently has 0.80 miles available for designation and with the above-mentioned revisions, this leave 0.54 miles available for future designation. To request the system revisions, the city must approve a resolution and submit it to MnDOT. BUDGET IMPACT N/A ACTION REQUESTED Adopt the resolution Revoking and Establishing Municipal State Aid Streets. ATTACHMENTS: Type Description o Resolution Resolution o Backup Material Map of proposed revisions RESOLUTION NO. R17-18 REVOKING AND ESTABLISHING MUNICIPAL STATE AID STREETS Pursuant to due call and notice thereof, a regular meeting of the City Council of Farmington, Minnesota, was held in the Council Chambers of said city on the 16th day of April, 2018 at 7:00 p.m. Members Present: Larson, Bernhjelm, Bartholomay, Craig, Donnelly Members Absent: None Member Bernhj elm and Member Donnelly introduced and seconded the following resolution: WHEREAS, it appears to the City Council of the city of Farmington that the streets hereinafter should be designated or revoked as Municipal State Aid Streets under the provisions of Minnesota Law. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the city of Farmington that the roads described as follows,to-wit: • Part of MSAS 103, Pilot Knob Road—220th Street W to Spruce Street(0.50 miles) • MSAS 108, 220th Street W—Pilot Knob Road to Denmark Avenue (CSAH 31) (1.00 miles) be, and hereby are, revoked as a Municipal State Aid Street of said city subject to the approval of the Commissioner of Transportation of the State of Minnesota. BE IT FURTHER RESOLVED, by the City Council of the city of Farmington that the roads described as follows, to-wit: • Extension of MSAS 101, Flagstaff Avenue—212th Street to 208th Street(0.44 miles) • Extension of MSAS 105, First Street—Ash Street (CSAH 74)to Walnut Street (0.42 miles) • Extension of MSAS 107: Spruce Street—First Street to Twelfth Street (0.90 miles) be, and hereby are established, located and designated a Municipal State Aid Street of said city, subject to the approval of the Commissioner of Transportation of the State of Minnesota. BE IT FURTHER RESOLVED,that the City Clerk is hereby authorized and directed to forward two certified copies of this resolution to the Commissioner of Transportation for consideration, and that upon his approval of the designation of said road or portion thereof,that same be constructed, improved and maintained as a Municipal State Aid Street of the city of Farmington, to be numbered and known as a Municipal State Aid Street. This resolution adopted by recorded vote of the Farmington City Council in open session on the 16th day of April, 2018. Mayor Attested to the JJ 14dayof April, 2018. t) - "AiCU)- (9-- -y Admmistratoi'i' SEAL 8 z 5 oa J Zg 'O I I ir F� D o 6e o E, 552 ® 1t w SI of - ii+ TTEkS q Z dj V yi,.. 1� c E _ cn cn Z o to z0 O ;`fAn±, ga n z mZ !S, , u y O .1 l N m _ r� Gid _ O Q J pill#E US a 1 o f = w - [n Q w 3#i! R'-+ � W . _ Q 0 Ia wofoll ll a 1g C) C:4 w11 as � u' I I'. p ' LI a 1 'F = a @ � a a �4 : g1a 1lii?� I�I E� ial ■ © 1L.g.i E i IP / ✓\� a la a _ •6l g l �I � _� .. fi�`l a _ _ e ✓ - T...:.%T'',) a &Fa p .f n�' e Ia a /0 .Ya,' , ti S E . 17� r1 a „) , . , —0: , -� „ - ;4 , -< a ,� al , „, . , ! , dA 1 !!! i- ai � r / ff yy a 1 3'1'11A3Atl'I 1 404,ifi ,„ City of Farmington 430 Third Street Farmington, Minnesota o+ 651.280.6800 -Fax 651.280.6899 'S'hAr11w . www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Teah Malecha, Finance Director SUBJECT: Approve Bills-Finance DATE: April 16, 2018 INTRODUCTION Attached is the March 29-April 11, 2018 city council check register and recently processed automatic payments for your consideration. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Approve the attached payments. ATTACHMENTS: Type Description ❑ Backup Material Check Register 3/29/18-4/11/18 0 d N L!] N O co co m of O N O o O O O O O O co O O O O O O O O O a- ❑ N 0 o O O O O O o o O O O o O 0 0 p 0 0 O O 0 0 0 0 0 0 O O O O 0 0 N U O_ O O_ O_ O O O o o O O co_ O O O_ O_ 0) O O O O O O O O O O O O O O O O no O Z Cl) Z m J 0 O O Q > Q 0 J zi- o O F a ¢ Z m w Z U) Cl) w ¢ CC U) CO H z g uwi U O W W U a: F 0 0 O O O O O a J a a s m cc a Cl) O ° 0_ W F U U 0 H O O 0 I g Cl) Cl) 12, F H J ❑Q Q d' W 0 IAZ R' 2' Zi-Z Q H zCY 0 n W U U a Q U Cl)7 W Ell Y Y F F 7 Z J J IY O p' W K J D a Q W ❑ W 0 0 Q Z a s > > Q 0 W CO 0- 0_ J a 0 0_ 0_ 0_ (n 0_ a 2 I 0_ 0_ J W Cl) Z Z CO W 0 F W W W 0 Z CC CL w w > a O M 0 co 0_ R' W co co ce0 cn p Cl) co 2 < Cl) Z Cl) Co W m CO J F 00 o_ C a z w 2 2 z z D o 0 D a F¢ CC C 0d °� cn w 2 W W U) w Z Z W J J J J J ❑ w a i- 0 a0 ce w w ❑ I a a a a a 10- W W 2 I O FO- Q O K F W W W W W D I- J J F F 2 3 2 4 H O J J J J J 0 CD 0 0 CL 0 I- 8`m m 0) d H O in Z ,- O O co co co co co O co Ln Ln O O .- O co 0 N V co V 7 V' V V V U) CO CO V V a 'NV V 0H E O I CO CO m CD CO CO CO CO CO m CO N. N- CO CO CO Z 3v 3Ln o 0 o v co o v ,- o o u) m I N N O N Ln O O O n) In O IY U O O O O O O O o O O O O O O O O W .00 m r m m m m m r- ❑ ❑ Z Q c- 0 N u_ W W W W O O 0 03 0 W 3 c i M z0 0 0 0L O m 0 0 w L O O O O O O N MO O O O O NO N N N W z W CO Z W ? NO N N9 CV CV N CV M O W CO 3- co a Tr co co COC- O 0_ Lo ul Lo m m m m m a* O O O Lc) O z N h O N Q CL a- a- a- a- a- '- O N N N -1 N J ,_ M N N 0 Ln Ln Ln [t Ln CO N- V V N m 0) co N Ln N CO CO CO CO CO m N 0 0 N Ln 0 0 m W CO to to m 0 O CO o 0 0 o N . Z V 'V C) C) C) M M CO V' CO C) V' V 'at V • U co m m m m m m CO N m CO CO m CO m CO CO 13 O ❑ N •-- a-- r c- c- a- a- a- .- a- 2 f!) a 0 J it a 3t W Z 0 U C OI O F Z Z 0 w cm a 0 F a u�ai Faze Cl) z co Z Cl,a z 0 ' Co W Z w O w O 0 O O U a- < z J z Z a 3 U ❑ I D O Z O W _F a U O F Z - J 0 Z_ CO } fl O Z d' J > U J g W g p 0 7 Ly > W co co co °r m Z W Q a W ¢ Q J } z a u) Z S cu z O ((3 w se 0 a m m m W m z j O ❑ ¢ W W U)) m 2 a F m w H 9 xa z 2 a LE. H LL LL a w a H w_ QUQ UQ W U a w w W K • W Q Q lb N U J J J J J U CO ❑ W O J J UL W Q_' = 0 O 1Z. Z En F CO CO CO O] CO m Z 4 H c m W W M Z N ❑ N O ID O N J J J J J m W W } �) n 0 a aa- J 0 a a a a a O Z O COm n.O CL a' O LY 0_' O O a- a c. O } n J U' U' C7 U' U' a- Lb Y Y o co a- 0 3 r a a ' W W W W W d' W a s t Cl) co J J J J J 0_ LL N N ❑ a U U co co CO CO 0 O 0 c- 0 Ln Ln CO CO V m 0 O O O O O O O Ln to N N O O CO CO CO CO CO N N m o O o O O N N V C r Q) 0) N N CO V' CO W CO m m m Ln Ln m h O O O O O m 0) CO Ln Ln CO C) 0) V' V 0) 0 0 N- n N N Ln 0 Ln 0 0 Ln Ln o O N N V N- V CO CO N N N N V a- a- ,- > T Q '-- W o M M m m O N N Lp E CO c CO CO co W co co CO co CO CO U' o O E 0 0 0 0 0 0 0 0 0 0 J N N N N Cl N N N N N p 0 O O O O O O O O O (o M M co M M M co M M M N E ❑ M M M M M M M M M M T d f0 N CO 1 b n N r 0) M U {+O� N N N N N �N7 N N LNqU Ln ai Y M { M 0) 0) O U W Z 0 U 0 O' d' V N N N N r h N- N- U) U) CD m CO m CO CO 0) m O O 0 0 0 0 0 0 0 0 o O O O o o O o 0 o O 0 N 0 N 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O 0 0 0 O O O O O O O O O O O O O O o O O O O O O o O U) U O O o O O O O O O O O O O O O O O O O O_ O_ a) O O O O O O O 0 O O O 0 0 0 0 O 0 0 0 0 0 m O -C-‘-.' 0 0 0 C0 C7 U (n (4 WOO W d a w w z Iz-- p. O O O O Q Q w Z W Z Z Z Z P H H H fY K 0 Q 0 W CC0 0 0 0 W W W W U) W Z Q W Q 0 0 0 0 O O O (n U) a 0 0 0 0 0 U co m m c Z z W W F Z W W Z W g U U Q Q Q Q Z Z Z Z - - U U 'C Z U5 U Q _ a a' M J J J J U' CD (' CD Q Q m M i- Q CC J C4 Q N Z Z Q: Z Z Z Z W W U coZ 2 coI W d coQ Q W W W W ❑EEEE E 0 U 0 Z Z Z Z J J J -1 =1 =1 W W 2 w w IY m D J D W W W W D 7 7 5 0 0 fY m 0 Q H Q CD I I 0 0 0 0 m m m m fl fl LL LL Q fl U U W co fl co W W OF U 0 F Hetw Q Q C7 a 0 W W w a 03 z at a u)r CO rt et C9 C0 C0 (7 C7 C7 C7 C7 C� 0 0 W W CO I-- co ( O Z Z Z ZZZZ ZZZZ J Z W 0 -Ti d d n in (n (n v) () u) in m in (n U) O 0 0 a D W W Un U U m 0) m m U CO CO U = i a Ul U it fY o w w w w W w w WWWW w a of r 1- u) 0 0 0 0 0 0 0 0 0 0 0 > > co CO ar z z 0 0 0 0 0 0 0 0 0 0 0 0 W rr O g C� C7 w w rr CC ❑ 3 _i fr z z a s C fl a a J a 0- 0- fl J fl fl f1 fl o H H H C) H H R H C7 H H H H f- J 2 Q c� Q Q Q w Q Q Q Q W Q Q Q Q D w w Z 5 p:. 0 0 Q ❑ ❑ ❑ J ❑ ❑ ❑ ❑ J ❑ ❑ ❑ ❑ o 0 > D CO F W w a d a cn U alin Z Z+ m NN N CO N N N N CO N N N N 0 N O o O O U) U) 0 O O O O O O O O O O O O O O M O V N- O o d' 7 V d V V V V d' d' 7 ..7-, C N N N d' U) U) 1U` E N O m m CD c0 m m m m m (D m m m m co co co co CO CD CD Z 3 V O O O 0 0 0 0 U) 0 N 0 m N N N N M M M M U) U) m m 0) CO m N- 0) ar• U 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O o w _ Z 0 m 2 o U g w 0 r r U M 0 0 0 0 N CO O O1 M o) n Z m CO CO m U) CO U) m m CO U) CO U) N 0 ti O U) O O) W > .- 0 0 0) N M N .- N v- m CO U) N 0 CO N- I.-- CO 0) 0) CO CO 0) CO CO m O CO CO CO 0 CO d d' d d' V R V V d' [f V d' o O s- z d' O N N Tr V Cr d' d' 'V V V 'V V V d' V a N N C) V d' N V d' CO N d' N N CO V N '7 N CO m ? 0 NNNNNNNNNNN N N U) O co 0 M U) m m O 0 0 0 0 0 0 0 0 o O O O O O) o O O O (n co 0 Z d V V 'Cl. V V d' d' d' R d d d M M V 7 V d' 2 co M i) u Z CO CO CO m CO m CO m CO m m CO m CO CO CD 0) 03 m CO U m m m ' .- .- m 0 ❑ COUj U co U) F Q 0 > W n U re W W `o W Y Y C7 . s Q m 0 U 0 m 0 0 Z K a >- Et W I 0 > 0u. w rt O Q 0 ¢ W Z a m d 2 ¢ Q w F Y w = W F- W fl 0 0 0 Y w W O Z W Z W = Q CO O J W J Q ~O O K cc 0 o J co Co co co co co m_ m_ co m 03 co. . ao = W C7 0 N 0 n' 0 W I W a a N a z z Z Z Z Z Z Z Z Z Z Z Z C1 ❑ 2 J 0 UCC W LL W W U Q Q Q Q Q Q Q Q Q Q Q Q Q (� O Y < O Z a W U W O IX fY c a O -� --> -� Q g U W F H 0 W m m C' Z C' W W x J 2 2 CD O.. m C _ C Z Z C's W J J J J J J J J J J J J J N Z (r J J J J J J J J J J J J J J N 0 0 H ❑ 2 2 a m m m CO CO CO CO CO CO CO CO CO CO CO W O = °) LL N = n m 03 2 2 U U O Un CO CO CO CO U) CO CO CO U) m (n Un c") Z M a m.=. 0000000000000 C7 o d o fy o I o 1 - j o W w m = T' 0 0 0 0 0 0 0 0 0 0 0 0 0 Z ' w U U W J J J _J _J J J J J J J J J W 0 CL H J 0 0O O o O O O o 0 0 0 o O O o U) U) o o co (n d d d' d' N- N 0) d' 0 0 0 0 0 0 0 0 0 0 0 0 0 O N- N- 0 0 CO 0) _ _ CO CO 0 O CO m N m O) U) m U) U) O o U) o O) CD a m O O U] U) W O N N O) o M M - U) O co M U) m m N CD m U) m U) <{ N. U) 0 O V' '7 0) 0) m m 0 O U) U) 0) 0 • O '- N- U) N CD 0 0) N N ,- O) 0 U) N 'V 0 CD m N N > Q N N m V N N M N- N N 0 M m U) -.E. co co co co co co CO O 0 O O O O O O O O 0 E N N N N N N N N O O O O o O O O C �p M co M co M M M M N E 0 M M M M M M M M co T U a St N N N N N N N N Y Yq el r r q q q U fY Z r U 0 n N O m m rn C) to o co co co co O O O O O O O O O O O O O CD O M ❑ N O O O O O O O O O O O O CD O O O O O O O O O O O O O O O CD O �_ V O O O O O O O O O O O O O O O 0 O O O O O O O O O 6 O O O O O co a W co m W N ) U 0 0 a a a a az Z z z Z z W Cl) W U Z W W O W Z Z 2 Z O O w w U w O U U as U H H R H c F- 1- N N > N H > > Z > Z Z Z Z o < H H w H cc W w O ct w H F- U U m 0 F- CO m am U m m m LD J H H R H ZZ0 0 0 Z O O 0 a W W w wQ Z Z w Z ft 0 H a D 0 a w ❑ a0 CCCCHCL < m co n < a a m cn m cn w m 5 H0 m H m m W H w a U w U w w z CJ C7 0 0 Z m 0 5 w > ❑ > ¢ Z Z Z Z 2 a m a Cl) a ❑ a I T 2 2 a ¢ w O U)Wm 0 0 0 0 O a J J m J ❑ J m J J J J n 0 a ¢ g ¢ Z ¢ U U U U m a H m p w 0z OH m m 0 an as xf m 0 w 0 m a m a z z m 0 m m m m ❑ J g Z m ww U, m a w 0nw. a Cl) z a Ce w H o o m '� '� o ¢ O O O O v W 0 O a J a 3 D) rn a a Z Z Z Z ¢ a W m a a CO Y Y a H ❑ ❑ ❑ O 8 0) a a m a Z Z. co.- in o o m CO o 0 0 0 0 O u) o a o m o m 0 0 0 C) W m C) u7 C) N a a a a a s a a NNNN HE N O O) CD co co co O C) O U co co C) C) CD C) ZcoV 3I O O M M N Mm O N t) Lc) N N N N N- ti n n m O O mO COO O O O OO O O O O O CD aO < U co W Q Z Z o ``_ ¢ ¢ a a p 0 m H H U U M o 0 U v m co v U) O co co N- CD a C) CO C) O) O O) co o co at N NO N N M a s O O) Z a O ¢ N M T:-. C) M M O) O N- N- CO a M CO O CO O O C) O O a O O) O) a N > N N a CO CO D) a co co co O O a a a a C O co O N N CO O O O o O O U O 3 O O O O O O co Ni. O O O O N N N N N N /- N N N L- O a a a d' N- co N CO M N CO a N- CO N- n N CO C 0 C) N O) m N u7 C) co N. N- O)N O D) 0 0 0 o co O O o 0 o N Z M a a a a co a a s a a a a a a u U C) C) 00 co co co O O C) O CO CO CO CO CO m O ❑ O r r r r r .- r r 0 N /- .-- y- r m m H a Z m v # m W CO CO CO m O z Z H W a a a a a on a ¢ w W _ O w 2 2 2 2 m co m w J m H J a Z w z 00000 Z Z Z Z m re W W 'L ❑ O z 0 z z 0 as z lll w w w ¢ Z p W U a a O a a z Z¢ z¢ z m Q ii Q U Z Q co m Z—a, U m ? a Y 2 W } 0 O J J J J a c D. CO Z C j W W 2 O W m (7 Z X U N W V U U U U p > > ¢ x 5 d 0 X a a s w S 05 = m = W LL w 0 U Hw w J co K w O O I=-- Z W ❑ Q a a a a 'a m U U H O C7 'Z 7 H Q a a W W U) z O Z 0 0 0 0 z 0 ¢ LL K a Q a ¢ y y m W t~n w F ,5 H a 7 Z OZZZZ DDD ❑ E -1 N ❑ m W m m m m O } 0 m H } } } } 10 a n a a co 0 N } m 0 M 0 O a < co co N J J J J 7 m W O W a O ¢ Cf N m 0 2 M H n 2 N O Y Y Y Y N N M W N m N ¢ M O m Y O M O v a a a H o ¢ o w o 0 o a C7 0 W W W W ¢ a a ¢ m CO 00 0 O N E N w O J 2 W W W U Q) O) a 'Cr 0 0 O O C) C) to 10 O O O co CO a s O 0 O N- O) a N CO M O) O) C) CO O O C) N W 00 O O N CO co 0) O) O O U) a co M N C 3 1� N I� M M a a I� O) mc-t` O) C) O O N a a co co O O C) CO C) CO N a a CO C) O) CO O) CO C) CD O CO M M c )0 )0 N N N N r 1- L- O) Ip > ¢ o E co m = m m co co oo moo co co co U' au o 0 E N N N 0 N 0 0 N N N 0 J mN 0 O O o o O O O O O N E. N M m M CI M a= M 0= 0 M CO N E ❑ M )") M M M M M M th M 4 m Y aIt iD in N a in co0oc co m n U N N N N N N N N N N N 0 z c r 1 -CO CO `- .Ma- `a `� U 0 0- CO 0 CO 0) CD CO N- 0 U) N 0) CO U) N- (0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v N 0 0 0 0 0 0 0 0 o O O o o O o o O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 in 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co Co m > m 0 m 0 v a U U U U w U U U Q O ctW K H w z z z z (n Q 0 m U (W-) ZO z z CO a (") w c W W W W w > (n Co > > H W W Z (1) 5 N 0 H H R H U W 0 K Q H H Z re H .Q Z_ Z_ Z_ Z_ > m j w W re Z Z 0 W • Q Q ¢ Q ix w J K Co Co H Q Q Q 0 U) 0 u" w D (Wn 0 0 Z 2 2 W Z JO a ',I) CO U O O Q Q Q Q Z ¢ wa. a' a' J 'J w Z m a a a a LL w Z LL a a <a a s a m a co Co Co LL co co W W 0 W CC Q Q Q r O Co Co Z Z Z Z Z I- a a s a Z D w Co c(5 06 W H F=- F I=- I=- UJ Co CO m o5 CO X O 0 0 0 0 Co CO J w W w m CO Co CL 0 0 0 0 3 Za � a s 11 D z vz OS �S qf' c'J (n LLI a a a s a (n 0 o 2 2 2 2 CDca co co .6 J Co0 co m O 0 a g s• recew2' Z W W W W Co Z Q CC = 0000 J J J Z 0 0 0 0 _0 w Z CO 0 W W W < 2 2 LL 2 2 2 Q m O 8 Z Z Z Z OCo Co LL W W H 3 W < 333D LL L.L. LL H > > 0 > > 0 H CO a a o) v 0 a U) E)12 l (n Z r 0 0 0 0 0 N N N 0 V' 0 o O O O o O O O CIS 0 '0 0) N N N N- N- N V co co N co co N N- un) H E O I Co (O Co co Co CD CD of 0 0 (0 (D (D CD CO (0 CO • Co V m3 I 0 0 0 0 0 0 CD 0 r 0 0 0 0 0 0 0) 0) 0) CD N- N- (D tO N 0) 0) U0 M O O) K U O O O O 0 0 O •O m O O O O O O O O Ii t Z LL 0 °° CC w Co0 O c z;,- O z 3 U U U (") n- CO U Co0 W (n mV. 0CO (00 .- r n 0 r 0 Z < z N M 001 CO CO CO Z 0 Cr) (o inco co co V' w V' > d• < V V N N N CO 0 L )Mo 0 0 O) 00 0 Co O C O co O O O O O 0 10 CO CO O O O O w N- .4- V' V V' V' O O O '— H ,_ N- a a t0 N <- a' C71 (h N r N- 0 c') co V CD CO n co V U) W N N oG 0 N 0) n n N- n n (0 N 0 CO 0 0 0) 0 • z '- Cr v v v v v r v v a v v v v v v v v La cr `U 0 0 0 0 0 CO 0 0 Z CO CO CD CD CD CD CD CD IL CD 0 g N O w Co J U U 0 0 `o m co co CO U a' re U o Lw wV W U CO C CD CC a I Q ¢ ¢ Q a w K Z LL W O a Co O 2 2 rG 2 Z 3 (n J ¢ p a 7 w w w a 0 0 0 0 LL. J} a () z a Z D W J O () _ (n S Z Z Z Z O 2 0 cc c7 H W J Cr_ U Z z z z z z z a w H 0 p .6ir O z O a 00 M �' QQ QQ QQ > > > p z 0 w Z 0 0 0 o U F- t' m J J W 0 p Z O H N p Q w 2 J a C U U U U U J J J 0 Z (n u) I- Q. 0 0 Co F F W w W m O LL FOi LL O a w Co 0 0 E w Z O 0 0 Q w w ( 0 0 0 0 Y J J J Y H > ce U LL J p —, LL U H Z = Z W Z H LL LL LL LL a a W a d W Z z Z D. Q W LULU Q 0 0 > ua. 2 LL a LL O 2 '� 00 0 2 H 0 Z Z Z Z O CO w w D Z W LLI W3333 W W W LL 0 3 J LL J z K W Y Y Y Y 0 ❑ a' so () a N (n n co a co 0 (D J M W o a m N J J J J co co co co O w r aa) 2 O 01 w o J ,0 0 J CO ,. M C n EC- Po .Q Y Y Y Y o o m )n W m W o (� w W o b m o Z (o H a W W >W W m m m O o Q o 2 Q o L7 0 o W o } L O > LL LL LL J 3 0 0 Z J 0 N O O co 0)1 N- CD CD 0) V' ' o O 0 0 (o CD CD O 0 0 0O O C1 0 0) O N 0) 0 0 ' VV' (CI n N- 0 O 0 0 O 0 CO (0 N 0 (0 0 N 0 0 I,- 2 C 0 00 (D .- 0 CO CO CO 0 CO 0 M C) c') N CV W U) (D CO COCN N N L n 1� CO0CO (NO CD CD O� O� 0 0 N o oV' V v— )-- N V CD 0) o) CD > c+i V T Q O m m E CO c 5 o co co 0 co co co co co co co O E 0 0 .,- 0 0 0 0 0 0 0 N N N N N N N N N N N O N co co (O CD (D (O (D (0 CO CO N E O 4 4 4 4 4 4 4 3 4 3 Co Y a - N co N co N N N N M M 0 Y t7 4 Lo m z 0 r r c7 M r ea- a L U • 0 D- O CD CO O O O O O O O O O O O N N N N N N N O O O m O O O O O W O O m O O O O O O N N 0 O CD CD O O CD O O CD CD O O O CD O O O O O CD CD O O O O CD CD O O O O O O O O CD O O O O O O O O O O O O O CDO O O O O O CDO O O O O O O O O O O O O O O O O N U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ai 'O O O O 0 O- 0 O O CD CD 7; r r r r r r 7; r r O r r r r r r O r r r O r r r r CO O . w W N U ZZZZZ 0 - on O O O O W W w W W W W W W W W W W V d ce F F F F F U U U U U U U U U U U U U ce W < < < < < ZZZZZZZZZZZZZ U Ce a a a a a Q Q Q Q Q Q Q Q Q Q Q Q Q m F F F F F ZZZZZZZZZZZZZ Z Z Z J u) u) u) CO CO W W W W W W W W W W W W W J < < < w > ZZZZZ W W W W Z Z Z Z Z Z Z Z Z Z Z Z Z > W W W 2 U 2 2 - 2 2 2 _U O D U Q Q Q Q Q ¢ ¢ Q Q ¢ Q Q ¢ 2 Z Z Z > W J J J J J J J J J O ❑ ❑ ❑ ❑ > > > > 2 2 2 2 2 2 2 2 2 2 2 2 2 W w w a a a a a a a a a a w w w w w W W W W F F F F F F F F F F F F F 2 2 2 d (1) 2 2 2 2 2 2 2 2 }2 U U U U U co co w co W W W W W W W W W W W W W Y Y Y 0 W Z O O O O O a a a a w w w w w w F F w w F w w ZMCCM < < < M ti co U U U U U U U U U a a a a a it LL LT IL co u) u) co to u) to to co u) co m u) u) a a a co W Ce a > v a a cn Cf) U Q H U) CO CO F Q cn m cw.) v CO co CO H a co H H CO a H I- < s a W 7 a a CC CL j a W W CC IX re a M M > > C ty K a o! a K U▪) W Le W u) u) d a co u) oad rI d 05 .5 d d cn co d d U u) u) CO u) oft x3 ets oft oft Luc') W W of off W oft (d W M off off off J J J J W W n d d --I w Q a a w w a a W w w w w d w w ¢ ¢ w w w w 2 w w 2 Q w w w a CO a w CL a a a a a a J J a a J J J J J CL CL a_ J J w w J "Zi J •=1 W W W W a a a a ¢ 7.1 0_ _Ti a`oi v• =i 0)) Z W W u) a a a O a d a a w u) d a a a w a a a Q Q F¢ Q a) a a a a a m a O O W O O O > > O O u) > > > > O > > O O 2 _ O DDDWD W W u) U V) m U u) V) u) a u) O u) Z2 Z z Z u) u) Z Z co u) Z O c/) Z Z (/) u) F F F F Z_ Z = U CJ.) p a p p p d d p p w d a w w 0 a d p p d w a W W W W W ❑ w w w w w 0 w O I = J_ 5 J_ J_ J_ 5 5 _J J 2 J 5 2 2 J 3 5 J J_ 5 2 D 2 o o w w J 2 2 2 2 2 J 2 u W W 3 U' 5 5 5 0 0 3 5 ~ 0 c� F F 5 a a > > a F CY F F- F I- F 5 F F F F F 5 F Q > > CO W CO m co W w m m O W w 000) W W m m W O W O m m m w m O O O O O m 0 N O) C) a U) i 'o a m m a) a) m m m m a) a) CD a) a) a) m .- U) co co m a) 0 U L 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N m ❑ o O 0 0 o 0 0 O 0 0 0 0 0 o O O O O O O O O O O O O O O o O O O o O o O O O o O O O O O O O O O o o O U) U O_ o_ O O O_ O_ O O O_ O_ O O O_ O_ O O_ O_ 000000 O O_ 0) O O o O O O O O O O O O O O O O O O O O O O O O O co N ) W W W W W W W W co U U U U U U 0 Z CL 0 zCLOGW 5 z >v n. wwww w w w ww U U U U U U U W W W W W W W00 w z z z Z Z z z 00 (/) U) CO COU co Z F- Z Z ZZ U co a a a a Q a a Z Z Z Z Z Z Z 0 U W W Q a >WWWW NNNNNN W ZWc WWW > ZwZW O O F F F- F- F- F FX a g U F F H cc 'a z z z z z z z ~ F F F E F F w 6 m ¢ ¢ z z a w ¢ ¢ ¢ ¢ ¢ ¢ ¢ 0 0 0 U U U 0 CO F- J a 0 CO 82 2 2 > 2 2 rx W d' Ix CC J u) a W W F F 2 2 F J ,!)1 , y Y Y Y Y 0 0 0 0 0 0 o 0 Z 10U) W W Y Y CO 0 Q' R' 2' Q' d' K LL' Z Z Z Z Z Z Z F F}- J W 6 6 a' Q' > F n a a a a a a a W W W W W W W CO a. a s a_ a a a CO CO U CO CO U CO d a U a. LL co co a a ? a CO U) CO CO H H a a CO CO U U FU- CO Q Q Qa U) W W W W W W W 0 0 a W' a CC X > > K 2 w F U U U U U O U Z Z a ¢ C5 a a ¢ ' w a a at C5 ❑ Z a CO a s a s (n CO CO a w 6 6 6 6 6 6 6 Fa- c O w 06 06 O CL w w w m W W W W W W W CO c cn -c co co co (n a CO U) CO CO CI) cn (n C) �) .�' J W a J W W aQ d W W a O a Z d Q Q Q Q Q Q Q O O u j a. d ❑U m a. d d WW --1 -ID ❑ J O W W ZZZZZZZ CO CO a) LL a_ LL 6 6 a. a. U CO CO F U LL 0 0 0 0 0 0 0 M a) ❑ U ❑ C7 U 33003300 U' d z O m u) U U CO U CO (7 (3 U z U U z Z U) U Z Z Z 6 a. J CO U U) U U) CO CO Z z m W [L ❑ w a d ❑ ❑ a. w p p p 0 ¢ W W W W W W W U) F U U LL LL LL LL LL Z Z o = 5 J = 5 5 J J j 5 J J J CO Z 0 0 0 0 0 0 0 a a U F G 3 F O 0 ❑ 5 0 0 5 5 ❑ 3 m W 6 6 6 6 6 6 6 cc 6 a O W m 0 W w m m W w m m m U Y 6 LL a a. a a. a. a F F ai co a n U)) a Z co 0 0 0 0 0 0 co co 0 0 0 0 0 o co co o 0 0 (p O '�^ U) N V' U) N N N N V' V' V m 0 U) 0 0 0 0 0 0 0 1.-- .4- r H E N I N N N N N N U) to N N N N N 7 u) st E 0 (o m m co ca co m V CO a) co V co CO co co co CD CO CO CO CO CO CO m u) V m 31 a) a)O O O M CU)O O O o C7 C7 coC) ) C] O O O N N o 0 N Y a) a) O) a) m m a)a) a) a) a) a) N co m N- N. a) a) U) U) U 0000000000000 O O O 0000000 o O cal. L .- a- a- .- . . . .- . . r e-- a- ,- .- , a- a- .- .- a- a- a- a- LL 0 m 0 OgDc.--i U U c) m F rn N CD U) U) 0 rn CO N N m U) O ZCD O) CO m V' O) 0 O 0 0 CO V' N. O) W M O N )03 CD f Um) UOO (m3 cm3 Um) N CO 0 U) V' N. N- N N N N U) a) CO N a) ❑ 0 0 CON N C) O O c`7 > co 0 V' V' V CD CO CO CD U) CO V' U) M m M 0000000 CO _ O c U) U) U) U) U) U) U) m U) U) U) U) U) O J O N 3 O O O O O O O O O O O Y Y Y Y Y Y Y Y Y Y Y Y -F N NNNNNNN Z N V co ti m CO CO m CO co ,- N U) a) co M V' N- a) a1 N- 0 a) • O N N N N N N N N N N r N N V N m CO rn r m m m CO 0 0 9 Z V' V V' V' V' V' 7 V V' V' V V 'V V V V V V' V' V' V V' V' V V cc u m m m m m m m m m m m m m m m co m m m m m m m m m w m O a- •- c- a- a- a- .-- .- a- c- a- r r r r r 0 m a 0 `o Z 0 0 m O y O Z Z - - Z 0 U a a z • 6 0 0 m a m0a z0 0 co J z p O O Z Z O FJ w 0 Y O' co a_ U 0 X Z O z o o g 0 0 Z F a < U m IL E > Z Q _z F O m m w z o w m z Z a c❑n w ¢ < 2 0 2 2 2 2 06 Q o w ug (n Ct m m ¢ x gw oCO m m CC W W W g g Q a > > Q K ' m 6 W 6 K w 0 Z U0 J U =O W a iY ¢ N a W W a a. 0 o O w 2 LL O O N O O w m 2 a N a r N ¢ a Z Z re W z (FA w F LI w 0 o a ¢ o ❑ w E W Q Z Q a F F Q 6 W CO J n a) J CO J ❑ -, Uc C7 J m Z Ct To N J LL CC U U) U) a. w u a) < O (O 2' N Q W F-' _i _i M Z O LL O > W F W W W W ❑ Z ZD p 2 Y N W en = U m U7 U U O U OW m n D < < < a' __100 -1 < 1- 00 W1- 1730032 .,711H o 0 a o f (n FL F F FL ..- co Z U) co U O C7 0 U' co U U a. N F 0U U 0 oLL c) m m 0 m ❑ oo N 0) a) Cp a) 0 0 co cn M C') m M V 0) CO a) N- N- O co co C) CD N- 0) U) V' U) m m V' O) V N m N a) D) U) ,_ .- O o O co m ' CO m m V' N- 0 0 m m EL, C U) U) U) O) Ca O) M m m U) U) a) a) m m O m •7 m a) V' a) a) a) O) V NO m co 7 V co co CO NN) N O0 N V d• • E no r r > m a . co E CO c (D g co m co co co co O O U) N N N N N N c 0 4 4 4 4 4 4 m N E CO ,1,--, Y O r to a) N N 0 LL Z "V vai V V U >. 0 O' co V' V I` I- fit) LO LO LO Ln U) LL) LOU) LO LL) U) LO LO N 0 Ln N U1 LO 41 U) LO N U) N Ln N VD O O f0 (0 O o 00000 0 0 0 0 0 0 0 0 0 0 O 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N ~ ❑ O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 O O Ln U 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 N O ® O O O O O O O O O O O 0 O 0 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 0 0 W CO I o CO w m U) CO U) m U) N rn U m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'v co 0 Z m m O O I- F F F F F F F F > > > > > > z g ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ re CCW CYCLCC ¢ ¢ w w m m m m m m m m m co co m m W W w w W w Z m 0 0 0 U F F F F F F- F F F W W w W w w w w W w w W w cn m m W m m w a a w w m m m m m m m m m o 0 0 () U U U U U 0 0 U 0 z z z z z z m m co m co c Z Z O O (an (C) Z Z Z Z Z Z Z Z Z > > > > > > > > > > > > > 0 0 0 0 0 0 W W WWW o ❑ m m Z z 2 2 2 2 2 W W a a_ W W re a a- a_ a- a_ a F F F F F F O O O (3 ° 'n w W ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ w w w w w w w w w w w W W ¢ ¢ ¢ ¢ ¢ ¢ > > > > > -) 12 a_' C7 O ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ (n m co m m m m m m co m (n co 0 0 0 0 0 0 a_' a_' a_' a- a' () H Z Z Z Z W W W W W W W W W J J J J J J J J J J J J J F F F F F F W W W W W a) W w ¢ ¢ ❑ ❑ 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 m (n m (n m m (n co m CO m W a- a s a- W a- a a- a- a- a' W w w w W w w w w w w w ❑ a' Z J J J J J J J J J J J F F F F F F F F F F F F F > > > > > > a- 2• a co U) 0' 2 2 00Q a a a a a a a a a a a a a ¢a a a a CLO a a ZZZ Z Z Z LL w w w w CO CO m U) CO CO WWWW V) CO mW m m U) W W W W U cnm m F F F F F F 0000 F F F F F F m W U 000 Z w W W _ a- a- 0: a- a ZZZZ 00 IW a_ W 0_ a_ W O Z Z Z Z < 0 > aaaaaaa � � � � Zzaa a aaao � � F- F- I- CO W m CO ❑ U) ❑ ❑ ca °a 07 a7 6 06 CO U) CO CO CO CO 2 2 05 °a m 05 CO °a 05 °a w CO U) U) U) U) m a J J W 05 W O aK W W F I- W W OC m Z mm z m m mW mW Wm Wm Wm Wm zZmm mm mm m Z Z 0 0mm Zm Z m m m (n m m ZW m mm mm ZW L0 } W W _1 CO O. ❑ JJJJJJ UUJJUJOJJJZ ¢ ❑ O0J2O W ¢ 2 m o 2 0 0 a a a a a a m m m m 2 2 a a 2 a 2 a a a 0 Z m 2 m m m 2 F- oe °a a a a a a- Cl- a a- F 0 a) ° a4 m °s a U ¢ a s a'f F a F F a a a a a a a La c6 ar a a CC O2 co 0_ U, d a_ a d ai u)i uu)i u=i 0)i ai W C7 2 C� 2 < .. , m ai ai ai CO W E w Z < Z Z Z I- W m g ? c�i o ❑_ z_ z z_ z_ g g g o U w = W O J Z m J U) U) W W W W W W U) Z_ Z_ Z Z J J O o W W J W J W W W U) LL Z_ J Z Z Z J a J ¢ m J m m 2 2 2 2 2 2 F ¢ ¢ ¢ ¢ J J a- LL 2 2 J 2 J 2 2 2 m o ¢ J ¢ ¢ ¢ J o F LULU a- 0 W 2 J F- F I- F- F- F 2 w a- a_ a' W W Z Z F- F W F- WI- F- 1- 0 a' a' W a' a' a_ W < U) ❑ O F m ow co 0 0 0 0 0 0 0 F 1- 1- 000000000000U) a F 01- 1- 1- 0 `a co a Lu a = m MI Z r coO CD COCOM LO N 0 O N O O O O O O O O O O O O O N N 000 O N ON 0000 a- O N 0 0 O N 0 W o Ln lD N (D (O O Lt) Ln LO U LO LO LO I. I. N- N- O) O) L() O LO LO LO O O O N- N- O` N- N N V' V' V' V' V V N N N N N N V V V' V' V' V V' N N N N V' N V N N N V' V' 7 V' V' V' V' V' O EE N 0 I co N CO CO O O CO (D (D O O (D O (0 0 CO O CO (O (D LD (D (0 0 (D O O (D (D (D O CO (D LO O Z ) IN O ,- r O O O O O O O O O N N N N N N O O O O O 2 co ti O M M LOLOLONLDNLDLOLO N co co co N n D LL) O n LD LO N LO LO O O Ln Ln D (O (O O O OOOOOOOOOOOOOOOOOOOOOOO O O O O O O O O O O O O a O O aU , LL ) LL 0 m 0 U O } C U 0 O O O LO N CO CD V (D O O O U) LO CO n O LO O N co co co F O M c- N o 7 7 N C CO CV _- C - - .- L� U) a s (U := a ,-= LU) (U) ,- U a N N c- N N N s- 0 U N N Ln m I� L m L m m V m m co m m m N L A 6 m 0) m V m m L L Na) LV Cl) L N 0) LO O al U) O O 03 CO CO N 03 r n O a- N- O) N O O V' 'V N U) a- M Mti O) N- O D) n V' N O CO n O N O O (O Ln O) co N V' co 0) C) LO O) O O V' 0 (D co co co co n CO N- N O a- O V' O Z O V' O Cr, O M O 0) O O O 0) I. n 0) 0) N a) O 0) O O (D N GO LO C) (0 N V N- 0 O O 7 O I. M > O) m V V N 4 m m m (D m m U) m (fl (O m m (O VL v (O (O (fl m (O m m m m t0 t0 m m V m m m V' E O N V' V M V' N N N N N N N N N N N N N V' V N N N N N N N N N N N N N V' N N N N. V' V' O V r N- N- N- r I. N- N- N- n N- r N- V' V' I. N- N. r r N- N. r N- N. r I. N. V' N N N sr O c- N- N- CO N- N- - a- - - - - - - a- a- c- - - )-- -- - - a- N.M 0 V N O 03 O) CO M V' LD I. V 'V N M V (D O .- O r 0) O NN N- N N N N LO O LO (O r (O I. LO LO V' 0 LO LL) 4) V V' sr M 0) N- CO (D (D (0 LO LO N- N- co co V' LI) co co L() CO n LL) CD Ln LO LO LO LO O Z V' C) Cc 7 O M O O O O O O O 0) M C— P— ) M 0) CM a) O CO O O O O O O M C) 0 M o) Cc) M 0 U (O CO (D cD CO (O (O (O CD O O O CD O CO CO O O O (O (O CO O CO O CD (O O O (O (O CD (D O (O O (O 0 CD 0 r r r r r .-- r r r r .-- r r .- r r .- r r r r r r r r .- u°' 0 21 U m v 2 Z 0 v 4:t W m 0 0 < D CO a 0 U W U m W J} m I- W w m W I- 2 W W c O > z z(Dm ❑ m ¢ w W w a s a m w 0 0 0 w 0 IX W W I F O Z W W a- aO Z ¢ ¢ O w x W n U W W U z w g m CO m J F j W U U W W a 0_ w 0 O hCO 0 m LL 0 W w a m w F u¢i w J ¢ W Z O m a- w a 0 W Q m > > a- CO--00 c = 2 2 0 W u o W a W W J O F- m Q Z W W O O W WU' W WW a' 2 W O W -1 Z oZ W a W0 N 00 m cc m } J Z a Z Z W W 2 = D D a' W W a W W Z 0Z O Z m 2 Z Q 0 2 Z I Z m U U w a_ 2 ❑ F11 Z F= 02 02 K 1 a_ m z 2 Z m a 0 2 Z Z W F F 2 II m a' a l m a (0 w 0 m U F O Q 2 Z F in a a 0 0 W ma W p 0 0 ¢ O W W a U < F a c O. 2 Qa 0 - J < a' J a ¢ F W J CO Z a_ U m ¢ a O J J F m O F W U u-) LL J LL m m J m -- o I- o ao U F m U ZS O a w m 0 d W w 1- m ow 0 0 0 Q U U (p O C¢'n< 2 W 0 ¢ O U o 0 0 0 .. n o 00 0 0 O Z , W S Z m a w 0 a' m F O WLIZCC ❑❑J FW- O O > > 1 z o z O w -1 0 F.0 °° o U W o O U m (n 0 F ❑ ¢ U ❑ N m U m ❑ a LL m m ❑ OJ J 02 ❑ ❑ ❑ ❑ F LL a z ❑ ❑ a N ❑ m O O ❑ m 0 0 M N O O (U N O D) 0) N- CO 0) N- 41 O O O O CD O O O V' O) D) 0 L(1 CO 0) D) O O O N O) N N O 0) O O N c0 O 01 0) N 0) O M O O O O O m LO LO O O) 6) O O 0) m m O O O O) o N- m O m C LO LA O O Q) LO N W L(1 N O LO O O r- m LO O O m (D O LO Ln N N O (D 0) C1 0) O LO W O N (D I` LO O D7 O) N CO O N 0) 0 V (h (D co I. I. O LO 01 V' (O 0) 0) C) '7 a- N a- N s- LO 01 N N 4) V' CO N a- oc E N- N- LO LO r ,- N- N N Ln .- a- CO LO C] >O m ¢ E m E co c co co 0 E o 0 J 0 N N N N E 0 4 8 m T U M 0) LO N, U ty O LD V a' z LO U N 0 d CD CO CO CO N- r N- N- CO O m CD O 01 W CD CD CD O 0) 0) m 0) O 0) O m m m O O 0) O 0) m CO W CO d ❑ o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 0 0 0 0 0 0 Cb O 0 0 0 00 0 0 0 0 0 0 0 0 O 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 o O O 0 0 O O 0 O O 0 0 0 O O O 0 O O O O 0 O O O O 0 0 O 0 O O O o 0 O 0 0 0 CO U O O O O o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e e e e e 0 > > > > > CDK a a rew O co CO CO (n CO CO CD CO CO CO (n CO z z W W W W W N ' W W W W W W W W W W W W 2 2 W W 01 CO W W W 0 U U U U U U U U U U U U 0 2 2 2 2 2 w V d 5555z w W W W W W W W W ct re w K cc rr ce re ce ce cc cc z Z Cz Cz z a a a a < O O O O O O O O U w W W W W W W w W W W W 0 0 U U' 0 U' C7 W W W WZZZZ z z z Z Z z Un Un co co co W U o> U U O O H H 0 0 0 0 0 Z O O O U O O Un (n W < < Q ¢ < < < < < z Z Z Z Z z Z Z Z Z Z Z < < a a a a w W r ZZZZZZZZZ w w w W W w w w w W w w w W a a a a a H c w W W W 00 ° C9 Z WWW W W W W W W N N N N N N N N N N N N a a Z Z Z Z Z Z ' 00000Z 0 0 0 Z Z Z Z H F- H H H F- F- I- H H H H H H H H H 1- 1- 1- 1- ° 000000 a. > > > > w w w w 2 z z z z z Z z z z 0 0 0 U U U 0 0 0 U U 0 ix C1-___ I- ,...H .„1- 1.7. 2 a N N a N Q N N y W W W W W W W WI- 2 2 2 2 2 2 2 2 2 a CY a K a rtK a a a a w ad wS W W W W W W O O U z z z W Y Y Y Y Y Y Y Y Y 0 0 0 0 0 0 0 0 0 0 0 0 a a a' w ❑ W W W W O O o U' E a a a a. LY a' Fca a z z z z Z z z z z z z Z a a U U U U O a D a a a Z Z z Z H Q Q Q Q Q < < < < W W W W W W W w W w W W < < W W W W W I- 03 m L1 W W LL w w w w CO a a a a a a a a a CO U (n co Cn (n Un U U O (n (1) a s cL a R' a LY Un w w H W w w it Ha' Un W W Un H W W W W W W W W Ce www W W W W W 0 O fY 0 0 0 < < W O O H Z O U Un co Un O U (n Q U O (1) u3 O Un (n (n U) z Z d Z Z Z a 0- 0z Z IX W ZZZZZZZZ a ZZZ w Z z z Z z Q Q Q o6 .5 > ¢ a a 2 Q w w w W w w W o6 W W w O a W W W W (n (n fn (n Un U) (n CO W W W tHl_l W .' O U 5 w x x x x x x x w W x x x W _ x x x x s m z m z m m Cl) a a -j m m W z z w m C7 c9 c9 c9 U c9 c9 a a 0 0 0 Z z 0° 0 0 0 0 OI C O C a O U) U D a a z W U) J O O otJ D Z z Z Z Z Z Z a a Z Z Z U Z Z Z Cl) I W a I w U U z U U a w 2 O (n N 06 a 4'J J a 0 0 ot1 U) m 0 C ca a a a } cd 2 2 2 2 2 2 2 O m 2 2 2 a F a'J 2 2 2 2 c� a c9 w a C9 C9 C9 (3 C9 ( C9 C9 w rr a W ° 2 a a a a a z U a a a - z a 2 as 2a U z g z2 (-3D J 3 z z z z z N z_ _z g g z_ z_ cc ic cc cc it z it Et g w CC UL I- = Z Z U J Z Z Z ❑ ❑ W Z _Z w J J 2 Z C9 C9 (7 C7 C9 U C7 z ❑ C9 C9 C9 p U Z (.9 C9 U' C9 (H) p < -1 ¢ 2 J ¢ Q ¢ J -1 0 ¢ ¢ 2 J J 0 0 0 0 0 0 0 0 0 W J O O O J m ¢ 0 0 0 0 w 8 a w a W W LY a a 0 (D a' a K H W W Q N- K a a a' a a 2 J 2 a' a' a w U) a' K Q- a' O- J Q H U H > U H H H m m a H H 0 U U 2 H a a a a a a a U m a a a U G H a a a a w `m rn a C, a coco .0 co co z z' - O N O O N 0 0 0 O O r O C) O N N O O 0 O O O O O O No O O O N O O O o pp N O N o :p 4" 14 C) r ".:-N N- V V O r N- CD N C` n C• N- N- h n r V [Y r r N- CD 4 .7> L% 1:<-3r7, N V C0 (0 N CD CD CD CO N N CO CO ID N OD 7 O CD CD CC CD CD CO CC CC N N CD CD CC CD (D D D D CD N O CD CO CD CD CO CD CO CD CD CD CD CD CD O CO CD CD CD CD CD CD CD CD CD CD CD CO CD CD CO CD CD CO CD CO CD CD CD Z• (q 4 . ❑I O O O O O O O O N O 0000000003 C) C) C) 01 co co CO M M co C) CD V CO CD CC CD CD N CO CO CD CO h N- I N- n O) CD O O) CO 0) CD O) 0) O) O C) 0) 0) O) C) CD 0) CD CD 0) CD O CD C) CD CD CD N- • 0m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a CC r W 0 CD 0} U O > C 0) CO 0) CO CD CD CO 0 N CD CD O) 0 N N C) CO C) 0) N V CD 3 C) CO coN N CO CO CD N N N CD N r CO C) N r N N C) CO Cn m N N N N N N r r N N 0 0 co ,- ,- r r a ,- ,- r a a a r r r r r r r r a a a r r r r r a r r r r r N (O V C) N Co co co Co (p 1` V N Co CO N m N O N O 00 CO CD CO O N CO C[) (O CJ N CO O ON O M CO O) CD D) N M VN 0) N CO N N O) COLI) N- V CN C) N O N CD 0 O CD CO CD 0 O CC CO V O 0 0 N CO CD CO CO ON 0 O CD CD 0 .- C) N. N C) 0 d' CO CD CO O N 0 CO N C Z CO M N 0 O O Ln N N N O CCO N 0 CO NO N CD CO C) s- CD Vr V CC) CD 0 d' CO N- CDD) CCN CO > CD CL CO u) V O O O V V V F VV V J O O O J J O J O CO o Co V 4 O 0 V V V C) R C C N N N N 2 N- r N. C') C) 0) COC) ') V 0 0 V V V V 'O' V V V N N N N 7 0 V V CO CO CO N. N. N r � O 01 CD N I- N N N- N. v V CO CD Co CD CO CD CD CD CD CD n N N N- V CD CO CD O) O CD r r r CO N- CD CD CD N- N- CO CO 0 0 0 0 O 0 C) 0 r r r r N- CO 0 O CD CD CD N "¢') C) CD CD 0 O co co O Co CD r O) O r C) r N- CO CO CD 0 N CO V' CO N. CO C) O CD D) h 0) 0 0) O CO C') C) CO CD CO CO C) N- N. r r CO CO CO CO N N N N N N N N V CO CD CD CON to co co CD o O O O CO r r r 0 0 0 O 0 0 0 0 0 O 0 O r r r 0 0 O Z C) C) co co C) C) C) C) M C) C) C) C) C) Cn M C) M C) M C) C) C) C) C) C) C) C) C) co co C') co co co co co U U CD CD CD CO CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CO CD CD CD CD CD CD CD CD CD CD CD CD CO CO CD CD C) CD m O . . .. . . . . r r r r r r r r r r r r r r r r r r r r r r r r r r r r r ❑ CC m W a 0 J'!„). 7k ❑ Z UwH 2 wW W a a a a m 2 z W 2 a a m O O F W co W Zv W zO ¢¢ O ) mm 0 a W W U U z Zw n W U W ❑ ❑ 2 z zQ > Z ❑ > > < Z Woo > co 0waQ ,75 U3 U co z 0 a CC O U W g a Z ❑ } z il CC ¢ z w w w w CO CO o ga o a a a w g o w a0 ao W v o 2 a Z Z a• w U U O r-rQ a Z Z lwi U co co H O H a a a Z J a a W 2 2 Z w j .0 < W O Z W Z a a 0} J W 0 0 W Z U a 2 W W C t W U} (}n f}n 02 z C9 H <C 9 CC(n N J W rE a'n. cm _J a J w a O m Z Z Z Q ¢ m J a cc Z �, W coZ �- H W Un ❑ F H F a Q Z J O O 0 Ill U E W m U m a (Wj j C07 r d d U Q u) u~) U U Oa O 0 O z U o aU` m H H 175 F U a g o< Q W W ,d. a C9 z0 C7 g¢Q o a tr W g J }Ct W o O w w cZ7 v v v 00 a o a za a s o aU m . 0 2 o w w w cc s; 00 co ct 2 0 co w w w E g n a 0 0 ❑ 2 ¢ 0 ¢ a a a w 0 P ¢ W > D _' t m ❑ a ❑ U ❑ 0 0 N ❑ ❑ a O N a ❑ ❑ 0 a LL H 2 O 2 0 2 H 2 a a CC ❑ N m ❑ m CO 0) 0 C) NCO N CD N O 0 O N CD 0 .21 OLONNONCDN M 0) 0 CD CC d' e100 0) CD C) O O Ln C') N N- 0) O CD _ Cp O 0 0 CO CD N N 0 0 O O 0 0 C) 0 N- 0 0) CD 0) CD N- C) COCD 0 0 0 CD CD O d' C) N ' N CO O CO D1 0 O O O CD C) o IX] O 6 O (J 6 V r CJI O V CO M r N O 0 N V N CD O V C co r N. CD CD O CO N CON CD V N CO O r 0 V N N O C) O C) [{ r N CO n (D r O r r N C) co co r V O C) N (D r r r N CD r r r O > O M Q r m E E cn 3E Co O 0 0 J CD N m m a M N E T Y a.. or U 'O 0 O N U coO CC Z L O O N 0 da Co co Co a a 0) a Cr) 0) 0) 0) 0 O) O O 0) D) d o 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 Co 0) ❑ O O O O O O O CD O O CD O O O O O O O O O O O O O O O O O O CD CD O0 O O O U) U O O O O U) LO U) CO V7 U) N 4) U) U) U) N N Co N Co NN Co N N N N N N N N N N N O O R R R O O O CD O O O O O O O O O O Z Z Z W WUJUJWWWWWWWWW cow w W a a a a a a a a a a a a O- E' N a.a. 6 666666666666 N 0 0 0 Uo co co U) U) Uo U) U) Un CO CO U) CO J J J Z Z Z Z Z Z Z Z Z Z Z Z Z vCET a W > > > w 0 0 0 0 0 0 0 0 0 0 0 0 0 U W w w U F IF F- F I I= F B F r= F F < Q Q Q Q Q Q qa Q Q Q Q qa z 0 U❑) 0 ~ w w w w w w w w w w w w w Z W a a a a a a a a a a a a a o 0 0O W 0 0 0 0 0 0 0 0 O O O 0 0 to Z Z Z Z 0 < Q Q Q Q aa Q Q ¢Q Q Q Q Ll_ Z Z Z z Z Z Z Z Z z Z Z 'N 2 00 0 0 0 0 W W WWWWWWWWWWWW W CCCL Ur fY fY K fY a' W fY fY o a a a 0 Q Q Q Q Q Q Q Q Q Q Q Q Q W W W W W W W W W W W W W D a I OL I I U 0 0 0 0 0 U U U 0 0 U U CO r I- CO CO CO I- CO U dddddd aK U oa oa Q o5 co 05 Q Q Q 05 Q CC W W 5 U) co U a cn cn U a a a co a X w w w w W od W W W 05 05 N' W oU O W U) CO J J J U) J J J U) J n a waaaw w w a w a a ❑ Q CT) CT) 0z z z z cn z z z N u) z 0) o U U LL LL JQ w 0 0 J ? _1 _i 0 5 7 0 _1 0 c0i W Ur IY CC W W O J J O J J D O O O J O Q W a a a J H co Ull w W w w w W W W UD W N a a o A' o O U) . U0 co Z Z+ Co O c- Co a- O O O O O O O O O O O O 0 NN- a a Co Co N Co Co Co Co Co Co Co Co N H E O CD CO CD CO O CO CO CD CD CD CO CD CD CD CD CD CD CD Z U j V U) UO N U) )l) I O O O O O Co Co Co N N N N N N N N N N 2 m O) O O O O O O O O O O0 O O O O O O (Y U < L O O O O U) ) U) 4) U) 47 47 4) Co Co Co Co N N N N N N N N N N N N N Li_ 0 c0 O — O 'r U } C N m U UM O a O O o OU7 Coo z ).�. t0 MO N. ‘Ni. O V03 a N- dN' Co a 03 V Co UU) N-CD cQD Co > V' Z O V N L co U) CD CO U) I U) U) )0 )l) N- UO a U) O 4) U) U) 4) UD ID 4) 4) U) u) ) C0v co o o co Q Y Y Y Y Y Y Y Y Y Y a 0) U) Mco U) CD O N CD N- UO W N CO N O U)CV a a N- F- N- a 0) 0) aN N Co Co 4 Z M V V V' M V [Y V d' <Y V Co V' V V Co Co u U O (O (O () O O coO CO UD CD CD O CO (O CD CD CO CO CD m 0 d J I- -0 U 0 ZW `o Z a' W 0 g re 0 0 W CO p 0 0 co Q es CL E o Z v 0 ao W co o U 0 0 Z r Z o ai 0 m J 0 0 ❑ Q p a Q Z Y U Q Q _1 m m -Ccill .4 re OU a OUJ a 0 I 0 45 2 CO CO o w H W co H U Z _1 cema. z r...5 CO W W o6 F J W a > ZD DS 75 Z U) U W H o U) a 0 m W w = g Ca) m w a Uo p Uq ai z wcn a E a In 0 a H o a c,.) m w rr Q C) C7 O C C 9) LO Q ~ pap K H CO z a in M ti a z_ o z Z z_ w a M = �1„ a Z O W o a H O Q O Z o Z H W F- H H > ❑ U) .- n } o w a ❑ o z o p o w o Q Z Z Z Z O a Z OO = ~ a O w _ W w - a - H ¢ O ¢ ¢ ¢ J O Q (o O O H U �a J Q Un a a a a a C7 Un ❑ H ❑ coP. o O O O UD CD 0 O CD 0 Co Co N- OD O) O N- CO 0) O) O Co CD (D Co c- CD O O O a- a- J CD CD a O a O UO a 0) O a V a n N a N 6 Co M Co o 0 N.: 1� W V tT 0' CJ 0 f- CO M U) N C] O) a- CD CO CO 0) 7 N- N- 1- N- Co s- .- Co .- V .- Co Co0 UD U) M co O O W M M o E 0 U H co Z D m m m 0 o 0 z m m O ) N N N O 0 0 O O _I .1 Q O N N N N ❑ z M Co 4 a M J 4 4 co a 0 a co o = co 0 m r.- 0 U O tN') N Coa N CO CC(�7')� U) U 00 C) co 00 O cl v R a' Z L U O Co O 0 N O 0 o O O O O O O O 0 0 01 0 ❑ 0 0 0 0 0 0 0 0 O o O 0 O 0 LC/ til 0 CD CD 0 0 co N N N N N N N V V p p 0 0 O 0 10 Lo Qj o 0 0 0 0 0 0 0 0 U_ LL O i W W >� W W W W W Z W W U U 0 0 N o Z Z Z Z Z Z Z W W D 7 rn v a O 0 0 0 0 0 0 0 0 LL LL LL a s a s a ~ Q Q Q Q Q Q a a a s 3 5 5 CL a UJ w w w w w w H F¢- WW Ill w a a a a a a s J - J a d J J J o 0 0 0 0 0 0 0 Q ¢ ¢ ¢ F F F �" Z Z Z Z Z Z Z d a U U o W W W W W W W < < < < < " a a a a a a s 0 0 ¢ a U U 0 ❑p Q Q Q Q Q Q Q 0 0 > > Z Z Z ❑ U U U U U U U a a a s W W W m a a a s O 0 0 CO W U W co 5 co H U W a co LU CL 0_< W 0__I > W J> a 0) W 0 a a a W W W W a) cLU J a mmo0) a U al 3i a W d a 0 Q z ¢ >a- >- O O r a) ii D W O Z0 F p z0 0 a s a a U Z_ Z_ Z EL C73 C73 W CO CO CO CO LL U w a co ~ I-a F) I-cn CU J J 0 n- ❑ ❑ OF0 LL a co LL W O O O 5 J J Cn 0 5 m 0 > 3 w m m a d W W W W W 0 0) a < 0 > > > m rn a N N N 0 0 O co a 3 u0) N O 0 0 o Z Z' 0 0 O N N 0 V � rn NI N N L 0u] V NV V LI) N ONr OcoOO u) CO D CD CO CO N N CD CO CO 0 z V) D 1 N N N N N N N N N O O N N N 0 0 0 O O O O 0 O o O O O O CC U m cO LI) O LO 0 0 N (() 0 (D cD CD CD CD N N N N N N N V V V a O O CO U_ .0 LL U m co CO } C C in W F co W LL CJ U M Z a a 0 00 N N ' ,- O o ) 0 Z N M N N- co V N COm Ti- O p co r co > co co co co [Y V V CO O N N 0 O) C cO )O )O V CO M M co V LOU) � CO 'C Y Y CO) o N 0 V a a 00 CD CO CO V cO CO V Co M O 0 m 0 CO O N V V N NN 01 0N0 (D CO Z V V 0 V M M 7 M M Mco U U O O V7 CD 0 CO V7 O CO CO 0 NI- Nt CO CO m 0 Z 0 0 U (� 7 Z 0 0 e 0 Z Z �Da xk U Cl) CO Cl) I U m M o = U ? U ai U O Z m F )n Q IW- F O 0 K o z CO K Tr co 0 0- m j c Z W a W M O C) U 3 0 W Z Cl) O F N ❑rt z LL 7 w Q Z h U) J d W a X W Y !a/) Y W U W 71 J a Q a U LL m U H ZJ < K co U ¢ ri W H r2 Z J Q' a U a' a 2 0 < n W W CL W 0 2 m et CO W W J S F a 1-11 re W O a U p JCL _ LL w Z O _ N Z O W Z Q F < LL a U' llJ WO WO a d CL m U Z m S p Q U J J Z O CC 1-- c.) z .� D U V7 b O LAI z cOD W W co J co O U N m m p U ❑ z W W a N H N CU ~ O m N < N O < < N U N < O. W o o o o Wm ❑ H 3 J QO a a JJ O m cn 0 > ❑ a NEL N z p m U CO U CO 0 CO W a s ' 0 N 0 O> 0 0 N N a 0 0 0 0 W 0 0 0 0 0 c M ti '7 N- N- 0 0 CO 0 CO o 0 M CO n' 0 CO CD ) W 0 CO 0 0 `1 a `- r- M (+) (O c0 O O O N O V' 'V J O CO 00 0 O) O i- N- yo 0 CO co O CO N N N CN'1 N N N CO0CO d V 0)) V N N o Q M M U Fa- E CL C7 o m m m Q m m O o < o m O E O O O Z O O F., N W G N J N N N N W N N 1JJ 0 F-' C (p ,--.3 c0 _ a ID a. M Q M CD 0 4 4 Zi a 4 M0 M > M cn Y d N d' N 0 M N CO a CO U Y co co M O co O 0 N 01N O N('� 01o O U M CO O co o O R a Z 0 N N O 'R V o N 0 O • 0 O- f� N N N N N NNNN N N N NNNN 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 ❑ N r 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 O 0 0 0 O O 0 0 0 O 0 0 O 0 0 0 0 0 0 N. _ _ r U N LO m m CD _ m m (0 CD CD CO CO CD CD m m m m QI O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W COO 1 W ❑ Z aa co Z J _ Lp LL m CO CO CO m m (n m CO CO CO co D) m o m v a a zz z z z Z Z Z Z Z z z z ZZZZ 5 j 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W F F F F F F F F F F F F F F F F W CC CC M cn° Q Z aaaa a 0_ 0_ 0_ 0_ aaa aaaa n. ~ 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 E z cecem re re m cerem m et re re ce CC CC Q 0 H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Z 3 3 3 3 3 3 3 3 3 3 7 3 3 3 3 3 3 W Q 0 0 0 0 00 0 0 0 0 0 0 p 0 0 0 CO 0 M J J J J J J J J J J J J J J J J J Q 3 z 002Z m Z z m m CO m CO Z Z m Z o o 3 0 0 0 0 0 0 0 z z o o z o o z z z z z o o z o W J Y Y Z Z Y Z Z H H Y Y Y Z Z H Z 0 0 0 0 0 0 0 0 0 o J } J J 0 0 J 0 0 J J J J J 0 0 -1 0 0 d d d ❑ ❑ d o d n. d d a 0000 t Ur r r r r r r r' r i- r r r >1 r r CO F W 0C M CC CC CC CC CC CC CL CC Ce CC CY W z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 42 J 3 H H F- H F- I- H H H H F- H H H R H 0z z z z Z z z z z z z z z z z z o 1 0 0 W W W W w W W W W W W W W W W W a >0 > > > > > > > > > > > > > > > > ZZZZ Z ZZZZ z z z z z z z N v m a u, O I1) CC) 0 0 U) 0 0 m Ln I!') m 0 0 N 0 co' m r r r r r r r r r r r r r r r r z 03 r 0 0 LD LD U) CL) U) LO Ln LD IL) )t) CI) 1!) LO U) LD LD O O O O O O O O O O 0 0 0 0 O 0 m O V V V �Y V a V V Cr Cr d' V d' H• E 0 co N r r r r r r r r r r r r r r ? O --- N O 0 0 0 O 0 O O O O O O O O 0 CD 0 01 0 0 0 0 0 O O O O O O co O O 0 0 0 Y m m ^ r "- U I )r) U) m m CO m LD m m m m m m m m m cD CD U- L LL 0_ m U O O C `;‘-1- N 3N U 0 M \ N N LD D) Om m N O N m 0 0 CD LII N Z Q CD V V 0) H H W M O CO O COM M CO CO 0000 > CD V CO CO 0) D) 0 D) LD ID 0) CD CO CD 0 O 0 O M M M M c' c) 0)CO O O O c r CD N M M CD C W CD N Cil CO W 0) m VCr- V N ID CD N M H CO Cr CO D) 0 r N () W N M d C 0 o O 0 0 CO CO0 m m 00) 00) m O) O r e1 J co co O) O co D Z co V co co V' Cr M COCOCOM co M co J co co co cr 011 ' U m m m CO m m m CO m m CO CO LD m m m m m f) w O W Z ❑ mR. 3 z z v 2 2 a xk W In u) } 0 z W W p M a z o 0 0 ce 'S R' r` co Z R' (n (1) W W LO 0 r 0 CO- ❑ W W ILI§ 0. 0 °) W0 w m m m K W O ❑ re Q' 2 X 2 Z W ❑ 0 -) W O m O CO co m m m 0 O m it o o z O N N Cl) K a m r2 d' 0 EL W Y J w'S 0,5 J F x o 0 W Z 0 Q co w W 5 m m CO W m 0 D Y Y d � ❑ LL C7 N } J N z p Q Q La Q' L¢L Q LLL K W W W �' Q K F j d d W 2' u) W 2 Q_ d' OL W o 0 W' ❑ K O Q a W m Wa m m m m W0 W0 W m ❑ ❑ ❑ ❑ CO E Z N M Q ❑ O d' O CC co nS m (n 5 O W W X N W CC X Q' `° m p w o > a a 0 N pco co K re m O O g L- 0000 . To 'n N ^ 1- z M 0 M J H H K o o O o o N W W W W W W m = o0 r 0 Z e- W. 3 W W W r W 0 0 0 0 W W J `- W W W W =O- fn CO it U) 000 m J J J J CO CO Y m CO CO CO d U) IO d ID LO 0 0 0 0 0 0 0 LD 0 0 m N 0 0 Il') N CO U) Il') m IO IO 5 N- N- O IO CO Ln 0 N N N- m 0 1,, 0 CD CO 0 M N CO IO F- r E. 3 N N 0 cD c0 ❑ O) N M LD M M m o L(1 V cD r r N- N N- 0) cr 44{ Ill IO LO U) V CO CD CO M CO CD IO N f- CD If) r N m 0 M CO C O r r CO CO Z m LD In r r N r N CO O CO CO m F. co co m 1-- > > E J M D r r co- m co' O F 11 N CO c Q m 0 co co co co co m U Z ` r p E O J N Z N N N N N N m Q J c N• N w M H rte) M co co M co N E ❑ cO Z M Z M M M M co M CO t W 77C Y0 a It p coMO O) {co N Ny (Ncy'� {Ntyy 0 CC Z c)) 00 (OD On r r sem- `� O N co 0 0 11NN N N N N N N N N N N N N N N N N N N N - ❑ 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O N N CV 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 p o O O o O o O o O O O O o O O O 0 O o 0 O U m CO m CO m m m m m m m m m m m co m m (, m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 @ 0 0 0 0 0 X m W o '6 N N > co W V a CO m m CO m m (n CO V) CI) U) CO CO CO mm co CO m CO CL Z z z z z z z z Z Z Z Z z z z z z z Z Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F F F H H F 4 F H H R H H F I-' 0 F F F F- 4F OWWWWWW W W W W W W W W W Z W W W W W IL O. a 0_ a d a s d d 0_ d a a s a s a a s a o 0 o 0 0 0 0 0 0 0 0 0 0 0 00 0 0 o 0 O c ce ce re ce ce ce w CC w CC CL CC CC F CC CC m CC W a) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m J J J J J J J J J J J J J J J 0 J J J J J Z 2 m CO m 2 Z co Z Z co m m Z m W Z m CO Z co 00 o 0 0 0 0 U 0 0 0 0 0 Z Z o 0 0 z o o Z Z 2 o Z > o z z o z F F Y Y F F F Y F F Y Y Y F Y IY F Y Y F Y Z Z F F Z Z Z F Z Z F F F Z F W Z F I— Z F O 5 o o o o 0 0 3 o m 3 0 0 0 O O J J O O 0 J 0 0 J J J 0 J J 0 J J 0 J Y Y >- Y Y >L >L Y r >= Y >1 >L >L Z O Y Y } Y Y 0000000 CC CC LC CC CC fY CC Ct CC CC m CC CC CC ❑! W cc rx ix 0 0 0 0 0 0 0 0 0o 0 o O O c F F F F F F F F F F F F F F FW F F F F F 3 Z Z Z Z Z Z Z Z Z Z Z Z Z Z ZW Z Z Z Z Z O W W W W W W W W W W W W WW W U W W W W W a Z Z Z Z Z Z Z Z 2 2 2 2 Z Z Z d z 2 z 2 ce2 a rn v m .n 3 (n a =I o o U) 6 o o O U) O o en O en O L 0 N in O N COe- e- e- e- e- e- e- e-- r e- e- e- e- Z ?' W fit) 4') in In In U) Ln In In LO LO In In In Inr In LO N In LO 0 N O g O 0 0 0 O O 0 0 0 O 0 0 0 O 0 O 0 O O 0 O F E (� O I v v v v v v v v v _v v v v v v m c v v v v z ) V ❑ 0 0 O 0 O O O 0 o 0 o O o 0 0 o O 0 O O O 2 m I O O O O O O O O O O O O O O O O O O O O m m m m CO m m m m m m m m (7) m m m m m m m Lal_ L W U co 0 7U O } C N U U M V M m In )n V N CO CO N- n N N 0 (0 CLN CV CO U3 0 LO 01 CO CO o n n n N n n m N N- W CO O O m V m W CO n n n N- N- n CO V V CO 0 („) N N O) N 0 01 > 0 0 0 0 0 0 N r- `- ,— ,— 0 J N CO CO CO LO R N N C m CO m CO CO CO 01 01 z J o m M N m O 0 O o o O o O N- N- o7 r%) r%) M m m N u) m m r- e- e- e- e- a a CO m CO CO z CO CO e- m m m N N N- m V In In m m m 0 N- m 0) 0 0) O O m N Z 0 M C O m m CO M m o 0) F 0) N co o N N O N m m 0) m O O CO CO CO m 0) 0) 0 0) 0 m 0) O) 0) 0) 2 co co co co V V co co co co co co co -, co co V co co co Z co co v U m m CO CO CO CO m m m CO CO CO m m Cl) m CO CD m CO 2 CO CO m O .- .- s- e- r- e- e- e- e- e- e-- r- e- H e- e- e- r e- w ❑ O ii 0 N_ O o ? O Z U W ZU' a xt U' a aCL ce z 0 P Z W Cl) Q U W U m ami WZ C.) 0 z 0 Z (7 m 0 U I Z I- w 0 0 0 > F Z co F 2 W O U (D Y U 0 a c 0 0 0 z w w m g w J i m 0 I- 2 O m m U) 0 W U W F W J Z } 1.11 -'a m Q_ W' a: 2 J 4S QaQ W 2 H = W FQ- n cea cea d a a d m O m m d d K a a w O a a G o W W m W (O W m U W W O W W W W 0' w U' Cr X 2 F 2 W W ? W 7 W W E O M ❑ .) ❑ .. ❑ ❑ ❑ ❑ ❑ ❑ ❑ W W 0 ❑ 0 ❑ ❑ m d' d W o K w w w o CC n ❑ ❑ N = a} CC W n 0 tp K a 0 0 0 0 0 0 M 0 0 0 0 0 0 0 M O cm CC CC O O O N (� O O O x 0 03 0 0 Q, W W W O W W O W w R' O W O CO o t") rn 2' ri d Z 7 Z = Z ❑ 0 2 2 0 W W W W O 2 O Q. O_ O O W W W 0 W W o C_Jl W W W W 0 0 X '- W W w '- w W t m D m m m m 5 a s W m m m m m N )0 0) 0 m O m 0 0 0 0 (. )n 0 0) 0 0 CO 0) N- of V 0 0 0 0 0 Cr, U) V CO CO 0) e- 0 0 m O O O m m N Oe-6 e- N N 0) N CO m )f1 co co co co n 0) n m 1� O O m m m m m o N M V lt) W W m m e- r- V n N a V O m 0 o M m N- 0) m m m n 4') n V m Y] 4] o N M M 0) m m M M O O M r n e- O) '2 N N U) e- N e- e- N N CO n N N n n )O N N l0 0) .0. > E .--- M )n m e- e- e- In In o N m E CO .- W 00 00 00 (0 00 (0 00 J E N N N N N N N N N o O O O O O O O (0 M C= M CO M M {= co N E M M M CO M M co P) T Y d 0 N M a n mo U . N N N N N N N N V co 0 0 d NNNNNNNNNNNNNNNNNNN N N N N N N N NNNNN a) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 a ❑ O 0 0 0 0 O 0 CD 0 0 0 0 O 0 0 0 0 O CD O 0 0 O 0 O 0 0 0 0 CD O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O o o O o O O o 0 Cri 0 fD 0 CD0 0 0 0 0 CD0 0 0 0 0 CD0 CD0 0 CD0 0 0 0 0 0 0 0 0a-D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co 0 N a) ,- O (a V a U) CO 0 CO U) Cl) Cn U) cn CO CO CO (n CO U) CO CO U) CO (n U) U) Cn U) cn V) V) U) U) W CO Z Z z Z Z Z z Z z Z z z z z z z Z z z z z Z Z Z Z Z Z Z Z Z Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 0 0 0 0 0 F- F- F- F- I- F- F- F- F- F- F- F- F- I- F- F- F- F- F- I- 1- r F- F-- I= F F- F- r F- F-- Cg g g g g ga g g g ga g g g ga ga g ga g g g g g g ga g g g g ga g go WWWWWWWWWWWWWWWWWWW WW w w W w W WWWWW n a a a a Cl_ a a a a Cl. a a a a a a a a a a s a a a 0_ 0. a a a a a 0000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 a`)) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 0 0 0 0 0 M J J J J J J J J J J J J J J J J J -) J J J J J J J J J J J J J Z Z m m m m m m m m Z Z Z Z Z Z Z Z Z Z m Z m Z m m m m m 00 CY) 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 z z z z z z z z 0 0 0 0 0 0 0 0 0 0 z o z o z z z z z z z I- F- Y Y Y Y Y Y Y Y F- F- F- F- F- F- F- F- F- F- Y H Y F- Y Y YYYY Y c z Z F H H H H F- F H Z Z z z Z Z ZZ Z Z F_ Z HZ HI- HI- HI- F- o 0 0 0 0 0 0 0 0 0 0 00 0 00 -I 00000 J J J J J J J 0 0 0 0 0 0 0 0 0 0 J °' 0 a Mil a a a a a ❑ ❑ ❑ ❑ ❑ O ❑ ❑ ❑ 00_ ❑ a ❑ d d Ma. a a a LUn Y Y Y r Y Y r Y Y Y Y >- Y Y r >L >.- Y Y Y Y Y >1• >'- Y a) CY CY K CY C fY CY CY a' CY CY CY K a a CY CY IY W CC CC K 1:C CC a CY X CY a CY CC 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 00 0 0 0 0 0 F- I- F- F- F- I- F- F- F- F- I- F- F- F- F- F- F- F- F- F- H - I- 1- F- I- F- F- F- F- F- F- 0 Z z z Z Z z z Z Z z z z Z Z Z z Z Z Z Z Z z Z Z Z Z Z Z z z Z o W W WWWWWWWUJWWWUJWWWWWLIJW W W u W W W W W W ( WW WWW W W W w W W W U > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > ¢ Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z E rn v IR 0 = m d 01 O O LO m cnLn Ln co LO m O O o O o O O o O O co 0 co O LO N LO LO LO LO LO 03 V) V) LDV) VI V) LD LOLO VI LD LD N LO V) LD LO V) CD LO Ln LO V) LD VI LD Ln LD in LD LD Z pN IO Ov O v O O O O O O O O O Ov O O O O O O 0 v Ni- CD 0 O v v v O o v v 0 0 CD 0 0 v v v v Cr E O I- ? o 4 O o O O O O O O O O 0 O O 0 CD 0 0 0 0 0 0 0 0 0 0 0 CD 0 0 0 O CO I 0000000000000000000 O O O O O o o O O 0 O O IX U . 1-Z: CO O CO (0 0 CD o (D (D o (D (0 0 a. L Cl IL0 m 01.10 } C C;‘2. U U c-75U M CY aCY CC O 0 0 0 r a co N 0 N CO 7 Ln CD r m 0) 0 0 0 U U N CO U LD C a- N LO CO 030303 N N N N N N N N M a0 m Ln LO (O LO VI Ln Z N N 7 LI) Cr 'Cr V CY CD CD CD CD CD CD CD CD CD M M CD CD 0 O O O) d7 > OD CO Ln V V 0 M M M M OD OD CO 00 0 OD OD OD OD CO CO Ln OD LO N N V) V) L0 LD C CD CD 0 CD CO CD CD CD CD CD CO LO CD CD CO CD CD LO LO 0 O 0 OD O) 0) N N N 0) O) r C- C- 0) 0) O 0) O 01 01 O) O O 0) 0) 0) 01 CD LO O) 0) CD COCCICOCOCO N LO LO (D CD LD Ln LD LO LD LO LD LD LO Ln LO LD LO LO N N V V N O 0 NNNNN N V LO fD f' 00 o O f� W O O N M d' V) N N co co O V' 0 CD N- oO O) 0 O O N N N N N N M M M M M V' V V V V V O) CO O co 'V co M M M M M C 0 O) m 0) 0) Cr, 0 0 m Cl) 01 0 0 O 0 0 0 CD 0 0 CD O OD O) 0 0) 0 O) 0) CA 0) 0) Z CO CO CO CO CO CO M CO CO CO V V V V a V V Cr V CO CO CO CO V M CO COCOCOCOOD U U CD Lfl CD CD CD CD CD CD CO CD CD CD CD CD CD CD CD CD CD CO O CD LD CD CD CD CO CD CO CD O o o 0 . . . . . .- .-- ,- ,- .- .- r . . . .- . . .- .- 1- } r .- r r r r r r r r PO ❑ U Z U ill C4 Q Z a OD.a U) o F D d O K H R ole w r a w F- CYco K LT a x ❑ O H w a, Z z U ❑ x 0 w W W - OW a a o w x U U W rY ❑ ¢ J U) < Z 0 0 ~O O_ N U pp O CY CY a CC CC R_ 2 Z W a' Z 0 FL 2i O W ¢ `�' CC 0 O r F- w W ❑ ❑ 00 ❑ CY 0 0 0 ❑ 0 cU) Q Z H 5 ❑ M m CO O W Z a CY CC K W W W p U) K a J 5 W CC �{ a c Z 0 >j CD iy Q 5 0 0 0 0 0 a 0 0 0 0 0 01- U) Z CD 0 X 0 o O o, g m W > W W rn (n (n p m m ❑ ° a F U w a w HI- -IMO - cn m Z F ¢ > g Q F- F_ F_ I_ F= ¢ F 700 N y J 00 N x CY ❑ ❑ w `1 W K X CLCL CC Y X Cl) Q O' a = a p J ¢ Z Q Y E. n O a a a 0 O ❑ E a a a a a CY d ❑ a a a X 06 °0 Q K CC DL W x U a CC [Y o (n W❑ F 0 O ; (n coW❑ to U) W❑ U) O o fn FF UJW a p w0 a W W a 0 .6 0 2 CO 4'5 [Y U) K > ¢ otf RK CC A'S A'S a 0.7 >QQ fY oC a CY n F o K fY [Y N ❑ ❑ co ' ❑ O a' } 3 m_ o p 0 a Z mp O N O 0 0 0 0 0 p Y O O W n K N 0 0 0 ft CC 0 0 0 t/ 0 -1M00 Li 0 a o ❑ W W p Y Z ❑ ❑ W ❑ ❑ W 7 ❑ W ❑ W no ¢ ¢ c W W W o a a o 2 a ❑ W O `° 0 Z W ¢ p aQQ (Y 0 0 Z 0 0 Z 0 > z 0 Z ¢ r- 0 0 ,2 Z Z >Z `- 00 - C7 J o Z O J Z J UJ U UYw J mt 0 co I` 6 (D N O O N N- NN V 0) COLD N LO V W 0 0 CD N O Ln 0 Lt) 0 LO L [] CD CD O m V N. 0 N CD CO 0) CD CO _ F- CD LO V LO CO LO LO M N. N N N LO Ln V CD N 0 N. 0 O C co (O CJ V DD LO N V (O ((1 LO I-- N (O <t n M .- N tV CD (O LO M CD V (V M V1 M V <-- co V) V' O CO h- N N co OD CD CO CO V) 03 M CO CO O V a) 01 CD(0 CD CO 0) D CO CO O N- a- r au LO Cr V a) Cr) CO LO N O OD O I,- CO 1- O M .- > Q s- N <- <- N s- .- N N N - --. s- . N o 11 co cn Cn C CO W CO CO co o 0 O O N N O F N N N m o 0 0 0 0 N T M co co co co N M co co co `r) N 4 v CO 0 a Y N N N N C') C o a) r q q M K Z L 0 0 O- N N N N N N N N N N N N N N N N N O o o O O o 0 o O o 0 0 0 o O o O o 0 a ❑ 0 0 O 0 0 0 0 0 O O O O O o O O O cii(V O0 O O 0 o 0 0 0 0 0 0 O O 0 0 0 0 U m m m m m m CO m m m m m Co m m m o o O Q 0 o O o 0 0 0 0 o O o 0 0 0 m o '5 N a) > co W N CL ✓ a. Z Z Z [Y w 0) - (n (1) 0) (n (1) 0J) CD CO 0) CO CI) Z Z Z Z Z Z Z Z Z Z Z Z 0_ 0 0_ O O 0 0 Q0 0 0 0 0 0 0 0 0 o W W W Z m W W W W W W W W W W W W EL a a O CL a s a a s CL CL a s a s �' O O 0 o z 0 0 0 0 0 0 0 0 0 0 0 0 U CCW Cr F Y CeCY W CC CCW (Y (Y CY ft W Cr V., O O 0 Z F- 0 0 0 0 0 0 0 0 0 0 0 0 ❑ o 0 D 0 o 0 0 0 0 J D o 0 0 0 0 O 0 0 0 o f 0 0 0 0 0 0 0 0 0 0 0 0 m J J J ❑ IT J J J J J J J J J J J J Z Z Z m 0) Z m Z m m m m m Z m 0 0 0 0 0 0 0 0 O 0 0 0 z Z O z O Z Z Z z Z O Z F- F H Y Y F Y F Y Y Y Y Y F Y Z o 0 0 0 0 0 0 0 0 0 O 0 0 J J O J 0 J J J J J O J a ❑ ❑ 0 0 0 E E E ❑ E E E E E ❑ E m Y >- >- z Z >. } Y Y Y Y Y Y Y } >'- >!- O CC CL m in" m cc (r (Y m cc cc cccc m cc cc cc 0 O O H H 0 0 0 0 0 0 0 0 0 0 0 0 E F F F CCM F F F F F F F- F- F F F I- n n Z Z Z w w Z Z Z Z Z Z z Z Z Z Z Z o W W W > > W W W W W W W W W W W W v > > > o o > > > > > > > > > > > > Q z z z a s z z z z z z z z z z z z U) (T v (u mn .n • O O O co N O N 0 N N N N N 0 N 7 m N N N N N N N N N N N N N N N N U) O (0 N 0 0 0 CT D) 0 0 0 0 0 0 0 0 . 0 0 0 0 F E o .4. v v m CD v v v v v v v v v v c v ? n --- ❑ o O 0 o No 0 0 0 0 0 0 0 0 0 0 0 2 Y m O o O O 0 0 O O 0 O 0 0 0 0 0 2U (p m m m m Cr; m (D m m m (O m m m m CO u L w 0 m O U 0 } C N U U (") Mz Z v v .cr al al O N (0 (+N) cooCol N m n CO V o co C- C') co N N N N N co O O N 'd' n m N co Nn 0 0 N N CA CA CO CO > CS) O) N O0 m m c- CO 0 M CO N N D) C3) M M C N N Mm m m 0 0 n V V n n co C+) co O N m m D) N N CON N N N Y N N N m 0 O m n co M V .1t C-- m d n n N 0) co N V co co 0 co N C 0 V V (P CP (P V V V V D) V V 7 �_ O �_ D o o m 0 0 m rn 0 rn m D) a> 7a> Z V co V V co co 7 co co co co co V U O CO CO m CD CO co m CO (O N CO m CD mm CD m N O 0 Z m _ -o 0 Z a 4tl Z LL 2 F rn a r c ° Z z z 93 W M W w a x m m F O N F P U W W a CCF w in m re 5z 4 d' a O Z w W to W H F- O 0 W cc 0 cc 4 I ww 0 Cr § IS ❑ 0 > CY CY CL 0 O a) _F W W W 0W -o c 0 J Z > > 0 K ❑ ❑ W' d 0W 2 W N O o m 7 w 000 fY (Y Z O O M CC Z 0 0 00 Q m w 0 a c 0 p W W W 2 W F w M o 00 CC w W F F m Z C n E (Y w re Q [Y (Y 2 (0 0 0 0 Y (Y Z w U 2 CY 2 •2 K W J w cc cc o x (n w cc 0 y OF OF CI) 0 CI) D O F w > w 3 w 3 w a E ❑ m o 0 E lL 05 o J m m W 0 0 0 0 Q ❑ o m Q) J m m J J m (Y CO m J N CY t CY 0 > Q co �' IL' Ta `m W O o m CC CC m H .5 05 o O O O Nf Cn O M 0 o a co O O m O o O M m co M co >- N a o Z r. w o 0 0 UW Z_ Z Z_ o Z Z Z_ O Z (Y Z W W L• m J (Y J J U > CO m CO m N co N m 0 0 O 0 0 0 0 0 0 0 M 0 M 0 o O O o 0 O o N co N 0 0 N N O N N n <t 7 N N CO 0 CO V V N N 0 0 0 N m m d 3 co m V m m n n N n n 0 N co M M m m N (O Co m m M V n Cn O Cn N CO M N N O 6) ()) N N co N CO O O m m n n O o V (O 0 D) N [Y • O N N N N N CO N 0) /- N M M M N r' m m > T QE M M N m o E m E CO C co co co 00 co m m m co co U o O 2 N N N N N N N N N N N O O O O O o o O ▪ �0 M M M co co M co co Co co N E ❑ M M M M M H H C') 3 4 • a cn O n co in co C) O N M 0 co ai Y N N N N co co N N N N w z t r r • r r r7 PI PI el , `a 0 0 n' N N N N N N N N NNININNOINNNNN N N N a) O 0 O O O O O 0 O 0 O O O 0 0 O 0 0 O 0 0 0 N 0 co 0 0 0 0 o O 0 O O O 0 0 o O 0 o O 0 0 O O 0 Cri 0 O O O 0 0 0 O O 0 O O 0 0 O O 0 O O 0 o O O U LO CD CO (O 0 0 m 0 m m m m m 0 m m m m m m LO CFI 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 XQ o co W0 o > Na) W a- 0) 0L 01 v d U) U U U CO U) U) Cl) W O U CO W m W z Z Z Z z z Z Z Z Z Z Zz cc 0 Z Z ZZ z Z Zz Z z Z Z O U 0 O O O O O O O U O O O O O O O O O O 0 3 3 H H H H H H H HF F Q rQ r H F- F H IQ- rQQ- H F- F= a s O W W W W W W W W WWWWWWWWWWW W Z n O D n O a D O a a a a 0 0 a 0 0 0 a 0- m °- 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 172 K K CC CC CL CC X X w ce ce ce cc cc ce d'cc m cc cc O Z (1) 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z I- ❑ O O O O O O 3 7 0 0 0 0 0 0 0 0 0 0 0 O O D 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m J J J J J J J J J J J J J J J J J J J J O O U) m m CO m z m m m m m m m m m m m m CO m m m O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z z z 0 z z z Z ZZZZZZZZZZZ z d d Y Y Y H Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y H I- H Z F- H H I- H H H H H F- H F- H H H F- o O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO CO J J J 0 J J J J _J J J J J J J J J J J J n a O O ❑ O a 0 a a a a a a a a a a a a a a s N r >1i r r r r r r r r r >L >1 i- r r r r r' a s a) W CC m CC W W m CC CCCCm m m CLCLm m m CC 03 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cp HH H H H H H I- H H H H H H H H H H H H z z z Z Z Z z Z ZZZZZZZZZZZ z W W o W W W W W W W W WWWWWWWWWWW W CS. > > > > > > > > > > > > > > > > > > > > Q Z Z Z Z Z Z Z Z ZZZZZZZZZZZ Z O O0 0`1 rn a d 3 m LD LO LD O LD LD CO LD 0 N N N LD LD LD 0 LD CO N 0 Z ,- V) LC) Lf) LD LO LO LD 11) LD Ln CL) LO LD Ln 0 LD Ln L!) LD o O O 03 0 V V V V V d' V V 00000000000 V V V V v V v R V V V' CD CDUl LO N U' E N OI .- T v 30 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LD m( O o o O O O o O 00000000000 O W D i m m m m m m m LO m m m m m 70 m m m m m m m m < t tL 0 co 0 U O } C C,..' H 0 U 0 e1 O co N K co M N N 0 s- 0 r CO 03 o N CO V n Z CO N- CO CO N. N. LC) LO LO L(1 com N- h N N N CO CO M CO CO U) CO CO CO N- n N 0) LO Lf) LD LD CO N LD LD O > 0 o o ,_ CO N CO CO CO CO CO CO CO CO CO CO N CO CD CD C D) y CO CO M O CD CD CD CD CD CD CD CD CD CD r 0 ~ O O C7 CO co to CO 0) 0) 0) CO CO 0) O 0) 0) 03 0) m a- CO CO CO D) N LD CC) LD LD Ln LD LD LD LD Ln LD LD Y Y 2O Cd CCD Vm ti CO O) O N CO dD m h CO O) O O O O J .- N ,- ,- o N- .- NNNNNNNNNNM M U SS v. co LO 7.7 DSLD SCSS0CSCS LD CD CO LD CD D CO CD CD CD CD :LO N Nscr S CD CD m QW W z c- 0 0 Z J CC m U 0 c a IQ- a Z z ? U 0 2 Z o W C9 p W O K a X! w w Z 0 rn a I g Q w F m 0 Z w W W > m W W § Q ami >Lii > w Z Fes- I n. to s m m m W m co O W W W z ce EL W 0 K m = O H z 0 m 0 ❑ a 0 N 4 tri re M CC 5 I 2 0 W W H p Z d' K W 4 = D7 U O 0 0 0 W W 0 O I- H a) CD W Cl) J 0 0 fn (n U) Z Cr) W m V J J 3 „c?,;.. Q Q H J 0 W 4 Z R' I= H H H 0 Cl) J a a m w W CC J 05 S F- 2 0 CC Q- C Y d' 7 ...1 a a 3 nx m W m W W O W W W 0 W W W W W W W O W U) W O a W C E L. 0 �, O ❑ ❑ ❑ 0 0 Z ❑ o,5 od ❑ of > ❑ 0 ❑ J 0 U' C7 m N d' m m m a O M Q' d' a d' R' o Q' M Z Z_ m O ctiT O o O O O o O 0 o O 1 W O y� O W O W N O O Z ZQ TL - W a ❑ Z_ ° W W W o W o W o m Z j 7 Z ❑ W Z_ Z O o Z_ W W t U) r m m m m m m r W 7 u>i of 5 v U 0 O) L)') O O C') r m m m O O N N N O N- CD CO ' 0) CO o '7 m LD CC) O d7 d) m d' V N. CO n LD O CO CO CO N- CO CO co. CD LD N n CO N CD N N 0 M co Co C 0) m W f0 Lf) O CO Ln 0) 0) 4 V C) N C') O Ln N O) LO LO N- O m 6 m m N 0 O O O) N V' N- CO co M M co co co N- O) O r LD LD o co N- VN N N O co co N M m O LD Cr O O V N m O) m LD N ') N N > Q V V N m N LO COC N '- N V C7) m E UL O= co co CO CO m CO CO 00 O E o 0 0 0 0 0 o O N N N N N N N N N °' ❑ '4 4 4 4 4 4 4 3 N E Ya co co o gcr co Co U N. N co qN N N ell CO CI co ai U q q q q 0 C) C') Ln c' z L 0 0 EL N N N N N N N N N N N N N N N N N N N N o o 0 0 0 0 0 0 o o O o o o o 0 0 0 0 0 N 0 ❑ O O 00000 O O O O O O O 000000 p O O 00000 O O O O O O O 000000 U co co CD CD CD CD CD m m co co co m CC CD CD CD CD CD co ai E2 0 0 0 0 0 0 � 0 0 o xB o o XQ C2� Q CC 0 0 W co W W W W W 0 of aS c.5 co etl 06 N N W W W W W W 0) M CC CC W CC W a CC z z Ci) Cf) CO CC ct CO z CL ce CO 0 0 0 0 00 0 0 0 0 O0 0 0 0 D O 0 0 0 0 O CC Z mW W W W W m W W Z m W Z Z Z m m m a 0 a a a a a > O 0 a 0 d 0 0 0 0 Z 0 0 0 0 0 O Z 0 O O z O O O O Z Z Z N F Y K CC K K CL F Y F YCLF F F Y Y Y O 0 0 0 0 0 0 FO 0 0 0 0= 0 0 0 O 0 -t a a a a 0 O -, 0 0 O J 0 0 0 0 J J J m 0 O J J J J J ❑ a J J ❑ O J ❑ ❑ ❑ d d d Z w Z m m m CO Z m W W Z I- I- I- K I- I- 2 2 2 0 0 0 0 0 0 g w w OZZZZ J J 0 z w w 0 a a M a a a m m F Y Y Y Y 0 0 F Y CO m F K CC Z F F F F CO to Z F M CL Z o D D 0 0 0 0 m m 0 > > 0) 0) 0) 0) 0) 0) M m 0 J J J J ❑ 0 0 J CO m 0 WWWWWW d m 2 ❑ a 0 0 n. 0 0 ❑ IL 2 2 ❑ J J J J J J N W W } } } } } U U } Y Cu- W } a a a a a a ❑ W W 0 0 0 0 0 LI_ LL 0 0 W W 0 CO m m m m CO c C7 CD F F F F F 0 0 F F- 0 0 F CC W Q_ K K K o LU LU W W W w W CB 03 Z Z W W Z = _ M i = _ 8 J J > > > > > 0 0 > > J > F F F F F I- < a g ZZZZZ 0 0 Z Z g g Z 0 0 0 0 0 0 8 o) v a a� co m m o tp m o oo o Z L. m m to m C N N N N N m m 4] CO CO O o O O O O 0 O O m co O O O O 0 O O O O m co O m N N m N CO V' 7 V V d' V V m m .4- V' V V N N N N N N F E -c)..' O m m CD L r CD m r m m m m m m 0 E m m I O 1)] O O O O O O m O O O m 0 O O O m N N 0 W a m m m m m m m m m m m m m mm m m CO m m LU L W U m CO CO 0 ', o = _ r o m m W W CO CO EE iE U U M z z F F 0 0 C] N 1` N- N CD p M m M m O CO m V O M M m CD M M COD Cp Z M a' M 1 co M t` t` N- M a) M M tO N- to CD 1- m O w O W Nt N 7 7 V a n CO r O O 0) > co m m O) O CO N M m m u) co CD CD CD CD CD C F F O N N N N V V N co r.- 4:3 N N N N N N O w O W W CO CO M M V V N m O O m n N- n N- N- N.- DI N CL N a N N N N N m m N r N N CD F- ti CD N CO d' h CO O) N- m m Cl) m m N. m CO h CD 0 Ln m O M_ M M_ M_ m m O M m N O d' V V 7 V N N NI- CV NN N 000000 o Z V '7 '7 it V V V V V V' Cr- V V' 7 co co co co M M U p co m CD CO CO CO CO CO CO CD CD CO CD m CD CO CO CD m CD h m O 0 r r U r r r r r r r r r r r r m Z a CO Z oF E a Xt d' Q LL CDW p Et O c, d y 0 J E 5.4 d W c a'� z K o F W F w ...,-- z W } W w z N Z CA W co W N m Z Y ❑ ❑ Z Z a a O 0 w j Q w z w w z Fl M M Y Z W a a m m m m m 0 o 0 a = 0 0 w O w w 0 w w 0 W U g U J a Fm-- _ J J m m x 0 D W W U >- Q Q } a m CL H o¢ CDw .� w w 0) cn< a o m 2 C7 (7 Z re _ g J o L. a , a _J �¢ w w w a W W P O 0 a • W w 3 W U F m W W m R M > OY - a N- < < co m _ c0_ m C7 O H H O O o o Y 0 0 0 W M o D o `� n coe� coaro m 0 Z O D U O z 3 a a o U > z o Lu Lu o m , z o P z o ❑ w w ❑ ❑ R W w c m m J m Z Z C) 5 5 O J ❑ ❑ J O m N- r-- V N N- ON- Nt N CD O 0 O O N N V O O M O O) O O 7 CD O O r O) O _ CSI r ) m lV Vo V CO O V m 0 C O m m O m r 7 m m O) N m O O N N O O m co a> t- m r C) m o O N N m 7. CD m co r N M n n m m co) M m N- M N N r .-- N N 0) O > T E r V 4 TD- E m m c 5 o m m co m m oo m m 0 E o 0 0 0 0 0 r 0 J m N N N N N Al N N N N E of 3 4 4 3 4 4 4 ia Ya co a) N. ao o n T N N CVt M'S tCCDq M CMy M CM7 to{y�'� M m p U C"1 V { R 'Q C Goo CC Z L o U N a. 0 n m m CO m CO CO m co m m 00030303 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N r ❑ o 0 0 0 0 0 0 0 o 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1!') U N N N N N N N N N N NINNIN ID m m m m m m m ID m LOU) UD m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W W W W W W W W W m N N X X X X X X X X X X W W W W W W W W W W LL CO co CO co U) co co U) U) U) co U) CO CO z Z z z z z Z z z z z z z z o 0 0 0 0 O 0 0 0 0 0 0 0 0 H H P H H 5 5 r 5 I= P r P P o w w w w w w w w w w w W W W 'n 0_ a a a s Cl_ a a LL a 3_ a LL a O o O O O O O O O O O o 0 0 N cc K cc LL' cc cc cc cc cc cc cc K K cc Q W W W W W W W W W W W W W 3 LU 0 W W W W W W W W W W W W W Ll) W W w W w m co co U) U CO U U U U Cl) U) U) U) U) W U 0W IL U 0 ' 0' 0' 0` W5 5ZZZZ o 0 Z Z cc d TIYY W W 0 0 0 0 J J U U U U � W CO LU F Z Z CO aS 06 05 �'3 u) coU a coU U U Z 0 0 U CO U cn CO CI Z a Z a n. Z W w z w a LL W Z 0 0 0 0 O Q Q U w o w Q Q w 0 0 0 w z z z z cc 0 cc 0 w a a 2 DDDD o) "0 0 Cl) 0 a = U n U) co M co M m O o O N N 0 O 0 0 O E N Oa.I ,- CrLO ,- o co7 ,- m c73 c70 - N N N N U E0 m CO CO ? (n --- JI O N 0 N N 0 N N N 0 N N N N 0 0 0 0 0 0 0 0 0 0 0 O 0 0 _C m N N N N N N N N N N N N N N I U • CD m m tD m <D m m m m CD m CO CO U_ L LL 0 m 1- }- H 0 O NH co h U U H co m H 0 U) CO m cm3 47i rn 0 NCC O DC717) J m 7 Z M 7 Z N N u) co D) 7 O d N ID 7 N > co 0 N m ON) O N- 0 LO 0 0 0 0 0 7 N 7 47 0 = N CO N N- 0 0 0 0 CO 4- l0 7 7 4- 0 7 e- 0 m 7 7 7 Cr D) m O N 7 m Z m N- co O N- N N M C 0 m CO C0 0 0 0 CT) 0)mco Nr CO N Z co co 7 7 '' co 2 co 7 d' '7 7 7 7 7 .0 U cc, m m Z m m co w m co m m m m m m 0 H Cl) H 0 Z U) Cl) Q >- 0 E CO CO `o 0 U' < W IL 0 co m m m a #I o Q Z D J H Q rn O CI) Z 2 '8 ?� Y w W U w u a N- K I- a W O )' U) H H W 2 z Q U 0 U 0 0 O Q m w ❑ H O Z Z Z Z cr �) w r= = r z = 0 J¢ X z D < a ZZZZQ N J Q re W W W W c4 F N Q (.) 0 O LL ? W J H d O J J J J 13 P. a < o Z co < m U com <yj o (0 Q W U co a N r U U U U U QQ U) o U) "6' m 0 z U J In Q Z Z = o LL w z eG R W Q ,°�p311 F o 0 0 0 iv @J Z J U Q Q 0R' W O W 2 V Z LL LL LL LL 0 n U U U U) 4 I U J J U a Z_ I-' LL' W co 0 U O ❑ 7 ❑ ❑ LLI 0J J = 0 >- J_ CO �_ J z J 7 m m b J <') 7 < O) < ID H N J J J J U co LL 0 H cos- LL 0 0 0 I LL ID m o -f - Z - 7 0 W W W W m W Z—LL, W U U a- w o W a Q W a- W W W W t U) LL LL cc J J LL U .J U) 2 N co co co co 7 7 o O o co m )D LO 77 0 0 CO m 7 0 C- n m 47: 7 m m CO M O O O c0 LL] m m m 0o O m m N 7 7 V 2 C CO m CD (O (O o] O W 0 o c0 m LOU) O) Of m 0) co N- r N m m N N N N N M )O N N CO M CO CO O 0) U) u) NNN m 75 0Z CD 0) N N O U) )D CO CO )D U r E OQ .— .— N 7 7 `-- E Q m CC CO c W CO m 01 CO CO co U) U' 'D dm a3 01 0 2 0 N N Cl N N N 0 N N N J O K O O O O O O O m N 0 M M M M M M M m cC m N 0 D M c`] M M M M M 4 3 a U) a 0 # tO 0 N c+0 N N N N N N N N in 6 (0 clZ co O t'i r r r IY L (O 0 0 0 CO m co cocoaoco � m mm co co m co al CO o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No CO ❑ O O O O CD O 0 0 0 O O 0 O 0 0 0 U) 0 0 0 0 0 0 0 0 0 0 0 o O O 0 10 �j N N N N01 N N N N N N N N N N N O CO UO CO CO CD CO CD CD CO CD CD CD co co co aj O o O O O O O O O O O O O o O O W W W W W W W W W m Z Z Z Z Z Z Z Z Z W W W W W W W W W 'Jo• ) a a a a a a a s a • ° w W W W W W w W W 'V a U) (n Un Un co CO CO CO CO CO CO O CO U) U) CO z z z z z z z z z z z z z z z z O O O O 0 0 0 0 0 0 o o 0 O o O F F F F F- F- F F- I-- F F t- F- F F F- o w w w w w g 2 2 0 a a s a a a a a a a a s a a a a 0 O O 0 0 0 0 0 0 0 0 0 O 0 0 O N a' 2 W a' CeWW a' 2 a a' a a' Q W W W W W w W W W W W W W W W W w W w w W D W W W W W W W W W W W W LU W W W CO CO CO CO O O O O CO CO W CO CO O Cl) O co U) F < CO CO (wj W CO O I- CC a I- I- 5 U U CC a co a Qa w a s a co c W .5W W O O J U) U) w CO O a3 n J 0 W W Ra_ Q Q w N LOU) CO aa s Un 0 z0 co co j O o s U U U C7 D D O IX U c7 F U D U ci,zz 0 z CO CO z 0 w zc a w 0 CO Z O W LL LL LL 2 -I U U 0 LL O O LL LL 5 LL 0U) U W W W 1- 2 O U J w a s W W a W < LL CC CC CC O CO w W m CC a s CC CC w fY `a) rn v a) a CO a U) co co co co co co co Z ON o O O O O O O N O 7 7 O O O 0 • O N a N V N N o o N N M M M N N N N v) M V V M M N M U' o co ,- ,- v- CD CD CD CD CO 7 CD CD 7 r' O 7 z O V N O O O N N N N N o N N 0 O N O Y [n 0 O O O O O 0 0 0 0 O o 0 O 0 O N N N N N N N N N N N N N N N N CL U O CO CD 0 CO CO CO CD CD CD CD CO CO (D CD CD CLL t 0 00 x W m 0 N z Q -J Q5¢ 0cn a0 ¢ U U M m _U 0 = g O CD QW m F 2 W 2 0) m J CO v Z 00) CO V) 0) Lc) OV) v0) N N CO coNO 0) N 10 C CO NN O O N- N- M VO ti M F N N N VU)O o CO 0 Q 0) O N- N co o N a Y Y Y Y Y N N V m N co CD CO CO 0) 10 CO CO N 1- 0) h CO 0) O N- V V .0 CD n N N V o CO CO 10 V c0 V C fi Z V N V Cr- - co Z.; V V V V V V V V .17- V V V U U) co t) O co co (D m m CO o co (O m co co co U a O m Q t c> J c- Z P. O cc W w I- laa Q O J W U U J I a, I O z > W D p a P W U a o!j 1- a z (Y W J w r U o. 2 Z w a J o o x W O Q acf Q O a' o f F H LL O r en (n a o z ti O w Z- U) m a U o w31 Z z o z o i I- w Cr) R. O= O i w Q w Q F w Q 2 a 2 C Y W w 0 o Q W J CD r Z chi U Fy. m k JN. Z r J co W - F J Q 03 o m o U J <r W Q (D 0 cn W o a Y J O D U LL aU csi .J Un (n © m 0 0 -I U F dU 0 W a © re o o W C9 w w C w a w ao m o P P F w V E Q C J J O J co m Q F co -J CO J C) IO J O J r CC Ih J O COTo v F F c0 F co C6 a U) 10 F N 2 ID F CO F M W G F CO .n CO O m O (n z (] W CO M [b O 10 O -' N V N LL LL LL O F Z 7 O LL co LL LL LL CO LL co 3 `-' W `- W W e" W 2 H Q J U c- W 2 (a W ' W ,- a ,- W O LL W VC CC Z O O O O CC U .- (Y cC C) rt D O O 7 V u) N N N CO 0) V N o O N. 10 N 10 10 CD CD N- N. N N m O O O co W O O N V M N V O co M O O N N O UD CD CD N C O 10 N O Ni Ni O O C O [O t` n N O CO Ip M M N IO O O t0 N M co CO N N o Q S E _O c E co co co co co co co co co co m O E o 0 0 0 0 0 0 0 0 0 0 J 0y N N N N N N N N N N N U jp 10 ID CO m CO(O CI CD COCOtO N E o 4 4 a 4 4 4 4 4 4 M cn• d N O n ID 0) co V co co N 0 # N N C4 M co cl co CO CI CO CO • d M co V M eco V- T co- co CC Z O U N > I 0 CO CO CO CO 0 0 0 0 0 0 0 0 0 0 0 0 ❑ o 0 0 0 0 N OO O O OO O O O 0000 O 0cn UNNNNO CO MMMon M M M M H CD CD CD CD D CD CD CD CD O COO CO 0 CD CD CD CD W W W W W O O 0 O O 0 O CO W W W W W Cl) U W CO U U) U) CO W U W Z Z Z Z Z Z Z Z Z Z Z 5=-1 o) X X X X X 0 0 0 0 0 0 0 0 0 0 0 W w w w W r F=- F- F- F- .- .- F- F- F- F- v ri CO z CO U) z CC C W 1Y CC O O O 0 0 w w W w w w w W W W W a a s O O D 0 D 0 a 0 0 0 a D 0 D F-- ¢ F- F Q 0O O O O W W w w w W w W W WWWW o W W g 12W W W I— H F- H I— I— I— F- F- F- 1— .11 CO CO CO CO CO CO U) CO CO CO W 0 O 0 O a. 0 ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ D W W W W W 0 ❑ ❑ 0 0 0 0 ❑ ❑ ❑ ❑ ❑ 3 3 J J J J J J J 0000 D W W W W W 0 O O 0 0 0 0 0 0 0 0 CO CO U) 0 U) U) U) CO CO CO (!) CO U) U) U) U) U) W U) CA 0 F ec n- Q W U n' Z_ Z_ Z_ Z_ °`� o5 W 0- 05 S S = S c W W L_.14 z z z W cc¢ uwi W 0 0 0 0 CL J J J J ° z zt rn a W ¢ a 0 0 0 U a z CD U) CL W Z a n 0 0 W W ad of ad ad a a Fc 0 CD CC CCCn 2 0 a 0 00 N z co w W ❑ 3 z [r ii ❑ cc cc w d a w JI/ 0 0 0 0 0 O J J ❑ U U W ¢ ¢ U O = w LL_ LL W O J J J W W 0 ¢ ¢ W 0 CY W Z Z Z Z Q 0 U 0) W W 0 ❑ 0 > W CL > 0 0 0 0 N D. v O a W a Cn O Z N N O N N 0 O NM OU OVV N V O SSNON0 4MNA CP 01 A NNN E O to CD O CO CO D CD O D CO CD CD CD CU E zU Vcc- 0 I N N N N N O OO O O O O OOO mNN O CLU 1 N N N CO co co co co co co co co co co Co CO CO CO CO CD CD CD CO CD CO CO CO CO CD CO LI_ L LL 0 m HOC)O O C 0 O R co r U U -CO- Ch 0 0 co CO OD 00 O CD N O) o o CCD C0 v 0 o co cr+) r scr o a Z O M N r CO N- CO 0 LO M Cn CP d' O CO a N C 4 V COff 'T Z V Z CO M CO ON) ' — LO N 00 O O O O V' a N- Q ¢ V R V Y. — H CO V a 0 a N- r U O — CO O) O) O N V 0) Z O cor0 N- N- CO N CO c o O r m o 0 o N m O J N N Z M M M M M M .T V O.0 M V .4 O CD COCD COO CD Z co O CO w O CO Q O C O C CO o a] a y ❑ toil < r a v (7 w 0 IA 0 co CD co co a #I o— F z N Z K H 0 Ti. ii R_ Lc it rn d m z C( >- W W W J 2 2 2 2 LU 'n a W O a W w to U C7 O C7 C7 U U o w Ln W CL' O Z Z Z Z Q > > W m J Z Q 12 FW- a z z z zQ w CC CC W Z Z J Z I- W 2 U (7 W w W W W W TO U) CWj) W CC -¢-) 5-1( Q V > W 0 Z W W 0U U U U U 0 o Z Z W Z W U Z W 0 co co W w ¢ W - Q N 2 O ore ct W J W O U_ J z Z a co U. W Z > I- Q [Y fY [Y [Y S C6 w J W W Z > CQj ¢ ¢ U CC O W W J CO H 0 0 0 0 v N d d W W U W Lu ¢ O 0- W fO J [L Z w LL w LL 3 n J J Z X O U U CO O J J 2 CD CL Z F- L Q < OZZZZ x 0 0 0 0 Ir- rc m r r c i_. CD co ? c CO W o 2 coro Z o W o Y Y Y Y Z- U U O O H >- O z O (7 (� O J O W O 0 O W W W W u n °c CO 0 0 0 C.L. U d OJ OJ V U J 0 3 3 3 3 L r CO CO N- O O CD O Oj O O O H CCO V VCO Q 13 U) O r 0) -'g. uM N NCrOO CD COO 0 0 ri o vi co CO O O O N [V N N CD Cr, O C O O CDD CO N O C0 r N N V 7 V C() O CO CD O O) M N LC) ' Z T 0 C C (r0_ N- CO E O c- N OF co E le CO c W m co co co co C� E CD ° 0 0csi 0 0 .,— co co 0 m CD N 0 O O O O O N N J 00 W CO M VI CO M to t0 N E ❑ CO > C") C") M M M 4 a Y a 4t O W o M rs co CD co � n U 0 0 0 n co co co co m co m or, co aD w m m m m co aD N O O O O O O O O O O O O - O O o 0 o 0 No N 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) l; M co co M co co co co M co M M co M M V �' r CO CD CD CD cD CD CD CD CD CD 0 co co co co co co ai O O O O 0 0 0 O 0 co O 0 0 0 O O qO O 4 W lC COZS m CO m u) u) u) u) u) u) u) u) m u) N ' Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O O 0 0 0 0 0 0 000 0 0 0 0 0 0 0 0 0 as 17 F- r r t- t- t- r r F=- F= I= r= t- r r OC w W W W W W W W w w w w W w F F. CL LL LL LL LL LL LL LL LL LL a a LL LL a D J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CC CC c W W W W W w W W w w W W W W W W W o F- H F- H I- r- I- I- f- F- F- F- F- F- F- I- F- -a co cn CO m m m 0 rn u) CO CD w a a a a d a d a ¢ a s a a ¢ a ,I) 0 ❑ 0 0 0 0 0 0 0 0 0 0 0 0 IZ CC ❑ J J J J J J J J J J J J J J J O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I- F- m u) fn (n u) CO Un u) u) u) CO CO CO 0) 0) CO CO 0) CO CO I-CO U) CO CL w - 0 0 0 a ( H H U coW W a V W cc w > U U aaaw 55 ae 5 o VL w w W °� 06 a(f V) W W U) CD W w M o CO CO CO = V) m u) IY CO (n z z = m o- a a a d 7 W W a a s 0O= 4. Z ZO w 0 0 0 m a tL LL 00 0 Cl_ LL ai 0 F- a LL CO U) CO Z CO 0 Z CO W g CC Z E u) E H = J W LL LL 0 w LL a O LL LL J J ❑ a LL 0 ° w 0 0 0 J = 5 5 J 0 0 J J J W 0 in 8 D CC CC K O H 0 0 5 CY CC W W O J rx D a LL a. U1 LL m O W W m CL CL 0 0 m W CL u) m .-- -C70 Cl 0 JO o cn nl Z r co N „-- 0 0 0 0 (D r N N o N r 0 p r O O O V to N N O o V N O oD HU' E N 0 m CCO m CO cco co co CV NccD cCV co CD cact cDD m CCD CONm cc00 c0D Z 'd'N N N N N N N N N N N N N N N N 2 .y m N o O o o O O O 0 O O O 0 0 0 O O 0 M CO CO M M M co M M M M M M M M a U 0 0 CO CO co 0 co co 0 (0 0 c0 CD 0 0 0 co 4 L LL 0 co 0 U O H 7 N al N co r D ro N R co r m o N r U 0 M V N N M N O) O (- O N f0 I,- CO oD r Co O o b 0 O N N o [r (O 0 0 0 0 0 co 0 CD H m 0 Z ca N D N N co 0 0 0) I,- ( O 0 O o 0 0 N N cD (D M O 0 V V 'V 0 0 H to to to (D to (D a co I Z O O IS I- F- r M O E. o ❑ 0 a- Y Y Y Y Y N N aro r r (D ) N N M CO 0 OD N 00 0 I-- CO r 0 M 0) V >- N f� co V r- o N N cO 0 O 0 r a Z co 0 z V V V V V V V V v 7 V V c, c7 M V 4 M .0 u u) 0O CD CD CD CD CD CD CD CO 0 CD 0 0 co (o 0 v r r r r r r r r r r r r r r r d r H 0 K _1 0 m Cl) Q Z 0 v Q WOG a Q m OIZ 0 J J OS Z E rW O O H Q m tl Z ? a s W J K O a U U D R' fi li Z u) U 0 K J O F a. w CD Z Ul 0 c O J Cr Z Q J ~ Z CO W U O1 = LL co Z a p ❑ 0 Z O w LL > w } CO W U Fcr. Z,-, IA =O z u=0i 0 _ W w m cwn > re Zr z a a W 0 U' w Y ru W 3 r- Z uu)Q) go g Cl) Z Z Z U W g Q I- zp W W _ W 2 0 J -'D c fii Y J - 0 0 0 ,Jj a O C7 R ~ a w W K 2 rc w O w W W W d u) w a0 co E D ua) 0) V J W X O m 6Q.) W > w ,--_- 4 r M a u) co _ O ti > c00 U O 0a1 a co0U c CO co 1D co 00 0] 0 n. 3 O_ O O Z IL ❑ W m PN'1 CO u) O ❑ Nir O N LL O m n r W 0 a a a `- H a a J 0 O 2 (q 0 0 0 W O r D r OF- .c U) LL r r U) W u) U' 0 r U r r CO r ❑ ❑ U Z u) u) N to to to 0 r o co 0 N 0 V r I,- r (D CO V 0 CO 0 0 0 0 O r r M V O co V 0 N 0 o O V V M M r O N N N F (D in O o E.) = O O M O cc) co 0 N V I� cD co V M r N N 0 cd O O O 3 M C') 00) M CD r r M CD OD N N co N r r M M CO W O r R •c r a- > > C Q V V 'V' N N U- 0 LS o w 0 o E W CO c oco co 03 COCO CO CO r O 0 E O O co O O O O < N N J N N N N N N N N ' 0 p O (p c0 co co 10 co r co 0 CO M N E 0 4 4 4 4 4 n "a _ a a Ca Y a N V r co o e0- N O W 0) r 0 # N N M M M M M O c`( w Z d r < a00 a00 � 0 N 0 O Mk 0 a) m co m m co co co co co co co co co co co co m co N O O co O O O O O O O O O O O O O O O O 0 O O O O O O O 0000 O O O O O O O N N O O O O O O O o O O O O O O O O O O )n U v v v v v v v V' 7 V' V' d• V' d• V v v c co CD CD co co co m CD CO m m CD CD CD CD m m CO mo a 0 a 0 0 aQ Q 0 0 0 0Q 0 0 0 0 a 0 0 co g g K g g g K g g g g g g g W W W W W W W W W W W WWWW W W W N , a a s a a a a a a a a a a a a a s a m 0 0 0 0 00 0 0 }0} 0 0 }0} }0} 0 }0} 0 0 00} 00} Ir H H H I- I- II-- F H F F- F- F F}- H F CO v a J J J J J 3 J J J J J J J J J J J J H H H H H F F H H F F F H F F P DD > > > > > > > > > > > > > > > > > > CC W m m CC CC UI CLCCCLCL m m W Cr w W W W w w W W W W W W W W W W W W W W W W o I- I- H H I- H H H I- H H I- H I- H I- H H Q Q Q Q Q Q Q Q o.m 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 ❑ M M CC CC m f f CC ce CC ct cC CC MCC cr CL CC 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 H H H H H H H H H H H H H H H H H I- M m CO U) CO U) Cl) Cl) U) CO CO CO CO 0 U) CO co U) cn u) Lu u) > co Cl) Q CO U U COW W CO d W U 0 0 0 0 0 a M CY > 0 0 W ZZZZ xf Q Q > > 4 c 0 z z co a w w 0 0 0 0 71 w co co CO w 0)i CD a z CO a) a Q Q 0 0 0 0 a W a z z w N U U D H a! ar cd a) ai a as Illa 0 0 a °) a O O m Z m CO m CO 2 2 0 > > 0 w 0) 3 0 0 2 J CO CO IY 2 a' W Z CO CO Z CO U) CO c a s 0 a_ U_ LL 0 0 0 0 ❑ o- a ❑ LL ii a = F FQ- F I ❑ 0 0 LL LL LL LL J J O O ❑ 8 3 Q Q W 0 a a z z z z 5 0 0 3 a CC 0 Q 0 0 > w a a 3 3 3 3 MWWM a s w 8 rn a d n I) m =1 C Z �. co O N N O O 0 0 0 0 a 0 a )n 0 N p O O M O o 0 0) p) 0) 0) V' N N O o N V V V N in V N N N N N N N )n V' N I- E N 0 m m CD m CD CD CD CD CD CD CO CD CD m CD CD CD CO Z 3 ❑ N N N N N N N NNNN NNNN N N N 01 O O 0 O 0 0 0 0 0 0 O 0 0 0 O 0 O a. U m V V d• V V V V V' 7 V V' V' V' V' V' V' V d' m m CD m CD ID m m m m m m m m m CD CD m LL L LL 0 m com 0 U O a' Cr N 4 r O U U C) m m CO v )i scCi m CD )n m CD 0) O O N- a O o V CD O O 01 03 N CD 00) Z ~ (0 CO V' 0) co N N M O N IcoLn coM co(rO N coN 0 N N Cr N > co N I. N-N- O V 0 0 V' m )n m M O O co C co W O r _ In I. N O O O o N N Nt m o 0 0 o Y Y Y Y N N m cl C V a 0 V N V V V V m N V' E 2 m u) N- N- I-- N M (r) CO CO n 0) m m N N O m m m N. N- O) N I� N N V m co )n 0 N N N 4 Z M V 4 V 2 00') V V d• V 'NV' V V V' V' 7 V V' .0 U m Z CO m CO W m 0 m m CO m m CO m m CO m m m m O 0 4R. CO O 4 I- ,o co U W F z Z 22 2 0 4 co m co m W C9 0 ill It F z y z 2 H a K CGCLCC ed Z E EVE0 al z Y W W ad Z u) 4 < 4 < w J E O E s co > c7 W I` cc J 0 H a u) 0 0- 5 W Z w 0 0 0 0 0 Q .� Z m } o LL m 0 Z Z Z Z S w Z 0 N LIJ a ? a a wTo a Q rt Q zQ Q zQ z 0 Z 0 2 J Z H W Z 7 U W W W W < Q U z 0 J Z Q O J J J J S a' m m > U > W y 2 a cc X Fit 0 0 0 0 0 0 w W 0 o O U J ❑ CO W a W Q: ❑ >0 W U J Q m II m Zce > U Z Z 0 O O = W W W H 0 0 0 0 0 0 0 O o . 0 m a ? 2 ° a Z e W H a O Z Z Z Z a w a w z w � v u)S CO = I- N- 0 a 0 o Q > Zri co Z a m m w U CO 'd' Q N J J J J m a m N ❑ H 0 W 3 Io.. H o m m o I w- , o w o Z o Y Y Y Y p Z_ p W Co m CO N co m nC. o Z o 0 0 o ff o W o ff o g ow W W W Q Z 00 a i C d OJ OJ o U 0 U 0 Til CO CD O O O O O U) (0 O O V V `Cr O N- N m N V' N 0) coN CD V N CD CD. m O O 0 O O co m O O m 0) co N V' V '7 N 3 M O C'i N N m a0 o O 10 (0 OJ t` ti [V )n [V CD (O )f1 N CO CO M M Lr) U) CO CO N N N CO Cod• N- CO O) 0) m )n d' O O > T Q a- N .- a-- o E m m e. m Co Co m Co Co N N N N N N m m m m O E O N N N_ J m N O O O O O O N C (p M CO Co Co M Co co CO 10 CO N ❑ Co Co Co co M M 4 a 4 4 YT ao) V' r m H m o) 1s m m U N Co Co N N N N Co CI N ail 0 _Ne an an ca an U z oet et r `� 0 0 a co co m m co co m co co co co m co co a) o o 0 0 o 0 0 0 0 0 0 0 0 0 0 N N CO CO CO OO CO O O CO O O O CO O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ili p v v u) )n )n to u) .n )n m u) CO CO u) co m co co co m co co co CO m m CO m m 0 0 0 0 0 0 O o 0 0 0 0 0 0 co g g W W N a a N 0 0 W W W W W W W WWWW W N—' rn u) u) (/) u) CO co u) u) u) u) u) cn (0 } Z Z Z Z Z Z Z ZZZZ Z V a J J W W W W W W W WWWW LU a a s a a a a 0_ 0_ 0_ 0_ a F F x x x x x x x x x x x x 3 3 W W W W W W W W W W a CC W LU o r r r r r r F- J_ J J J_ J_ J J J_ J_ J_ J J_ a a a F- i i P P p p P P F F- p 'v ❑ D ❑ ❑ ❑ ❑ ❑ 3333 ❑ a Ce CC CC CC cc CC a a ❑ a a W W W W W W W WWWW W 0 0 F- F- F- F- F- F- r F- F- F- F- F- co w F- 0 a (/) 5 0) u) u) CL U W U U 0 0 U' 0 a .5 > u) > > z z z z a o W7.1 0 Z Z cowa uw) cwn 0 0 0 0 co 'a a F- W W J W J J J J J J W a Z W W < a a a U U U U ._I .5 ❑ if W W ZF Z Z at{ .5 ,d al a a) 2) a U U 0 z 0 0 CO CO W W a z a 0 na. a w 5 w w a a a a a o _1 U CT) a s W a w a 0 0 0 0 w 8 5 J Q Q 0 a 0 0 a 0 a Z Z Z Z F- a m w 0 0 0 a W a a 3 3 3 3 0 d m a o a) o a o u) aI CO Z m O N CO N N III 0 0 o O CO cp O '�^ N N O O O O O O 0) CO CO CO c0 0 2 N 0 I CND U CO m NY CDD (0 CND m m N N cup cup 1N0 u) V m I N N N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Y V V c0 Y'1 c0 to c0 1f) up c0 4) Y'1 upt0 CC U co c0 co co m <D m cD m m m m CO CO cal_ L a U m 0U O r C N O m O O U U M v) co co r- d, o) o co co v ID m 0 N m COLO O) O m d' O co V Vo )O m Z N co m N N co 7 co 'mV' O CO N N- V Nr > '0 CO N m N- O (0 V V V V N C co Z co co 0) N- O NO 0 0 0 N- N s- < V V CO C N m N O O o o up )n -, v v rn 0 v o c v v v CD O m N 'Q CO Z co N- CO ),- I,- N CO 0 N V CO N N O) CO CO 71 I,- I,- CO N N- Z M M CO] R V' V cCO m+] V V V d' 7 'NV' V U U m m m Z m CO U) m Wm m CD m CO m CD CD w v O r r r N r r CO r r W ,- s- c- v- ,- 0 U) Q y m u) JW ra W N 2 W v # (1) rn Z p 5 F W C7 m CO CO m • p c0i m F z U) W a F a & rn a > M ri d w F- < w w 0 x 5 5 5 5 w o n. co W uai w w � 0 c0 0 0 C7 y cn m > C7 LL -1 ~ °° W Y O z z z z a E r Z a ci a a z a Q zQ Q zQ ¢z¢ Q zQ W ] (7 Z J U F- > m Z Z a r2 W W W W ? Nec O a 5 W w -' > u) > Z F- a' W W O J J J J Q o O w W z U Z W CD m m a u) Q X U Z H U U U U U co W 0r. ', W w a 5 5 5 5 e6 w m a' a w W z a U a a F- '� 0 a W W j a F' 0 0 0 0 a ao o U W X U O co0J J J rL O Z LU R Z CL 03 F a' m Z OZZZZ U I- • L. J _J S 0 DDDD w `° m 0 m 0 m Z VO' CO oO ti a 5 U v ~ rn a N J Y Y Y po) z a M 0 o f o u) CO o LL ) a � Z_ N a o Y Y Y Y o a N O h O O co 5 O O W o o O n o 0 0 H o z 0 3 3 0 D" o W o g < ~ . w w w w o f °' CO 0 U d OJ JJ0 00 U J < U ICIU CD O) O) m CO c0 m O O O v) u) O O 7 V' O O V0 1` CO CO 0 2 N n r N N r N m O o o t` r co IO CO CO c0 c0 co N V a s m (O m c0 M M F_ M O M M MCO m CO m [t V m i� I� N m c0 u) CO CO V V N N m m m m N N N CO o O 'J m O m c0 7 N N V V a 1' >_ a C '- N a- a- E � 0 E m W 3 o co co Q co 0oeo < am co co co O O o > N N N N N O 0 O JO N N O O O O O N N N m N < CO 2 co co co co co co co up 0 N E M M O M 0) M M M 4 4 3 u) T Y aR N O cn a) a N T co V O) co M c') U N N tUI U 01 N {N{+')� c0 O U co co o M q q M M t'7 q Q a Z L O O m U N N CO 0 a co co co co co co to m m co 03 03 03 m co o co w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C. 0 0 0 N CO O O O O O CD O CD O O O O O O O O O 0 O O O O O O CO O O O O 0 O 0 0 O O N U N N N N N N N N LI) N N N N N N N co O co co co O CO O O CO O O O O CO CO O co Qj O O O O O CD CD O O O CD O CD O O O O O O N W W W W W W W W W W W W W W W W W C-,•20 Cl) U) U) Cl) CO (1) U) CO U) (0 (l) U) (I) U) (f) U) (/) Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z ✓ 0 a w w w w w w w w w W W w W W W w w CI. an. a a n_ a a a n. a a a a a a a x x x x x x x x x x x x x W x x }w} }w} }w} }w} ywy }}w }}w }w} }w} }w} }w} }w} }w} w }w } c r F r r F r F r r F r F r r r r r p J_ J_ J_ J J_ J_ J_ J_ J_ J J J_ J_ J_ J_ J_ J_ d F F F F F F F F F F F F F F F F F wce cc 1 cc Lu cc W Lu Lu w W W cc cc O W W W W W W W W W W W W W W W W W W W W W ❑ F F F F F F F F F F F F F F F F F co g U) Cl) F w F H W U) Q U COW W I Q Et U Ua W W > U U E a a a 5 5 0 a a w > > Q o6 ct et a c 0 °'� W W W < 0 W W 06 W W IA p cn co Co CO J R' CO U) W J J J J a W J ¢ Q a w w a Q Q w O O a m a Z Z U)7d a 0 0 CC CC (n ❑ o) (1) co (in zU (Unz CT) m � gz a 0 W I 0 0 O O O O O O O J J 0 0 O w W 8 O 3 F K NY 5 0 0 5 K it C7 W W 5 J J ¢ w U 0 a a CO W W m a s w U U CO w w N m a d a 3 U) co Z a^ O O N O CD CD O N �- O N N CD N N Q O N N- N O O d' N N O O N V N N N N N V V N N N N V V N R a N a a FU' E N O co co O O O CO O CO O CO O O O CO CO O COO 7• (n V ❑I NN N N N N N N N N N N N N N N N 0 0 o O o 0 0 0 co 0 0 0 0 0 0 0 0 U m LI) N co co N N N N N N N N N N N N N ec O O O co co O O O O O O CO CO O CO O O U_ t w 0 m co 0 •U O Op N W O O O U U M N NCO W N- N0 0 0 O co G O O O-- co � 03 U )W CO N N-Z N 0 CO O V CO o 0 ..0O COO CD M CO N CO co W o 0 M o) N N N M O N > O N O V CO N CO N O CO o O M V 4 co co Cco"N O co O O) O N N N N M a tCO 'T Z V Z O O OO o N dV N Q QN O O) N N O N- N- N -) N ") N CO N CO N- N O CO r O) O o CO O) O) • o O N- N- M co N.- N N a O CO N N U) N V V' g Z V 7 V' HV `41 c{ M M M M `c,-; u O O , co co W O N co co O CO CO O O O O O CO O O w O `- > s- a- w '- CO '- '- ' '- '_ ' ,- F F .-- F F ❑ Ce (Q S a II CO I- -c, -a J U W Z Z o 0 m LL F w a N co O Q ui a W W a c6 Z U c a z z a F g W J 0 o C LL 0 O a W < a- J O F K W W m _j o. O J F W Z O u) > > cn co d Z z o W co Q U 0 Z W d' d' W } o Z O a co O J > Q a Z > O 0 o w ¢ Q z 00 < to m coi co w a- Z -a, a c U J ❑ o U Z F2' ) Qd' w E W W O W < U o O F D U Nr rn W '2 W U W _] Q J d' W Z Z W W U W _ Q O O a- J -0 MM Y J U O Z U F J W. W m0 0a a w W J W M J Z O M O O 2 w w w Qw `= X w o uwi 4 a v a w a y z H U U J J Z X M 0 w >Hi w ❑ g a O ❑ ¢ > w w w �f ❑ cc N Q N ❑ ti 0 OMf a U) N ❑ O W 100 U U IL O Oaf Q m N n0 co 10 ❑ M d' O O N m F M U) r r M C) W4 O O Q O LL O Z ❑ W IY M U) N N re O J O. F m 4 O a o J O Q Z ❑ O O ll.. F H CO O U U O O J O a W w O w t (n 0 NWL U I 00 (a U)(.0 U) 0 0 0 H. 0 ❑ ❑ ❑ U O V 'V M CO 4 4 CD O N NO CO N N N 4 O O N N- O CO CO O N CO co ti O O N- N- od V 7 co V N Cr) O CO CD n Cl V Q) O O O V' V O O O O f` M N co N O O O N M O o EN- O n r M M O O V V �- ti N N N CO N 0 N a O E O U) c • O N O] W CO CO U) co tb lD ❑ O O O O O O O O O ▪ Q) N N N N N N N N N to to 415 t0 t0 to to c- m N E 0 4 4 4 4 4 4 3 M M co a N ('I M 'a} h aa)) f0 N 0 N o N at q q q q q q W co CC Z L O O U N N 2 0 d co co co co CO N N CO CO CO CO CO CO CO CO Cl) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N O O O O O O o O O O O O O O O o 0 O O 0 0 0 0 O co 0 0 0 0 0 0 LO 0V) CO CO CO CO O O N N NNNN N N •- CO CO co co CO 1- N- N- N r N- N- N- N- I,- 01 0) O O O O O o 0 O O O O O co O O CO Z Z W W W CO CO z z o a a a a a z z NX X X X X p) W CO W W U- W CEI LL LL F F F a J J J J J (O CO Z Z Z Z Z Z Z Z 0 j N-0 ?ww CO 00 O O O O O O O o- O (3 c7 j cJ w CO a s a a a a a s I- W w W w W O O O O O O O O O O a) W CO CO CO CO J J W W WWWW W W O CC X 4' LL X d a W W WWWW W W 0 F F F F F 2 2 J J J J J J J J CO CO (I) W CO CO CO W LL LL LL LL LL LL LL LL K CC CC X CC CC < < aa aa asdd F CO Qi oa oa oa Aqa F- c LL LL oa oa 0) CO co ) co co w w (0 (1) W W W W W W .- CO CO J J LL a a a a s a a a D a s D D N 0U 0 0 0 0 CO CO D D 0 0 W CO 0 0 C F CC F CC F CC F CL F- 0000 U U 0 0 Ci U 0 0 a a = _ _ _ = 2 = _ U CO CO CO CO CO I- I- WWWW W W Q, W W W W W CO W O O > > > > > > N rn o ) d U) .n W Z r m N N N N N CO CO 0 0 0 0 o o 0 0 0 N O N N N N N CO N CO l() M M CO M CO CO V V V V' V' N N N N N N N N I- E N 0 1 co co co co co co CO CO CO CO CO CO CO CO CO Z V N N N N N O O O O O O O O O O g CO I O O co O O O 0 O 0 o O O O 0 0 co CO CO CO CO 0 O N N N N N N N N U co co CO CO co r N- 1- N- N- N- N- I N- ti CLL LL 0 oa 0 U O } G F CO O N O O 0 0 0 U Uin CO0 0 0 0 0 W W o CD cl. v 0 O o 0 o O 0 co LL N CO CO 0) CO CO o v v v v v co co CO 0) v 0) o) Z N- CO N- CO n CO N- CO N- CO O o co co N- CO CO ,- cO s- CO r CO ,- CO r- co o M N- CO O) H N h CNffM ,- Lc' 5Z V Z Vm CO r O) CO ,n I D Q O 5 K -5 N '5 0 1-LI! MN O 7 0 R h (D 1 c7 7 0) O) O) O) 1- CO M M O) N O) C O 7 V V V V W N CC O) CO CO D) 01 O 7 W o o O o 0 0 0 o N N Z CO CO M CO CO CO [T 'd' V V V V o o co co co CO CO CO CO o (O (O (O CD CO O (O ) o .- ,- ,- sr ,- ,- .- ,- .- r s- s- al 0 F m -0 O 0O o ce 0U C) C O 1N- 0 o co F F c. co co W co K a a co Z CO Z U co ti -J o O W a 0- •E3 Q co -a) U r U co J W K a' ZW X Z O O O COW w J oo F0 0 =Q W CO 0 CO U W Q2 LL m O N- W 5 5 0 o Z W CO 0 W I- J = R W Lwi.. a LL O K ce w J W J J F a 0 a C7 ¢ J 0 0 N J F Q CO F- CO 7 o J U W CO o F F (n a) W W Z F- CO O O Z Z J oa oa O 2 LL' U CC c xoa X Z U' 0 W W 0 re a_ 0 O J Lai F F W W LL F CO W CO CO COF- Q J J CC CC J CC m a o U < w W N L li CO 0 O o L� LL w w Li w Ta N M z LL a 2 CO CO N Z N F F Y Y J J co Y J 11 E_ G r Q0 Z Z r in W O O ro JCC 0 OOLL _ t CO 0 Z Z LL J 0 U n O O U O z Ii N CO CO V N 11) CO 0 0 CO co V co O 0) C) 0) CO co CO O N CO 0 0 0 0 co co LL O CO CO r- O) V CO Q) 5 N c0 CO N 0O v- V D) O) O) O) CO r N N N c0 CO V < 0) CO N- CO M O) O co M M CO CO CO CO 0 5- S 5- 0) V co o p m N O r co J ,-- V-- C) O) O c" N T Q N- N N N W coo E 0 EL X H CO C J S co o w co ,_ CO O E co D co O J7 N N W N N CO M J C (p LL co W M M 0 M M co N E O F M EC M M a M M �' CO a 5 o CO in M w CO CO co co Z a)) o m ((0 00 q q 0 q q q CC 0 CO N 0 0 0 I- 03 CO t t t t t t t t t t t t t t a) o o O O o O O o 0 0 0 0 0 0 0 0 N N❑ O O O O 0 O 0 O 0 0 0 0 0 O O O p O O O O O O O O O O O O O O O O CO U N N t t t t tsrt t t t t t t t N- N- r` N. F- N- ti r` N- N- N- N- N- N. I- r 0) o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 OD > > >- > > >- >- >- >- Y >- >- >- >- C7 CD 0 0 0 0 (7 C) 0 CD 0 0 0 0 N O O 0 O O 0 0 0 O O O 0 O O r J J J J _J J J J J J J J J J 0 0 0 O O 0 0 0 O O O 0 O O V 0 Z Z Z Z Z Z Z Z Z Z Z Z Z Z CO U) 2 2 2 2 2 2 2 I 2 2 2 2 2 2 0 0 U U 0 U U 0 0 0 U U 0 0 U U W W W W W W W W W W W W W W F- F- F I- F- I- I- H F- I- F I- F- I- c ¢ a z z z z z z Z Z Z Z Z z Z Z O LY CC O O 0 O O 0 0 0 O O O 0 O O n a W I= F F F F F F F F F F= F F F .0 O O a s a a s a a a a a a a a s al) I- I-- = I LY = LY 2 = CC K W K Ce CC W O w w O O 0 O O 0 0 0 O O O 0 O O J J LL LL lL W W lL 11 U- W W U IL U. w m LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z CO 0 U a 5 > a W W W w W W U U w W U) U) U U K U O C7 CC LL Li W z U- IL a Z ? ? a LL lL O O w U) U U W O O U U U 0- c o13 c`) a d W W W H W W W W W F- W W a CO CC CC CC z Z z z Z Z 0 0 0 z Lr LY ❑ J F F 0 O O 2 0I I 0 CC 2 1- i- p 2 J 2' 0- J J J O J J H Fa- Fa- O W W 3 3 W W W O W W a a a O 3 3 a > U W LL F- F- F- W I- I- ❑ ❑ ❑ W LL LL d la, a n Cn) a (n Z L' O O N O 0 O N N N O 0 0 0 r0 r O O O O CO (O N t CO0CON t t t ) t t t t t O 0) O F-0 E N O I(O (0 CO (O (O CO CD CO O CO CD (O (O CD CD O Z 41 0 0 o O O O o 0 0 O o 0 O 0 0 • U O 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 CC U t t t t t t t t t t t t t t m N N I- N- N- N- N- N- N- N. N- N- N- N- N N- N. U- L W U m O .0 O } G N I = co n CO CO U U (') N N- 00 sr c:r N Z WCO t N- Co O < W CO t N O (0 O O 0) O O N ON] (D (O O O 0rp O t a- O Z O O I- t t O 0 (O M O) CO O N t N N N O a r N t CO C N V Imp 0 O Co co M (n 00 0) 0) N- Y Osr N X O co co N a O t t O N (JV ✓ N. J JJ O I- N- U) CO 2 (f) 4 V a co J N O t CO N- 03 0) CO 0 N t (0 CO CO t O t (0 0) co CO 0) CO 0) 0) co N N N O O O CO N CO 0 0) O O O O O O 0) O 0) N N Z t M M t CO M CO CO M CO t t Cr CO t t "' CO CO O O CO (0 (0 (0 O O co Z co co co co CO CO O 00 r r r r Z r r r r r U r r r r r r • ❑ O U Q a U z U , Z 0 `D U 0 Z 0 W K t. a U U a cn Q E 0 U 0 Z m a I- 0 Z 0 0 Z m m N J U I- 6 CC W CWj Z W V Z 7 a d U.0 Z (4 W ❑ o 0- 0 2 LL 0 Z Q < a Z O W Z W Z O I- 0 O Z co 01 uwi W U) UO Z a co Co F W v ¢ ¢ 2 Z J W m a O 0 w Z O U W : Z 0] J W W U (07 (o co m W U_ 0 re < LP W '2 0 O < ~ W O ai U- O o F z Z J Z Z Z Z W O a m __I 0' d g s Q ❑ co I- o ZO J J U a a a w U O d W < J ❑ 3 w = (A O U (n J N d' W W O -) = 0 O a W, o 11x.I U U W U L- Li_ (� IA Z U Z Z Y U- = 2 J J J J U a U W 0- (E •3 co O CD LL W J J J o CO n O 0 O m m m O O N ❑ U To m aop a Q Ln N W W o ❑ O J J C U U U M ~ m U a CC N CO W O O Z Z 10 O O U d ❑ O U to"' lY '- O O O F- O J J O 3 5 (3 s- 0 O J 0- 0 = >- ' w U O g `- 2 2 2 W w 0 0 0 `" 0 O O L (n 2 ❑ 2 (n a a d a J J J < LL (n 15 O N- t t 0 O (0 N_ N_ - 0) OD O CO CO 0) 0 O O 0 0 0 CO 0 C= CO N O O N N N t03 t V) O N CO Co O O 0 0 0 0 M 0 N (O 0) O O co N co M M O M M M M t t t O O t t t I- O ▪ 00 M O t t O co O r co 1- O O CO 0) t CD 0) 0) I- OD (O N (U (O 0) 0) CO CO N CO CO h O) O ' CO > C E r O N co- r r (O (O r r M O M o• E F co L' a F- (f) a Dom a0 m oD w m C7 O co W F r r r r T T CO O 2 I N N 0 0 0 0 0 0 N 0 N O O O O O O O ( - I- O C` M M (= (='1 co e) {O N E 0 M W M M M M M M M 4 Y cn d N LL 0 ,- M CO N Cla (OO r- 0 UIt 0 N N Cl N N N Cl {+N� in v• U m o q a a. q q 4 O lL z L N U 0 o 0 v 0 v v v v v v c v v v v v v v v v v v v v v v v v o 0 0 0 0 0 0 0 0 0 0 CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o (o CI N N O O O O O O O O O O o O O O O O O O O O O O O O O O O 0 o C, o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o m iri U v v v v v v v v v v v v c v v Ni- Ni- v v v v v v v v Ni- n n n n n N- N- N- N- n n n N- n N- N- n n N- n n N- n n N- n m mo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o O m r r > r > > r r r r > r r r > > r r > r r >- r r r > 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O J J J J J J J J J J J J J J J J J J J J J J J J J J s 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a z z z Z Z Z Z Z z Z Z Z Z Z Z z Z Z Z Z Z z Z Z Z Z I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U U O W W O O O 0 0 0 0 W W U 0 O 0 0 0 0 0 0 0 0 w w w W WWWWWWW wWWWWWWWWWw I- H H H r H H H H H H r H H H z C Z Z Z Z Z Z Z Z Z Z Z Z z Z Z Z Z Z Z Z Z Z Z Z Z z .9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a. Q H F- F H H H I- H H H I- H H R H I- H H H H H H H H H H .0 a a s Q a a a a Q a a a a a a a a a a Q a a a a a a o 2 5 5 2 2 2 2 2 2 2 2 2 2 2 2 2 2 5 2 2 2 2 2 2 5 2 0 a) CC CC CC LY LY CC CC CC CC CC CC CC ce ce ce ce ce c ce LY CL CC CL CC ft 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q 3 LL LI- LL LL LL LL LL LL lLL LL LL LL LL LL LL LL LL IL LL LL LL LL LL LL IL U CO Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z 0 W W 0 0 0) 5 5 WWWWWUJWWWWWWW W K W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W ZZZZZZZZZZZZZ 5m w a a a a a a a Q ¢ a a a a ce ce H H H H H H H H H H H H H W W CO CO W CO W W CO CO W CO U) U) W C Q Q U) U) U) W m C) U) U) U) U) m U) U) U) U) U) Un C) U) m m U) W 4 a a. W W W Z W W W W W m m m m m m m m m m m m m W 0 O_ Q (0 ( J J J U J J J J J 3 3 3 3 J J D J J 3 3 3 3 J a a LL = a a o_ LL n_ cn cn cn U) m cn cn Un cn cn (n co cn a U)Ui 0 H H a a LL a LL d d LL a 06 46 on 06 06 4') on on on on o7 ar od °- o a Z Z 33333333 D CO ❑ w W W w U) m Q Un U) U) U) cn 0 0 0 0 0 0 0 0 0' 0 0' 0 0 cn w U) W W W J W W W W W Z Z Z Z Z Z Z z Z Z Z Z Z w J O LL Cl_ a- 0 0 0 J 0 0 0 0 0 Z Z Z Z Z Z Z Z Z Z Z Z Z U U¢ 0 5 LL LL LL J LL LL LL LL LL Q Q Q Q Q Q a a Q Q Q a < LL U W 0 O LL LL LL W LL LL LL LL LL LL' O' CL LL' CC W 0_' d' Q: m LL' O' LL Z Q a w W 0 0 0 0 0 0 0 0 0 H H H H H H H H H H H H H 0 2 'c) 0 a LD a U) -9 l U) Z 2 (n Lo o O O N o O O O O O O o O CD O o O O o O CD O O LO 0 C, 0 <y 0 o n V n V n V n n V n V n n n �t n n V n d'n N N N N N V N N N N N V N N i- E N 0 I O CO CO (0 O CO (D CD CD CD (D (D CO (D CO (C) (0 CO CO CD CD (0 (D (0 CD CO 0 v m 0 0 0 00000 o 0000 C( 0 0 0 0 0 0 0 0 0 0 0 0 O 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C( O .. -1- -cr. .4- .4- -I- N Tr .4- N .4- N .1- d' -4- N Tr .4- C) N .4- d' .1- C) .4- C) V 0) U I-- n n N- n n N- n N- N- n N- N- n N- n n n n N- n n N- N- N- N- CO Lai. L LL 0 m 0 U 'C-1 o C LO CO CO N V' O N v- O N.- N (O (0 CO CO CO CO (O O .-C's--j1() N N N N N M N- N 1.-- 5 U 0 (y a 4 ,i W I` N O T 47 N [ r O) O) 00 N A U N O . LL O) M 'CC M O s- M V' O N- N- n V 03 V n (O M N W n n CO o N, N- 0 O (D CD O CO CO CO N- M CO N CD CO 0) CO LO 0 O O O (D O O O O N (O O O O N- CO CO O O ( � CO M M v O > '- M Cr (0 (0 (O VO) O) 0 O) O) O s- C O n (0 N N N V LD LD LD LO LO N N N N N N N N N N N N N LO CO V V n n n a N- n n n N- CO CO CO M CO CO CO M CO M M CO CO n d C) W CO v- N- n O O O O O O O O CO Co O O O COCO Z O N CO V (O O N CO V LO (O V LO CO n O CD n CO CO O O N- N N O CO 0 co O co Ln O LO co co co co co 0) CD CO O O N (D (D CO O CO C 0 N O O O M M M CO M LO O LO O J Z C V' V' M M M M M M M M M M M M M M M M M M M M M M V 0 [O n co co (O (0 CD (D CO CO CO (O CO (O CD CO (D CO CO CO CO CO CD CD CD CO (0 co CO 0 c Co U) .2 4 v U) U 0 (o O U) C.) U UWj K a Z 0 Lr a I >- w w Q 0 0 0 0 0 = w li O Z z U1 CA z w cwj w w F- 0 0 H 0 F 0 0 H u. it 3 Ca. IZ ? Q u) Z rn > O m QIX w W w w W 0 H m F- m w H ft F W W 2 03 cc W W ❑ Ce Ci) J H U H H 0 H 0 H H 0 o w ~ w a m0 0 f7 U w W H Q U) Z a W O O U i U o ce O ce 0 0 c W W i- .9 J w d 0 a O W m LL LL U) w U) U) w m w U) U) w J m U m F D �Q ct Z F- m W ❑ a o U c0 D co LL LL U) LL U) LL IL U) <m 0 ce 2 o Q a a o a o cai p W w W g w g W w g = z a Lg. CI- D a w r-- u) 0 ¢ w a _J 0 ¢ I- H u) H W CO H CO H CO W H Z_ H 2 ¢ co Z w > U w L)) ") > o g < g < g LL g LL o () ❑ (O N To N o Z (D O a CO J 0 ❑ = Y W W Y W Y W W Y H i_ J- w o onN .n O I- O w m N LL J W U Z Z 111 Z ,,� Z Z a 0 J 0 O 1 o� W r _L o or En Co = W a >— U) W 0 j Ir Z Z w Z ce Z Zcelii a Q a >' 2 U) C) 2 N 3 co U) ❑ U > O Z U) J m O ❑ m O m ❑ ❑ m H H J 0 0 W m O O O O O CO CO O CO O LO V N Lt) N n 00 CO O U) d' CO CO O N M V n 0 JU) co CO O O CD CD O V a- O O CO N O CO v- (O C O Lo (0 O O N M M O CO O N N 0 O O 2 4.Cn O O 00 6oO N n cy 00 Ln n M n H M (O CO H LL) CO Cr O O M m O <- OZ n n O NCD O CO N M s- CD V CO V V n CO CO CO N CO V CO CO r CO N M V = O O O O (O fD O N N e- `- E v (0 (o W o m Q F- 7 CO c 0 m 3 2 m co 00 ¢ N o O E o 0 o J NN N to iB ( m N M NID N '' ❑ 4 4 M 0 0 4 d U 0 M 0 2 ca o en N N Lo 6IX z L `a a m C) - U c 0 N 0 ti N N❑ O O O) O) 0) Cci 00 m CD 0) m 0 0)0) 0) 0) 0) of o 0 0 0 0 co N N r Oo ry N v a C Q Q Q Q Q a 2 2 2 "\ O O O 0 0 y 0 0 0 0 0 a) 2 2 2 2 2 ❑ U) (0 U) CO U) CL10 0 0 0 0 0 a 0 0 0 0 0 ❑ ❑ ❑ ❑ 0 o. X N ❑ J J J J J C Q QQ Q Q D g Z Z Z Z z `m rn -a m 1 3 cn WI >I Z Z' m u) u) V) 0 u) O z N o1N N N N Ti. 0 a >4 CD Z ; 7- a w a Z 0 h a ml O OOO O 0 x V„„ W LLZ U Cl)vi Cl) z U O c)• v ,n O O O� 0/Z M N0) N CO CO IICO In -4- ^ r Q 0 o co m d O V(NI N- N N 4 Z v v v v M ru O (D CDCD CO CO N O ❑ -J m F -o Z W o a. O 0 OS O N 0, 4 UI o c. N re r v f.5 5 rn 00 0 M „a 2 re m W v U Z O O 0 LU a D' a 0 E l.. w co X m o o~ U d O r 3 ca. r U) U) ff CD CO CO OO 0 O N N m j N N O o C G Q o E Z co .c- Q C d r O Oo 0 N o o 0 O N N 0 c tp CO CO N E 0 7 M rn Y ,1', r o U U M M u'ni o a) V'm m DC Z L O 0 N o �o�EAR�Ii� City of Farmington 1 p 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 .,,,,, + www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Brian Lindquist, Police Chief SUBJECT: Implementation of Police Department Duty Weapon Cameras DATE: April 16, 2018 INTRODUCTION In accordance with Minnesota Statute 626.8473,the Farmington City Council is required to give the public an opportunity to comment on our body camera program at a regularly scheduled meeting. DISCUSSION The Farmington Police Department implemented body cameras in August, 2014. Effective August 1, 2016; Minnesota Statute 626.8473 requires law enforcement agencies to make available the opportunity for public input when purchasing all new cameras from a new vendor. In addition to the cameras the officers are currently wearing on their person and operating in their police cars; the department is adding cameras to each duty sidearm that will activate when the weapon is removed from the holster. These cameras will be purchased with the intent to gather as much data as possible if or when an officer would deploy their sidearm. BUDGET IMPACT The purpose of this item is to gather any public input on this issue. The funding for this purchase is included in the 2018 department budget. ACTION REQUESTED Accept any comments that residents may wish to share on this issue and ask any questions the city council may have of the police chief on this issue. ATTACHMENTS: Type Description D Backup Material State Statute 626.8473 1 MINNESOTA STATUTES 2017 626.8473 626.8473 PORTABLE RECORDING SYSTEMS ADOPTION;WRITTEN POLICY REQUIRED. Subdivision 1. Definition.As used in this section,"portable recording system"has the meaning provided in section 13.825, subdivision 1. Subd. 2.Public comment.A local law enforcement agency must provide an opportunity for public comment before it purchases or implements a portable recording system. At a minimum, the agency must accept public comments submitted electronically or by mail,and the governing body with jurisdiction over the budget of the law enforcement agency must provide an opportunity for public comment at a regularly scheduled meeting. Subd.3.Written policies and procedures required.(a)The chief officer of every state and local law enforcement agency that uses or proposes to use a portable recording system must establish and enforce a written policy governing its use. In developing and adopting the policy,the law enforcement agency must provide for public comment and input as provided in subdivision 2. Use of a portable recording system without adoption of a written policy meeting the requirements of this section is prohibited. The written policy must be posted on the agency's Web site, if the agency has a Web site. (b)At a minimum,the written policy must incorporate the following: (1)the requirements of section 13.825 and other data classifications,access procedures,retention policies, and data security safeguards that, at a minimum,meet the requirements of chapter 13 and other applicable law; (2)procedures for testing the portable recording system to ensure adequate functioning; (3)procedures to address a system malfunction or failure,including requirements for documentation by the officer using the system at the time of a malfunction or failure; (4) circumstances under which recording is mandatory, prohibited, or at the discretion of the officer using the system; (5)circumstances under which a data subject must be given notice of a recording; (6)circumstances under which a recording may be ended while an investigation,response, or incident is ongoing; (7)procedures for the secure storage of portable recording system data and the creation of backup copies of the data;and (8) procedures to ensure compliance and address violations of the policy, which must include, at a minimum,supervisory or internal audits and reviews,and the employee discipline standards for unauthorized access to data contained in section 13.09. History: 2016 c 171 s 6 NOTE: This section, as added by Laws 2016, chapter 171, section 6, is effective August 1, 2016, provided that a law enforcement agency using a portable recording system on that date must adopt the policy required under this section no later than January 15,2017.Laws 2016,chapter 171, section 6,the effective date. Copyright©2017 by the Revisor of Statutes,State of Minnesota.All Rights Reserved. oE0ARii City of Farmington (40,01,&\ s 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 .,,,�„s• www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Basketball Court Surface Improvement Project DATE: April 16, 2018 INTRODUCTION Evergreen Knoll Park and Dakota County Estates Park basketball courts contain cracks,birdbaths and the surfaces of the courts are beginning to deteriorate. The Evergreen Knoll Park basketball court is a full-court asphalt surface and was installed in 2006. The Dakota County Estates Park basketball court is a full-court asphalt surface and was installed in 2007. Both court surfaces have not received any repairs or resurfacing work since they were installed. By completing the repair and resurfacing work,the life of the existing pavement surface will be extended. DISCUSSION The city has many asphalt surface basketball courts. In 2015, the city initiated a process of completing maintenance work on its basketball courts. The maintenance of asphalt basketball courts was based on completing maintenance work every 10 years. Exhibit A provides information about a 20 year scheduled maintenance plan for asphalt basketball courts. A request for quotes (RFQ)2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project was mailed to four contractors who have experience in the business of repairing and resurfacing asphalt basketball courts. The RFQ is included as Exhibit B in the contract documents. As a result of the RFQ mailing, two quotes were submitted. Exhibit B shows the tabulation of the two quotes received. C & H Court Surfaces, Inc. submitted the low quote for the project in the amount of $9,795.00. C &H Court Surfaces, Inc. has performed this work in previous years for the city and staff have been satisfied with the contractor's work. Included as an attachment is the agreement form the City Council is being asked to approve with C &H Court Surfaces, Inc., Inc. to repair and resurface the basketball court in both Dakota County Estates Park and Evergreen Knoll Park. One of the city council's priorities is to provide core government services at a high quality level. Approving the agreement form with C & H Court Surfaces, Inc., Inc. to repair these two existing basketball courts allows the city to provide a park system at a high quality level. BUDGET IMPACT Funding in the amount of$10,000.00 was approved in the 2018 Park Improvement Fund budget to cover the cost of repairing and resurfacing the basketball court in Dakota County Estates Park and Evergreen Knoll Park. The low quote submitted was $205.00 under the budgeted amount. ACTION REQUESTED Staff is requesting city council approval of the attached agreement with C & H Court Surfaces, Inc., Inc. for the repair and resurfacing of the Dakota County Estates Park and Evergreen Knoll Park basketball courts in the amount of$9,795.00, so the work can be completed in 2018. ATTACHMENTS: Type Description ❑ Exhibit Exhibit A 20 Year Basketball Court Maintenance Plan ❑ Exhibit Exhibit B Quotes Tabulation D Contract 2018 BB Court Project Contract Form L c O O a Law fl c E La O a• U Ln LC N N 00 00 01 0 m r. N N N N N N N m m Cn c 0 O CD O O O O O CD O O 4- N N N N N N N N N N "4 _a 2 fy i a fC 'a CU CU >- t O u N V▪I 0 0 0 0 0 0 O CD O Lf1 in L11 Ln 0 o r; r; I< V L/1 Ll1 Mm 0101 u oo CO 00 00 00 00 (5 • V? V} i/? -111. V? i/} Ca a` Yip L y O U 'a C fU co a, c G. c CD E O 4.4 U 4▪J Co Y CL j O > U Ln l0 r� co %-i fT O N N � r-I r-I e-i e-i ci ci c-I N N N 3 U O 0 0 0 0 0 0 0 0 0 0 4- N N N N N N N N N N 0 c U 0 m — a 0 03 • 704) C (III 0 2U fn Y fn fL I- CO >- 0 4l ""1 U Cc L 3 3 U 4- 4.. 4.-. — N 4- Co 7 = = 7 = 3 Co Co = +a 0 S I. 4- 4- 4- 4- 4- t L 4- ra cu N !n Q. fA Q .a I- fL O a MS it 4a H C U Ch Ll1 In L.O l0 N N 00 M r\ ▪ CD 0 0 CD CD CD 0 CD %-1 c-I L a- 0000000000 RS 3 N N N N N N (NI N N N 0) 0 A U O 00 N 00 L fa al > OJ L L fra 1 L Co fva E v '- Co > fE �C d CO .L.., i Z Co W CU LI) Y ,C 0- Y CO O >. Y LJ Y i Q m 3 m C c c`a 0- f`0 a CI. 0) fl '- L.. Y c a c a CO RS N — N Co ,fL CIAc N = ca I- O E Lip 0) O ami :i X La (13 LU G Fes- 2 =, L� 0 > Li a fi Exhibit B 2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project Quote Tabulation Contractor Name Quote Amount C & H Sports Surfaces, Inc. 9,795.00 Court Surfaces & Repair, Inc. 9,875.00 AGREEMENT AGREEMENT made this day of , 2018, between the CITY OF FARMINGTON, a Minnesota municipal co oration ("City"), and C & H SPORT SURFACES,INC.,a Minnesota corporation("Contractor"). IN CONSIDERATION OF THE MUTUAL UNDERTAKINGS HEREIN CONTAINED,THE PARTIES AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract Documents", all of which shall be taken together as a whole as the contract between the parties as if they were set verbatim and in full herein: A. This Agreement B. Contractor Proposal attached as Exhibit"A." C. Request for Quotes 2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project attached as Exhibit"B". In the event of conflict among the provisions of the Contract Documents, the order in which they are listed above shall control in resolving any such conflicts with Contract Document "A" having the first priority and Contract Document"C"having the last priority. 2. OBLIGATIONS OF THE CONTRACTOR. The Contractor shall provide the goods, services, and perform the work in accordance with the Contract Documents. 3. OBLIGATIONS OF THE CITY. The City shall pay the Contractor in accordance with the bid. 4. SOFTWARE LICENSE. If the equipment provided by the Contractor pursuant to this Contract contains software, including that which the manufacturer may have embedded into the hardware as an integral part of the equipment, the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. 5. ASSIGNMENT. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. 6. TIME OF PERFORMANCE. The Contractor shall complete its obligations on or before August 31,2018. 7. PAYMENT. a. When the obligations of the Contractor have been fulfilled, inspected, and accepted, the City shall pay the Contractor $9,795.00. Such payment shall be made not later than thirty (30) days after completion, certification thereof, and invoicing by the Contractor. b. No fmal payment shall be made under this Contract until Contractor has satisfactorily established compliance with the provisions of Minn. Stat. Section 290.92. A certificate of the commissioner shall satisfy this requirement with respect to the Contractor or any subcontractor. 8. EXTRA SERVICES. No claim will be honored for compensation for extra services or beyond the scope of this Agreement or the not-to-exceed price for the services identified in the proposal without written submittal by the Contractor, and approval of an amendment by the City, with specific estimates of type, time, and maximum costs, prior to commencement of the work. 9. PROMPT PAYMENT TO SUBCONTRACTORS. Pursuant to Minnesota Statute 471.25, Subdivision 4a, the Contractor must pay any subcontractor within ten (10) days of the Contractor's receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of one and one-half percent (11/2 %)per month or any part of a month to subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of$100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the Contractor shall be awarded its costs and disbursements, including attorney's fees,incurred in bringing the action. 10. WORKER'S COMPENSATION. If Contractor does public work, the Contractor shall obtain and maintain for the duration of this Contract, statutory Worker's Compensation Insurance and Employer's Liability Insurance as required under the laws of the State of Minnesota. 11. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract,with the City included as an additional name insured by endorsement: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate 2 Property Damage Liability Insurance shall include coverage for the following hazards: X (Explosion) C (Collapse) U (Underground) Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 12. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Contractor must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created, collected, received, stored, used, maintained, or disseminated by Contractor pursuant to this Agreement. Contractor is subject to all the provisions of the Minnesota Government Data Practices Act,including but not limited to the civil remedies of Minnesota Statutes Section 13.08, as if it were a government entity. In the event Contractor receives a request to release data, Contractor must immediately notify City. City will give Contractor instructions concerning the release of the data to the requesting party before the data is released. Contractor agrees to defend, indemnify, and hold City, its officials, officers, agents, employees, and volunteers harmless from any claims resulting from Contractor's officers', agents', city's, partners', employees', volunteers', assignees' or subcontractors' unlawful disclosure and/or use of protected data. The terms of this paragraph shall survive the cancellation or termination of this Agreement. 13. RECORDS. Contractor shall maintain complete and accurate records of expenses involved in the performance of services. 14. WARRANTY. The Contractor guarantees all warranties as specified within the bid shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and equipment which may develop in any part of the contracted service, and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. The Contractor further warrants to the 3 City that all goods and services furnished under the Contract will be in conformance with Contract Documents and that the goods are of merchantable quality and are fit for the use for which they are sold. This warranty is in addition to any manufacturer's standard warranty and any warranty provided by law. 15. NONDISCRIMINATION. All Contractors and subcontractors employed shall comply with all applicable provisions of all federal, state and municipal laws which prohibit discrimination in employment to members of a protected class and all rules and regulations, promulgated and adopted pursuant thereto. The Contractor will include a similar provision in all subcontracts entered into for the performance of this contract. 16. INDEMNITY. The Contractor agrees to defend, hold harmless, and indemnify the City, its officers, agents, and employees, for and against any and all claims, demands, actions, or causes of action, of whatever nature or character, arising from the Consultant's performance of work or services provided for herein. The Contractor shall take all reasonable precautions for the safety of all employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work, materials and equipment under the Contractor's control. 17. WAIVER. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party, whether of the same or any other covenant, condition, or obligation. 18. GOVERNING LAW. The laws of the State of Minnesota govern the interpretation of this Contract. 19. SEVERABILITY. If any provision, term, or condition of this Contract is found to be or become unenforceable or invalid, it shall not effect the remaining provisions, terms, and conditions of this Contract, unless such invalid or unenforceable provision, term, or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties'entire contract. 20. ENTIRE AGREEMENT. This Contract represents the entire agreement of the parties and is a final, complete, and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s), understandings, or written or verbal representations made between the parties with respect thereto. 21. TERMINATION. This Agreement may be terminated by the City for any reason or for convenience upon written notice to the Contractor. In the event of termination, the City shall be obligated to the Contractor for payment of amounts due and owing for materials provided or for services performed or furnished to the date and time of termination. 4 Dated: a" /H ,2018 CITY OF FARMINGTON , LE Todd Larson,Mayor By: a—.` avid McKn-/11W---"ht; 'y Administrator I Dated: I Z-3 ,2018 CONTRACTOR: C&II SPORT . ' ACES,INC. -girtBy: ,►- 1------".. Its: ; C, ! 7 I 4 I 1 I 1 1 1 5 I f E .,k.1\3i-1- rezo�FARMkk� City of Farmington � k 430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 •Ana* wwwci.farmington.mn.us 2018 DAKOTA COUNTY ESTATES PARK&EVERGREEN KNOLL PARK BASKETBALL COURT SURFACE IMPROVEMENT PROJECT QUOTE SUBMITTAL FORM Submit your company's quote below on the form.Your project quote should include all costs and Minnesota salestax associated with completing the project.Deadline to submit your quote is on or before 10:00 a.m.Friday,March 30, 2018.Quotes either mailed or hand delivered must be submitted in a sealed envelope with the following title on the front of the envelope;"2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project". The Quote Submittal Form may also be sent electronically to the following email address: rdistad(7a,ci.farmington.mn.us,with subject line of"2018 Basketball Court Surface Improvement Project Quote". Company Information: The undersigned,being familiar with local conditions,having made the field inspections and investigations deemed necessary,having studied the specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose.to furnish all labor,tools,materials,skills,equipment and all else necessary to completely construct the project in accordance with the specifications identified previously. In submitting this quote,it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract in the best interests of the Owner. In submitting this quote,it is understood that payment will be by cash or check.It is understood that quotes may not be withdrawn for a period of 60 days after the deadline date and time set for the quotes to be received.It is understood the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted By: • C&H S.ort Surfaces Inc. a Corporation Company (an Individual) (Circle one) (a Partnership) Timothy Carlson .- President By Title 2312 Seurer Street New Market MN 55054 Address City State Zip Code 952-461-5678 chsportsurfacesna,nuchsi.com Telephone Email Address $ 9,795.00 Lump Sum Quote Amount B ex:016d- AR44,\\ `p�FCity of Farmington caZ 430 Third Street Farmington,Minnesota le�V 651.280.6800•Fax 651.280.6899 '41*.A PR01�5 www.ci.farmington.nm.us REQUEST FOR QUOTES 2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project Farmington, Minnesota February 12, 2018 I. INTRODUCTION. The City of Farmington Park&Recreation Department is accepting quotes for the repair and resurfacing of two existing full-court bituminous basketball courts. Quote must be submitted in a sealed envelope with the following title: "2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project". II. PROJECT LOCATIONS. The address of Dakota County Estates Park is 18220 Emerald Trail. All equipment used during the project in Dakota County Estates Park shall access the park from Emerald Trail, which is located on the south side of the park adjacent to the basketball court. The address of Evergreen Knoll Park is 626 Heritage Way. All equipment used during the project in Evergreen Knoll Park shall access the park either from the park's parking lot located east of the basketball court, or from Heritage Way,which is located on the north side of the park. III. PROJECT COMPLETION. All work shall be completed on or before Friday, August 31 2018. The submitted quote shall include all labor, materials and applicable sales tax. IV. REJECTION OF QUOTES. The City of Farmington reserves the right to reject any and all quotes, to waive irregularities and informalities therein. V. SITE VISITS. You may arrange a visit to the site if you wish by contacting the following Parks and Recreations Department staff member: Randy Distad, Parks and Recreation Director Farmington City Hall 430 Third Street Farmington, MN 55024 651-280-6851 Email: rdistad@ci.farmington.mn.us VI. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract, with the City included as an additional name insured by endorsement: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Products and Completed Operations Insurance shall be maintained for a minimum period of three (3)years after final payment and Contractor shall continue to provide evidence of such coverage to City on an annual basis during the aforementioned period; or if any reason Contractor's work ceases before final payment, for a minimum period of three (3)years from the date Contractor ceases work. Property Damage Liability Insurance shall include coverage for the following hazards: X (Explosion) C (Collapse) U (Underground) Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence VII. SUBMITTING QUOTES. The described project will be for repairing,resurfacing and remarking court lines for the following two existing full court bituminous basketball court surfaces: • Dakota County Estates Park with an approximate dimension of 54 feet wide by 86 feet long • Evergreen Knoll Park with an approximate dimension of 54 feet wide by 86 feet long. A separate document included with this mailing describes the project in more detail. Quotes must be submitted on the attached Quote Submittal Form. The City will open,tabulate and select the lowest quote. After the quotes have been tabulated,the City will contact all of the contractors via email about the result of the quotes submitted. 2 VIII. QUOTE SUBMITTAL AND PROJECT DEADLINE Deadline to submit a quote will be on or before 10:00 a.m., Friday,March 9, 2018.All work associated with the project is to be completed on or before Friday,August 31, 2018. Your quote should be submitted either by mail or email on the Quote Submittal Form below to the following Parks and Recreation Department staff person: Randy Distad Farmington Parks &Recreation Department 430 Third Street Farmington,MN 55024 Phone: 651-280-6851 Fax: 651-280-6899 Email: rdistad@ci.farmington.mn.us 3 4im,f/y�o. City of Farmington 430 Third Street p` 04 Farmington, Minnesota '42.• 651.280.6800•Fax 651.280.6899 "'a°" www ci.farmington.mn.us • 2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project Specifications LOCATION The project work on the two full court basketball courts should be completed in the following locations: • The address of Dakota County Estates Park is 18220 Emerald Trail. All equipment used during the project in Dakota County Estates Park shall access the park from Emerald Trail, which is located on the south side of the park adjacent to the basketball court. • The address of Evergreen Knoll Park is 626 Heritage Way. All equipment used during the project in Evergreen Knoll Park shall access the park either from the park's parking lot located east of the basketball court, or from Heritage Way,which is located on the north side of the park. Included with this packet is a map showing the location of the parks in the city of Farmington. There are also park master plans included showing the general location of the full court basketball court in each park. II. AMBIENT CONDITIONS A. Do not apply asphalt basketball&multi-purpose court cushioned surface color coating system when air or surface temperatures are below 50 degrees F during application or within 24 hours after application. B. Do not apply asphalt basketball &multi-purpose court cushioned surface color coating system when rain is expected during application or within 24 hours after application. III. SCOPE OF WORK A. Preparation of Existing Surface • Existing asphalt surface will be pressure washed with at least a 3,500 PSI pressure washer in order to remove delamination and promote a clean surface for better adhesion of materials used in the repair and resurfacing of the basketball court surface. • Power-clean with an industrial blower and manually scrape court surface. • Flood existing court surface and locate areas holding more than 1/16 inch of standing water. • Patch low areas with acrylic deep patch using acrylic patch binder material according to manufacturer's specifications. Blend and reapply as needed to eliminate low areas. • Fill cracks with acrylic emulsion elastomeric crack sealant applying according to the manufacturer's specifications. • Reapply crack sealant until flush with existing surface 4 B. Crack Filler/Sealant • Fill all cracks in asphalt pavement up to 1 inch wide using a 100 percent acrylic emulsion trowel-grade crack filler according to manufacturer's specifications. • Reapply crack filler if needed until flush with existing surface • Reapply crack sealant until flush with existing surface C. Resurfacing Filler Course and Application: • Repair cracks, depressions, and surface defects in accordance with manufacturer's instructions before application of filler course. • Apply 100 percent acrylic emulsion resurfacer or equal according to manufacturer's specifications • Apply resurfacing material with a Silica Sand(70/20 blend) • Apply at least two resurface filler courses, or more if needed, in order to ensure the surface repairs are flush and smooth to adjoining surfaces. • Allow material drying times in accordance with manufacturer's instructions before applying other materials or opening completed surface to foot traffic. D. Basketball Court Finish Color • Do not apply paint coats until the manufacturer's specifications are met for drying/curing time of resurfacing materials that have been applied • Using acrylic or better paint, first apply texture coat according to manufacturer's specifications • After properly drying, apply a second coat of acrylic finish court paint or equal according to manufacturer's specifications • Apply paint in the free throw lane and three point areas in a navy blue or similar color • Apply paint on the remainder of the court area in a green color • Apply paint in the center circle area in a navy blue or similar color E. Line Markings • Apply painted basketball court lines including all free throw lane markings,three point line and out of bounds line(if there is room) in a 2 inch line using white acrylic emulsion paint • Lines should be marked in accordance with the NFHS Rules for high school basketball III. ELECTRICAL AND WATER ACCESS A. There is electrical service available in Evergreen Knoll Park. There is no electrical service available in Dakota County Estates Park. Contractor should make arrangement to supply their own power for equipment through the use of a portable generator or other means at Dakota County Estates Park. B. There is a water source available at Evergreen Knoll Park. There is no water service available in Dakota County Estates Park. The city will provide a truck that contains a 250 gallon water tank if needed for Dakota County Estates Park. 5 �o�FARMiy� City of Farmington / _ 430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 sT•A PROo- www ci.farmington.mn.us 2018 DAKOTA COUNTY ESTATES PARK& EVERGREEN KNOLL PARK BASKETBALL COURT SURFACE IMPROVEMENT PROJECT QUOTE SUBMITTAL FORM Submit your company's quote below on the form.Your project quote should include all costs and Minnesota sales tax associated with completing the project.Deadline to submit your quote is on or before 10:00 a.m.Friday,March 9,2018. Quotes either mailed or hand delivered must be submitted in a sealed envelope with the following title on the front of the envelope: "2018 Dakota County Estates Park and Evergreen Knoll Park Basketball Court Surface Improvement Project". The Quote Submittal Form may also be sent electronically to the following email address: rdistad(u,ci.farmington.mn.us,with subject line of"2018 Basketball Court Surface Improvement Project Quote". Company Information: The undersigned,being familiar with local conditions,having made the field inspections and investigations deemed necessary,having studied the specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools,materials, skills,equipment and all else necessary to completely construct the project in accordance with the specifications identified previously. In submitting this quote, it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract in the best interests of the Owner. In submitting this quote, it is understood that payment will be by cash or check.It is understood that quotes may not be withdrawn for a period of 60 days after the deadline date and time set for the quotes to be received.It is understood the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted By: (a Corporation) Company (an Individual) (Circle one) (a Partnership) By Title Address City State Zip Code Telephone Email Address Lump Sum Quote Amount 6 'on Ma Dakota County Estates Park Basketball Court Locate p ' ' Ik''' 179TH 51 'a ...----"'" fiiir JL1fl ; t II* . , AY � -� _. 1 t a �' I o A ' . , j . E••UI,,CXcAVL ili ''''':441111114 41494" iltil warr»�n #"`" _ ;r — is ' as --- - _ � �- `-= � "I' 180TH ST W ..�� e � ,ft k �e _ jF C x, -- . ,a ,, ,, —.. iiiii 'k J � w® ` i is a w; ,t%,..,y` is c°_,. ,1 C wtZLiz sot � li - ,��. ‘. ," • w m ,t, � la0WERA 82ND ST W-� .1) r ^ EMERALD A; �. 0 7 , . EMERALD �_ Ifk -44t* ,. . 1,,., , . . ; .r .. _ f tZR it; fq • w' . _ UPPER-182ND STW :+` _ > , ,. iii iii II r a G ` Jr. ,� ✓ IL'3fw 51 M: ' d�4.„: rrf04141 I. i # .f I fkti T.,1111 n � tii ! .. kI 11 , , .''.f �, ` �, Lo » .. E>UPPLI‹ 13.RD,S f sr, dd, t ' „ ,, A.,, r,,,,,,,-„,,,,, - . , , ... _ _ ,,, , UPPER 183RD ,�-- "•-a r I 'I' .____ __ __ ;,.:J 4,14 9v.:4,...,- ” . _„. „..._ • , �,, g y�y y ' Z I z : ,i *q 4.Y• ,. i Y,, !r.4, #f x' 1 o- _„ .sets Tf � Y r yam I $ " HC.1 t ' Illi ' 3LIJ L ' t Ianc�Renr January 31,2018 1:4,800 0 225 450 900 ft I1 r ' , r 0 65 130 260 m Property Information Disclaimer.Map and parcel data are believed to be accurate,but accuracy is not guaranteed.This is not a legal document and should not be substituted for a title search,appraisal,survey,or for zoning verification. Evergreen Knoll Park Basketball Court Location Map L- -` , _ �- , ice .. , { i NERITAc.Er_ L Ih t , -., - "' ,�.____ 153.E _ —- M. ' IF - 1 ... ...,...... , .. YJlOL+r!tii: G1 1 t_ihrtPi 11 1 t, 1» - ff� il • I I. I , , Ir. e a . - ,c t� � t 'jlr`, m� � i {TdFI �CUd C:. .s ' '',4•01::.-..‘;':,l' January 31,2018 1:2,400 450 ft 0 112.5 225 I r , , ti f I 0 30 60 120 m Property Information Disclaimer:Map and parcel data are believed to be accurate,but accuracy is not guaranteed-This is not a legal document and should not be substituted for a title search,appraisal,survey,or for zoning verification. y4�FAR,�i City of Farmington cis 430 Third Street Farmington, Minnesota 11/4_ 651.280.6800 -Fax 651.280.6899 www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Randy Distad, Parks and Recreation Director SUBJECT: Fire Station#1 Concrete Apron Improvement Project DATE: April 16, 2018 INTRODUCTION Quotes recently were solicited and received for the completion of Fire Station#1 Concrete Apron Improvement Project that involves the removal and replacement of the concrete apron area located on the west side of the building's apparatus bay. DISCUSSION The existing concrete apron is deteriorating to a point where it is cracking and heaving. When the city completed a facility analysis study in 2017, the replacement of the concrete apron on the west side of Fire Station#1 was identified as a high priority. As a result of the study, funding was approved in the 2018 budget to remove and replace the existing concrete apron. A request for proposal(RFP)for the project was directly mailed to 18 different concrete contractors. A copy of the RFP is included in the contract document as Exhibit B. The RFP was also placed on the city's website. Exhibit A shows a tabulation of the six bids received for the project. Stapf Concrete, Inc. submitted the low bid in the amount of$16,715.00. The contractor has completed concrete projects in the past for the city and staff has been satisfied with the work completed by the contractor. Attached is a contract form the city council is being asked to approve with Stapf Concrete, Inc. for the project work. BUDGET IMPACT The city's 2018 Maintenance Fund budget provided $25,000.00 for the Project work to be completed. The low bid received from Stapf Concrete, Inc. in the amount of$16,715.00 was $8,285.00 under the budgeted amount. ACTION REQUESTED Staff is requesting the city council approve the attached contract with Stapf Concrete, Inc. in the amount of $16,715.00 so the project work may be completed in 2018. ATTACHMENTS: Type Description o Exhibit Exhibit A Quotes Tabulation a Contract 2018 Fire Station#1 Concrete Apron Project Contract 0 0 0 0 0 0 0000000 kn N O 06 O �O 4 N 7r kr) 01 N CD N t": t': O 00 ,--+ 1--1 .--i •--I .--i N 14 - CU O i, -4.-) C _CI O O= OO0 v 00 C) N OM.-4 M H 01 M o0 01 6 CD wl M 0C) O O a: a x Coe 04 a.• 00 P. ct o 0 0 0 0 = O O 0 0 0 O 04 o 0 0 0 0 C., O O 01 00 1_4p at 00 ,--i O • Cts 04 N '--q .li bk N X• o an W 6 RI o O cLe 6. N O O O O• C. O O O `p kr) : v) v) O M N MI [ o6 N 1--I z• u 4t Ii CC! H y -- Cl.) .� a U 00 C CI s0+ a a R N Z O -i-6U ✓ U '� � U - U • R R at N E U O O O U U U o C.) ct v � � � oH 0 cO x U AGREEMENT AGREEMENT made this /,O; day of 2018, between the CITY OF FARMINGTON, a Minnesota municip corporation ("City"), and STAPF CONCRETE,INC., a Minnesota corporation("Contractor"). IN CONSIDERATION OF THE MUTUAL UNDERTAKINGS HEREIN CONTAINED,THE PARTIES AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract Documents", all of which shall be taken together as a whole as the contract between the parties as if they were set verbatim and in full herein: A. This Agreement B. Contractor Proposal attached as Exhibit"A." C. Request for Proposals 2018 Fire Station#1 Concrete Apron Improvement Project, attached as Exhibit"B". In the event of conflict among the provisions of the Contract Documents, the order in which they are listed above shall control in resolving any such conflicts with Contract Document "A" having the first priority and Contract Document "C" having the last priority. 2. OBLIGATIONS OF THE CONTRACTOR. The Contractor shall provide the goods, services, and perform the work in accordance with the Contract Documents. 3. OBLIGATIONS OF THE CITY. The City shall pay the Contractor in accordance with the bid. 4. SOFTWARE LICENSE. If the equipment provided by the Contractor pursuant to this Contract contains software, including that which the manufacturer may have embedded into the hardware as an integral part of the equipment, the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. 5. ASSIGNMENT. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. 6. TIME OF PERFORMANCE. The Contractor shall complete its obligations on or before October 1,2018. 7. PAYMENT. a. When the obligations of the Contractor have been fulfilled, inspected, and accepted, the City shall pay the Contractor $16,715.00. Such payment shall be made not later than thirty (30) days after completion,certification thereof, and invoicing by the Contractor. b. No fmal payment shall be made under this Contract until Contractor has satisfactorily established compliance with the provisions of Minn. Stat. Section 290.92. A certificate of the commissioner shall satisfy this requirement with respect to the Contractor or any subcontractor. 8. EXTRA SERVICES. No claim will be honored for compensation for extra services or beyond the scope of this Agreement or the not-to-exceed price for the services identified in the proposal without written submittal by the Contractor, and approval of an amendment by the City, with specific estimates of type, time, and maximum costs, prior to commencement of the work. 9. PROMPT PAYMENT TO SUBCONTRACTORS. Pursuant to Minnesota Statute 471.25, Subdivision 4a, the Contractor must pay any subcontractor within ten (10) days of the Contractor's receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of one and one-half percent (11/2 %)per month or any part of a month to subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of$100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the Contractor shall be awarded its costs and disbursements, including attorney's fees,incurred in bringing the action. 10. WORKER'S COMPENSATION. If Contractor does public work, the Contractor shall obtain and maintain for the duration of this Contract, statutory Worker's Compensation Insurance and Employer's Liability Insurance as required under the laws of the State of Minnesota. 11. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract,with the City included as an additional name insured by endorsement: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate,products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Products and Completed Operations Insurance shall be maintained for a minimum period of three (3) years after fmal payment and Contractor shall continue to provide evidence of such coverage to 2 City on an annual basis during the aforementioned period; or if any reason Contractor's work ceases before final payment, for a minimum period of three(3)years from the date Contractor ceases work. Property Damage Liability Insurance shall include coverage for the following hazards: X (Explosion) C (Collapse) U (Underground) Contractual Liability(identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury,with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability(owned,non-owned,hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 12. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Contractor must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created, collected, received, stored, used, maintained, or disseminated by Contractor pursuant to this Agreement. Contractor is subject to all the provisions of the Minnesota Government Data Practices Act, including but not limited to the civil remedies of Minnesota Statutes Section 13.08, as if it were a government entity. In the event Contractor receives a request to release data, Contractor must immediately notify City. City will give Contractor instructions concerning the release of the data to the requesting party before the data is released. Contractor agrees to defend, indemnify, and hold City, its officials, officers, agents, employees, and volunteers harmless from any claims resulting from Contractor's officers', agents', city's, partners', employees', volunteers', assignees' or subcontractors' unlawful disclosure and/or use of protected data. The terms of this paragraph shall survive the cancellation or termination of this Agreement. 13. RECORDS. Contractor shall maintain complete and accurate records of expenses involved in the performance of services. 14. WARRANTY. The Contractor guarantees that all new equipment warranties as specified within the bid shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and 3 equipment which may develop in any part of the contracted service, and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. The Contractor further warrants to the City that all goods and services furnished under the Contract will be in conformance with Contract Documents and that the goods are of merchantable quality and are fit for the use for which they are sold. This warranty is in addition to any manufacturer's standard warranty y, and any warranty provided by law. 15. NONDISCRIMINATION. All Contractors and subcontractors employed shall comply with all applicable provisions of all federal, state and municipal laws which prohibit discrimination in employment to members of a protected class and all rules and regulations, promulgated and adopted pursuant thereto. The Contractor will include a similar provision in all subcontracts entered into for the performance of this contract. 16. INDEMNITY. The Contractor agrees to defend, hold harmless, and indemnify the City, its officers, agents, and employees, for and against any and all claims, demands, actions, or causes of action, of whatever nature or character, arising from the Consultant's performance of work or services provided for herein. The Contractor shall take all reasonable precautions for the safety of all employees on the site and shall provide reasonable protection to prevent damage or loss to the property on the site or properties adjacent thereto and to work, materials and equipment under the Contractor's control. 17. WAIVER. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party, whether of the same or any other covenant, condition, or obligation. 18. GOVERNING LAW. The laws of the State of Minnesota govern the interpretation of this Contract. 19. SEVERABILITY. If any provision, term, or condition of this Contract is found to be or become unenforceable or invalid, it shall not effect the remaining provisions, terms, and conditions of this Contract, unless such invalid or unenforceable provision, term, or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties' entire contract. 20. ENTIRE AGREEMENT. This Contract represents the entire agreement of the parties and is a final, complete, and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s), understandings, or written or verbal representations made between the parties with respect thereto. 21. TERMINATION. This Agreement may be terminated by the City for any reason or for convenience upon written notice to the Contractor. In the event of termination, the City shall be obligated to the Contractor for payment of amounts due and owing for materials provided or for services performed or furnished to the date and time of termination. 4 Dated: CG ..G /( ,2018. CITY OF FARMINGTON By Todd Larson,Mayor By: C David McKnigj(C/ii , dministrator Dated: Aid ,2018 CONTRACTOR: STAPF CONCRETE,INC. By: Its: fL 5 4 . SLThBT PROPOSAL 2018 Fire Station #1 Concrete Apron Improvement Project Farmington, Minnesota Quotes due by: 10:00 a.m. Thursday,March 29,2018 Fax Number: (651) 280-6800 Randy Distad City of Farmington 430 Third St Farmington,MN. 55024 Interested Contractors The undersigned,being familiar with your local conditions,having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools,materials, skills, equipment all else necessary to completely construct the project in accordance with the plans and specifications on file. All unit prices shall include all applicable sales taxes. I. PROPOSAL Main Items Unit Qty. Unit Price Totals . . 1. Mobilization LS 1 $ 35o 0 ' $ 350 QC 2. Aggregate Base (Class 5) Ton 60 $ j D oo $ .!fop og 3. 8"Reinforced Concrete CY 46.4 $ 30Q 12 $ 13965' Total Bid including Sales Tax(1+2+3) $/67/‘ ov 3 The City will open,tabulate and select the lowest quote. The City will contact by phone the contractor submitting the lowest quote informing them they submitted the low quote for the project.All other contractors submitting a quote will be notified by email that they did not submit the low quote for the project. Included with the email will be a tabulation form that compares all contractor quotes received by the City for the project. In submitting this quote, it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quote, it is understood that payment will be by cash or check. It is understood that quotes may not be withdrawn for a period of 60 days after the date and time set for the opening of quotes. It is understood that the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted by: $+QQI) L®nc 'e (. (a Corporation) Compa y (an Individual) (a Partnership) •Teeny acucnicS By ES4'1Mo Oc Title 201 t,J Iravetecs i)11., S1.1 MD Address Quc�gv;le , Mt) 664331- 99193 City, State,Zip Code X152 - 7(97 - 0029, Telephone Email Ao dress 4 /oFFionf4,g;',.• City of Farmington 430 Third Street Farmington,Minnesota 651.280.6800•Fax 651.280.6899 *P.A PRoos` :.:. www.cifarmington.mn.us EXHIBIT B REQUEST FOR PROPOSALS 2018 PROJECT FIRE STATION #1 CONCRETE APRON IMPROVEMENT PROJECT FARMINGTON, MINNESOTA March 2, 2018 ,4,A4/4,6,. Z FIRE STATION #1 CONCRETE APRON IMPROVEMENT PROJECT ?!4,. ._____ J TABLE OF CONTENTS Item Page Proposal 3 Special Provisions 5 Project Specifications 9 Project Boundary 13 Project Location Diagram .14 2 PROPOSAL 2018 Fire Station #1 Concrete Apron Improvement Project Farmington, Minnesota Quotes due by: 10:00 a.m. Thursday,March 29,2018 Fax Number: (651)280-6800 Randy Distad City of Farmington 430 Third St Farmington, MN. 55024 Interested Contractors The undersigned,being familiar with your local conditions, having made the field inspections and investigations deemed necessary,having studied the plans and specifications for the work and being familiar with all factors and other conditions affecting the work and costs thereof,hereby propose to furnish all labor,tools, materials, skills, equipment all else necessary to completely construct the project in accordance with the plans and specifications on file. All unit prices shall include all applicable sales taxes. I. PROPOSAL Main Items Unit Qty. Unit Price Totals 1. Mobilization LS 1 $ $ 2. Aggregate Base (Class 5) Ton 60 $ $ 3. 8"Reinforced Concrete CY 46.4 $ $ Total Bid including Sales Tax(1+2+3) $ 3 The City will open,tabulate and select the lowest quote. The City will contact by phone the contractor submitting the lowest quote informing them they submitted the low quote for the project. All other contractors submitting a quote will be notified by email that they did not submit the low quote for the project. Included with the email will be a tabulation form that compares all contractor quotes received by the City for the project. In submitting this quote, it is understood that the Owner retains the right to reject any and all quotes and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quote, it is understood that payment will be by cash or check. It is understood that quotes may not be withdrawn for a period of 60 days after the date and time set for the opening of quotes. It is understood that the owner reserves the right to retain the three lowest quotes as determined by the Owner for a period not to exceed 60 days after the date set for the opening of quotes. Submitted by: (a Corporation) Company (an Individual) (a Partnership) By Title Address City, State, Zip Code Telephone Email Address 4 SPECIAL PROVISIONS 1. PROJECT LOCATION Fire Station#1 is located at 21625 Denmark Avenue,Farmington,Minnesota.The project will involve replacing the concrete apron on the backside of the building that provides access to the apparatus bays and adding a small concrete pad for garbage containers.The construction site can be accessed from the Denmark Avenue entrance via the entrance road into the parking lot and around the back of the building to the apparatus bays. All equipment used by the contractor should access the Fire Station#1 site via this entrance point. Under no circumstances should any other entrances to the site be used. Contractor may park its vehicle(s)in the parking lot located south of the Fire Station#1 building while construction work is occurring. 2. PRE-BID CONFERENCE Each contractor is responsible for visiting the site prior to quote submission and to become familiar with conditions at the work site. A pre-bid conference and walk-through of the site will occur at 10:30 a.m. on Thursday,March 15,2018.The pre-bid conference will be held at Fire Station#1 located at 21625 Denmark Avenue in Farmington,Minnesota. Contact the Parks and Recreation Director,Randy Distad at(651)280-6851 or via email at rdistad@ci.farmington.mn.us to inform him of your attendance at the pre-bid conference. 3. OWNER The city of Farmington is designated as the owner. The contractor is advised to coordinate work with Randy Distad, Parks and Recreation Director either via his office phone number at(651)280-6851,cell phone at(651)775-3144 or by email at rdistad@ci.farmington.mn.us 4. START AND COMPLETION DATE The Contractor shall start work upon receipt of a"Notice to Proceed"from the Owner. All project work shall not be started until after April 21,2018 and all work shall be completed on or before October 1,2018. 5. WORK HOURS The hours work may be performed are: Monday through Friday 7 AM—7 PM Saturday 8 AM—5 PM Sundays or Holidays No work unless otherwise authorized by the Parks and Recreation Director in writing. 6. TESTS The Owner shall pay for all compaction and material tests required in the specifications. If any of the tests fail to meet specifications,the Contractor shall reimburse the owner for the cost of all subsequent tests to ensure compliance with the specifications. The Contractor is responsible for assisting the Parks and Recreation Director in notifying the location of pits and scales and other correlated items prior to starting work. 7. TRAFFIC Traffic control shall be the responsibility of the Contractor. All barrels,barricades, or other safety measures are the sole responsibility of the Contractor. Caution ribbon shall be placed around all non-passable unsupervised areas. The Contractor shall maintain the caution ribbon until the driveway to the building can be opened to normal traffic. 8. QUANTITY CHANGE AND DEVIATIONS The quantity stated in the proposal is not guaranteed and the actual extent of work to be performed will depend on conditions at the time of construction and the direction of the Owner at the time of contract award. No unit price adjustment for any magnitude of increased, decreased,or deleted quantities is allowed for any line item in the proposal. The Contractor's unit price,as shown on the proposal, shall apply to items independent of any quantity change. 5 9. SOIL CONDITIONS AND AREA INSPECTION All prospective bidders are advised to inspect the entire project area and subsurface conditions to their own satisfaction prior to submitting a bid. It is the Contractors duty to explore,test and analyze the subsurface conditions with regard to the constructability factors that may affect work to the extent and in the manner appropriate to the nature of the work. 10. EXISTING UTILITIES The Contractor shall protect all existing utilities. It shall be the Contractor's responsibility to notify all utility companies having utilities in the area and to verify their location prior to construction. Extreme care must be exercised in protecting utility lines from damage during construction. The crossing of all utilities is incidental to the construction. The Contractor must contact Gopher State One Call(651-454-0002)as required by State Law. The Contractor is required to verify locations of all existing utilities that are affected by this project. 11. PRE-CONSTRUCTION CONFERENCE Prior to starting the project,a pre-construction conference will be held with the Contractor and city of Farmington Parks and Recreation and Fire Department staff. This meeting will be held to clarify any questions and determine procedures to be used in completing the project. At the pre-construction conference,the Contractor shall submit a written list of project subs/suppliers, a proposed schedule and concrete mix designs. 12. CLEAN UP All disturbed areas, including,but not limited to, sidewalks, driveways,turf,and curb shall be returned to a condition equal to or superior to that in existence at the start of the project. All construction debris shall be removed and recycled if possible,or disposed of at a licensed landfill. Clean up and disposal of debris is incidental to the work in this contract. Wash out of the concrete mixer is not allowed on site. 13. PROPERTY IRONS Any property irons,which are disturbed by the Contractor's carelessness or out of necessity, shall be replaced at the Contractor's expense. 14. WATER No payment shall be made for water placed on the project. It shall be considered incidental to restoration of the construction areas. Water may be obtained from the City for a nominal fee based upon measured use. The City has a water filling station for use by Contractors located west of the Rambling River Center building located at 325 Oak Street. 15. OVERRUNS No quantity overruns shall be paid for without prior authorization by the Parks and Recreation Director. 16. DEMOLITION City will perform demolition of the existing apron. The contractor hired shall prepare base material and pour replacement concrete for the Fire Station#1 apron improvement, located at 21625 Denmark Avenue,Farmington,Minnesota. 17. WARRANTY Warranty for this project shall be one year from the written acceptance of the project by the Owner to the Contractor. This warranty shall cover any defects resulting from suppliers,manufacturing, construction or workmanship. 18. SUBCONTRACTING The City reserves the right to approve all subcontractors. A subcontractor's list shall be provided at the pre-construction conference. The work shall not be further subcontracted to subcontractors not included on the original subcontractor's list without prior written permission from the City. 19. EQUAL OPPORTUNITY COMPLIANCE The City of Farmington is an Equal Opportunity and Affirmative Action employer. The Contractor with the City is required to follow and conform to all Federal, State and Local laws as they apply to the Contractor's responsibility to 6 insure compliance with the Equal Opportunity and Affirmative Action employment requirements may lead to Contractor sanctions. 20. SUBMISSION OF QUOTE Your quote must be submitted on or before the deadline in a sealed envelope with the following title on it: "2018 Fire Station#1 Concrete Apron Improvement Project" Written quotes should be submitted to the following Parks and Recreation Department staff person: Randy Distad Farmington Parks&Recreation Department 430 Third Street Farmington,MN 55024 Electronic quotes may be submitted on or before the deadline,but must contain in the subject line the following title: "2018 Fire Station#1 Concrete Apron Improvement Project". Electronic quotes should be sent to the following email address: Email: rdistad(a�ci.farmington.mn.us 21.OPENING QUOTES The city will not be doing a formal bid opening. Instead contractors who submit bids will be contacted via email with the results of the quotes submitted. All contractors submitting bids shall receive via email a copy of the tabulation form showing the quotes received by the city. 22.INSURANCE REQUIREMENTS The contractor's insurance company will waive its right to assert the immunity of the City as a defense to any claims made under said insurance. The contractor shall take out and maintain during the life of the contract, contractor's General Liability&Automobile Insurance,including contractor's Contingent or Protective Insurance to protect the contractor from damage claims arising for operations under this contract,which shall protect him or her and any subcontractor performing work covered by this contract,from claims for damages for personal injury including accidental death under this contract whether such operations by him or herself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of the insured shall be as follows: Worker's Compensation Insurance Coverage B—Employer's liability with limits of not less than: $100,000 Bodily injury by disease per employee $500,000 Bodily injury by disease aggregate $100,000 Bodily injury by accident The contractor and his/her subcontractors, if any,must provide Worker's Compensation Insurance for all employees, in accordance with the statutory requirements of the State of Minnesota, including Coverage B,Employer's liability. Evidence of subcontractor insurance shall be filed with the contractor. Automobile Liability Insurance 1. Minimum limits of liability coverage for passenger vehicles such as car,van or pickup truck,unless it be being used to perform the service. 7 If vehicle is towing equipment or a commercial vehicle, and all other vehicles then liability limits shall be the same as required under#c. General Liability Insurance,below. 2.Required Coverages The contractor and his/her subcontractors,if any, shall maintain insurance to cover liability arising out of the operations,use,or maintenance of all owned,non-owned and hired automobiles. Evidence of subcontractor insurance shall be filed with the contractor. General Liability Insurance Minimum limits of liability shall be as follows: • $2,000,000 Per Occurrence • $2,000,000 Annual Aggregate • $2,000,000 Annual Aggregate applying to Products/Completed Operations Insurance coverages should include the following: • Premises and Operations Bodily Injury and Property Damage • Personal and Advertising Injury • Blanket Contractual • city of Farmington listed as additional insured The contractor shall maintain insurance to cover claims,which may arise from operations under a contract with the city, whether such operations are by contractor or subcontractor or by anyone directly or indirectly employed under this contract. If contractor's work involves working with,or the potential release of, a hazardous substance,then the contractor shall be required to procure double the insurance policy limits of those above. 23. CONTRACT INSURANCE REQUIREMENTS- SUPPLEMENTAL Should your proposal be selected and the city contract with your company,you will be required to submit a Certificate of Liability Insurance policy that will be in compliance with the specifications in the contract.An important requirement of the contract insurance is that the city be listed as"Additional Insured"by being added to your liability policy by endorsement. This endorsement must accompany the certificate and must be provided to the city prior to the contractor beginning any work for the City. It may be mailed via regular U.S.mail to: Mailing address: Randy Distad • City of Farmington 430 Third Street Farmington,MN 55024 or may be emailed to: rdistad@ci.farmington.mn.us End of Section 8 PROJECT SPECIFICATIONS General Requirements 1. Aggregate Base The City will complete initial demolition of the site by removing existing driveway concrete and pavement material. Once the city has completed its demolition work,the existing base material will be examined. If the existing base material is not at least eight(8)inches in depth or is found to be an unsuitable base material,the city will excavate the existing base material and place select granular material up to an elevation that will allow eight inches of Class 5 aggregate material to be placed by the Contractor. It will be up to the Contractor to place the aggregate material and compact it, so the final base elevation of the aggregate material will be at the proper height before the 8 inches of concrete is poured, and so the top of concrete is at an elevation suitable for entrance into the building with vehicles while providing correct drainage away from the overhead doors and building.New aggregate base material shall be MN/DOT Class 5, 100%crushed limestone quarry and it should be placed on top of the granular material. All aggregate base material placed shall be compacted before forms are placed and concrete is poured. If the aggregate material is not needed,this cost will be deducted from the final project invoice. 2. Concrete Material A. Scope MN/DOT has developed a program for the quality control of concrete production under a Certification program for ready-mix concrete plants. It shall be the Contractors responsibility to make certain that a certified ready-mix plant will produce all ready-mix concrete being used on this Contract. The Contractor shall obtain all of the ready-mix concrete used on this contract from a certified concrete plant capable of meeting all of the pertinent requirements of MN/DOT Standard Specifications 1604 and 2461 (2016 Edition). Concrete shall be mix number 3F52 unless otherwise approved by the Parks and Recreation Director. B. Compliance Requirements Each individual truckload of ready-mixed concrete used by the Contractor or any sub-contractor on this Contract shall,at the time of delivery,be accompanied by a signed Certificate of Compliance from the producer. Each Certificate of Compliance shall include: a. Name of the ready-mix concrete plant b. Name of the Contractor c. Date d. Time concrete was batched/discharged e. Truck Number f. Quantity of concrete in this load g. Running total quantity if this concrete mix batched on this day for this project h. Type of concrete(MN/DOT Mix Designation Number) i. Cement brand j. Fly ash brand k. Admixture brand 1. Pit number for each aggregate source m.Admixture quantity per 100 wt. and/or oz./cy. for: Air-entraining admixtures Water reducing admixtures Other admixtures n. Design weights per cubic yard: Cement Fly ash Each coarse aggregate fraction(3/4+)and(3/4-) 9 Fine aggregate(sand) Design water weight o. Actual batched weights for: Cement Fly ash Each coarse aggregate fraction(3/4+)and(3/4-) Fine aggregate(sand) Actual water added Any trim water added Total water p. The ticket shall also include the following information printed with enough room beside each item to allow the field inspector to record the appropriate test results, air content, air temperature, concrete temperature, slump,cylinder number, and location/part of structure. Items k, 1,m,n and p need only be provided on the first certification day per mix design or when one of these items changes. 3. Construction Requirements: A. Project Dimensions From the building,the concrete apron being constructed measures 31 feet in length by 60 feet in width by 8 inches deep. The concrete pad for garbage containers will be constructed at a dimension of 4 feet wide by 8 feet long by 4 inches thick. The concrete pad will be located adjacent to the southwest corner of the concrete apron and will abut an existing bituminous drive that leads to the concrete apron.A diagram is attached showing the location of the concrete apron and pad. B. Foundation Preparations The base foundation of the concrete apron shall be shaped and compacted to a firm,uniform bearing surface, conforming to the planned section and established grade. Class 5 as specified and where required, shall be furnished,placed and compacted thoroughly to the required depth of 8 inches. The contractor will need to excavate the existing material for the 4 foot by 8 foot by 4 inch thick concrete pad and then will place six inches of Class 5 material and compact it. The pad should be constructed so the surface of the pad is at existing grade and matches with the abutting bituminous drive surface. The slope of the pad should be no more than a 1% slope in any direction, so any water collected on the pad adequately drains off of the pad. C. Forms: Forms shall be made of wood or metal, coated on the contact face with form treating material,and in a condition which will allow proper finishing and subsequent form removal. The form height shall be at least that of the planned walk thickness. D. Curb boxes and other fixed objects: Curb boxes or any other fixed objects,which occur in the apron,must have a Ford A-1 casting over them prior to placement of concrete driveway. E. Reinforcement: Rebar reinforcement for the concrete apron shall conform to the Standard Specification for Rebar for Concrete Reinforcement of ASTM A615/A615M: Deformed and plain carbon-steel bars for concrete reinforcement. Minimum lap on all rebar splices shall be 18". #4 rebar shall be placed in a 16 inch by 16 inch grid. The bottom of the grid shall be located vertically within the slab 2 inches from the bottom,or 6 inches from the top. In areas where the rebar would be located parallel to,and directly below any panel line,the rebar shall be offset to provide one inch of clearance horizontally from the panel line. A clearance between the outside edge of the slab and any rebar should be maintained at a distance of at least 2 inches. 10 No reinforcement is required for the concrete pad that will be poured for garbage containers. E. Concrete: 1. Placing and finishing concrete • The foundation and forms shall be thoroughly wetted immediately prior to the placing of the concrete. • Minimum thickness of concrete driveway shall be eight(8) inches. • The concrete shall be placed, consolidated to fill all voids,struck off to the required grade and floated smooth. The grade should match from the top of the existing concrete of the building to the pavement along Denmark Avenue.After the water sheen has disappeared,the joints shall be edged and the surface lightly brushed to a uniform texture. • The surface will not vary more than 3/16 inch from a ten-foot straight edge, and then formed concrete shall be within %2 inch of the required location. • Forms shall remain in place for a minimum of 12 hours after placing the concrete therein unless earlier removal is authorized by the Parks and Recreation Director. • The City may utilize an independent testing company to take samples of and perform the required testing of the concrete. Tests shall include slump tests, air entrainment tests and cylinders in sets of three. Any tests that fail shall be paid for by the Contractor. • Concrete will be unacceptable if pitted by rain,pop outs, spalling, other surface deterioration or structural failure occurs within the warranty period. 2. Joint Compaction • The driveway shall be divided into panels of uniform size, outlined with contraction or expansion joints as required by the plans. The panels shall be square where practical and generally have not more than 25 square feet of area. • Joints shall be vertical and straight, and be parallel with or at right angles to the driveway centerline where possible. The joints shall align with like joints in adjoining work unless the work is isolated by%2 inch preformed joint filler. • All joints and edges of the driveway shall be rounded with a 1/4 inch radius-edging tool. • Contraction joints shall extend to at least 1/3 the walk thickness and shall be approximately 1/8 inch wide. • Provide full depth expansion joints using preformed board material against fixed objects. The Parks and Recreation Director may order expansion material placed at other locations as determined in the field. • Joint construction at locations where a fixed object or structure extends through the driveway shall be modified to the extent deemed necessary by the Parks and Recreation Director. One-half inch preformed joint filler material shall be placed adjacent to all fixed objects,between separate poured concrete slabs, so as to separate them from the abutting concrete edges. • The Contractor shall use extra care in spacing of joints near buildings,corners and changes in direction,to achieve uniformity in the panels. Odd sized panels shall be unacceptable 3. Concrete Curing and Protections After the fmishing operations have been completed and as soon as the set of the concrete permits, the concrete shall be cured for a minimum period of 72 hours. The curing shall be in accordance with one of the methods prescribed herein. Where side forms are used,the edges shall receive the curing media within 30 minutes after removal of the forms. During cold weather,the Contractor shall protect the concrete from frost damage prior to and throughout the duration of the cure. After October 1, only the blanket curing or extreme service methods of curing shall be permitted. With the blanket method, after being cured the prescribed minimum period of 72 hours,the concrete shall be treated with two applications totaling 0.06 gallons per square yard of concrete 11 treating oil applied over all concrete surfaces that will remain exposed in the completed work. The concrete shall be clean and dry when the treating oil is applied. Two applications shall be done. The first application shall be done immediately and the second application shall be done within 8 hours of the first application or in the morning following the first coat. • Blanket Curing Method. The concrete shall be covered with waterproof paper of plastic sheeting as soon as possible(without marring the surface)after completion of the finishing operations. The curing blankets shall be in such condition and be utilized in such manner as to envelop the exposed concrete and prevent loss of water vapor. • Membrane and Extreme Service Membrane Curing Method. All surfaces exposed to air at the time of cure shall be coated with membrane curing compound immediately after finishing the concrete surfaces. The compound shall be applied by an approved airless spraying machine at the rate of one gallon of compound per 150 square feet of surface curing area per application. As conditions for approval,the spraying machine shall have as essential elements: a recirculating bypass system which provides for continuous agitation of the reservoir material; separate hose and nozzle filter; and a multiple or adjustable nozzle system that will provide for variable spray patterns. Before application,the curing compound as received in the shipping container shall be agitated until a homogeneous mixture is obtained. Application shall be such that a uniform coating is obtained. Any areas that,by visual inspection,appear to have received too light a coating shall be re-sprayed immediately. Also, should the membrane film become damaged at any time within the required curing period,the damaged areas shall be repaired immediately by re-spraying. Wherever the initial or corrective spraying is such as to result in unsatisfactory curing,the Park and Recreation Director may require use of the Blanket Curing Method at no additional compensation. F. Restoration Following removal of the forms, any disturbed areas adjacent to the work,which need to be backfilled, shall be backfilled by the City.Any surplus excavated materials not used in the backfilling along the edges of the concrete shall be disposed of by the City. 4.Method of Measurement: A. Concrete Concrete shall be measured by the cubic yard incorporated into the project. No measurement will be made for excess material delivered to the site that has not been incorporated into the project. 5.Basis of Payment Concrete shall be paid for by the cubic yard and shall be considered full compensation for all labor and materials necessary for construction including but not limited to: saw cutting,root cutting,removal and disposal of waste concrete,foundation preparation, sub-base material, detail specified concrete thickness, expansion joint material,and curing compound. No payment will be made for excess material delivered to the site that has not been incorporated into the project. End of Section 12 ir F' e Station #1 ,-rikaopi;;:k . ... 1 -,, 's..7-->.) ..., * „. 4'. .1',„. t ( „ g J h $NAz' x Z. �* , ,,,,-,_, ,_ ,,,,,... .-c.,-..: , - , , ------ , „Ilbor 11"7-7. , ,t s > « `}' / 'tytt, y ° �'p c' c is , 1 fYCl'liLl !e' �r �' 1 9 a n s �} rot � R€ 1 S . I . A: 4 L__ ____ a1 ✓+n. 4 2 'v .a_ • I ::':-% �.. .nom, -s,. 's .z-' ` 1: w December 22, 2017 1:2 , 400 0 112.5 225 450 ft 0 30 60 120 m Property Information >claimer.Map and parcel data are believed to be accurate,but accuracy is not guaranteed. This is not a legal document and should not be substituted for a title search,appraisal,survey,or for zoning verification. Fire Station #1 Project Location Map �, F, - ill1111111) ._ .. ._._..._.. , •14 , ,r,,, , .,. ,, k .. _ _____ 4i;erg 4 eri..4_,,,,-;,,,, ,!-.!-X i. -iiirr,— , . , ... , .4 ..t 44 1....-.1,4 r� `i s � f _ r?. n,'4jy p"` t, -' ,, tl .s orf ; z b , '' ' '''W:"''''M',"'...7,,,,:',f':'-i.13PrAt;;',‹-t,r.,..,'.-' ,,,=. ,' ' ''''4:44‘4'i 4 4 '' ''' il g , A '44.%""'''',zs"”41,0' � -***,e'-4'. :tat' t,,,,,,,,t,-.;-*,,,' ** a ,,n�A 'ie g� ' �- ,,**,94,49 kaF - r r - w ii f �.x .w= 1 ,„.,--- , 1 ''''' , .a March 1, 2018 1:2,400 0 112.5 225 450 ft I I 1 0 30 60 120m Property Information ILt claimer:Map and parcel data are believed to be accurate,but accuracy is not guaranteed. This is not a legal document and should not be substituted for a title search,appraisal,survey,or for zoning verification. o�FaR'�i , City of Farmington 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 ' r.A'ROW" ;,: www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Justin R. Elvestad, Fire Chief SUBJECT: 2019 Fire Engine Purchase DATE: April 16, 2018 INTRODUCTION In 2013, the Fire Department apparatus committee met with city council and presented a replacement plan for the fire department's apparatus. A capital improvement plan(CIP)was developed and funding began. The final year of funding for the fire department's CIP is in 2019. The city master vehicle CIP takes effect in 2020. In 2016 the apparatus committee began researching different manufacturers for the replacement of the department's 1990 Ford L8000 water tender known as Tender 2 housed at Fire Station 2. The committee traveled to Ferrara Fire Apparatus in Holden, LA, Seagrave Fire Apparatus in Clintonville, WI and Pierce Manufacturing in Appleton, WI. The committee decided to continue using Pierce Manufacturing. We currently have two Pierce fire engines in our fleet, Engine 1 (2001) and Engine 22(2013). Pierce has a reputation of excellent quality, added safety features, and outstanding customer service with MacQueen Emergency Group located in Apple Valley. DISCUSSION The manufacturer has notified us of a 3%price increase starting May 1, 2018 due to increasing steel prices. In 2013,we purchased a fire engine through Houston-Galveston Area Council(HGAC). HGAC is similar to the Minnesota Cooperative Purchasing Venture. The trucks are bid out on a two year contract and meet state requirements of equipment bidding. The tender being replaced has a two person cab, holds 1,800 gallons of water and has a 350 GPM pump. The replacement truck will be an engine with a six person cab, 1,000 gallon water tank, and a 1,500 GPM pump. With the addition of this new engine both fire stations will have two engines. The new engine will be very similar to our 2013 engine(22). MacQueen Emergency Group has offered $15,000 trade value for our 1990 Ford L8000. The trade price will offset the purchase price of the new engine. Due to the complexity of custom building a fire engine we have added a 3% cost for any change orders that may arise during the build process. If no changes are made we will not be charged the additional 3%. The cost of the 2019 Pierce Impel PUC Pumper is $735,875,with the price of the trade,the HGAC discount, and 75%prepayment discount the total cost of the Engine is $712,024. 2019 Impel PUC Pumper $735,875 +HGAC Fee $2,000 -HGAC Discount $6,229 - Chassis Prepayment Discount. $10,094 -75% Prepayment Discount $15,121 -Trade Value of Current Tender $15,000 +3% Build Process Change Orders . $20,663 Total Cost with Discounts $712,024 Our fleet mechanics have reviewed the specifications and are not recommending any changes. In addition to the new engine, the truck committee has identified an additional$109,980.04 in equipment to be placed on the truck. Some of the equipment will be purchased through different vendors and will be installed by MacQueen Emergency Group prior to delivery. The list of equipment is attached for your review. BUDGET IMPACT The original budgeted amount for 2019 was $870,000. Funds for this purchase have been being collected through both tax levy dollars and local government aid dollars since 2013. The funds that are currently available in 2018(approximately$660,000)will cover the 75%prepayment and the equipment costs. Travel expense of six committee members to visit the factory during the build process will be paid for out of operating line items. The remainder of the cost due will continue to be collected in 2018 and 2019 through both the tax levy and local government aid dollars. The separate fire department vehicle CIP will be retired with this vehicle purchase and the department needs will be rolled into the city wide vehicle CIP. ACTION REQUESTED Authorize the purchase of a 2019 Pierce Impel PUC Pumper for$712,024 with a 75%prepayment and trade of the 1990 Ford L8000 Tender.Also approval of the additional equipment in the amount of$109,980.04. These funds will be paid out of the fire capital equipment fund. ATTACHMENTS: Type Description ❑ Backup Material Proposal ❑ Backup Material Option List ❑ Backup Material Detailed Specification ❑ Backup Material Purchase Agreement ❑ Backup Material HGAC Worksheet ❑ Backup Material Drawing ❑ Backup Material Equipment List /AMACQUEEN P&21ce. EMERGENCY GROUP Date: April 10, 2018 Customer: Farmington Fire Department Description: One (1) 2019 Pierce ImpelTM PUCTM Pumper HGAC Price Breakdown: 2019 ImpelTM PUCTM Pumper $ 735,875 HGAC Fee $ 2,000 HGAC Discount $ 6,299 Chassis Prepayment Discount $ 10,094 75% Prepayment Interest Discount $ 15,121 Trade Value for Current Tender $ 15,000 Added 3% For Build Process Changes $ 20,663 Unit Total w/Discounts $ 712,024 Payment Details: Full Payment 15 Days after Contract Main Unit Features: • Impel 7000 Cab-5 Seats- Hands Free Air Pack Brackets • E-Coated Frame Rails-Standard Rust Inhibitor • 22" Bumper Extension w/Tray • Cummins ISL 9 450 HP Engine-3000 Series Transmission • Pierce Husky 3 Foam System-3 GPM System-5 Foam Compatible Discharges • Pierce Hercules CAFS System • Command Zone III Electronics-Touch Screen -Hand Held Device Connection • Aluminum Length Body- 1000 Gallon Water 30 Foam • Pierce 1500 Puc Pump-Crosslays-Cold Climate Package • Whelen MSeries Lighting Package-With new Freedom IV Light Bars • Federal Q2B Mechanical Siren • 6KW Smart Power Generator (Provided and Installed by Dealer) • Three Customer Visits to Factory during build process • Parts and Labor For Installation of Equipment is Include in the price shown above This price quote is good until 5/1/18 Part of the MacQueen Equipment Group W www.macqueengroup.com Piece. Proposal Option List 4/9/2018 Customer: Farmington, City of Bid Number: 886 Representative Soland,Thomas Job Number: Organization: MacQueen Emergency Group Number of Units: 1 Requirements Manager: Bid Date: 03-31-2017 Description: Farmington Fire Dept. Stock Number: Body: Pumper, PUC,Aluminum Price Level: 37(Current: 37) Chassis: Impel Chassis, PUC,2010 Line Option Type Option Description Qty 1 0659545 PUC Pumper Boiler Plates 1 Fire Department/Customer-Farmington Fire Dept. Operating/In conjunction W-Service Center-In Conjunction Miles-75 Miles Number of Fire Dept/Municipalities-2 Bidder/Sales Organization-MacQueen Emergency Group Delivery-Delivery representative Dealership/Sales Organization,Service-MacQueen Emergency Group 2 0661794 Single Source Compliance 1 3 0584456 Manufacture Location,Appleton,Wisconsin 1 4 0584452 RFP Location: Appleton,Wisconsin 1 5 0588609 Vehicle Destination, US 1 6 0610784 Comply NFPA 1901 Changes Effective Jan 1, 2016,With Exceptions 1 7 0533347 Pumper/Pumper with Aerial Device Fire Apparatus 1 8 0588611 Vehicle Certification, Pumper 1 9 0661778 Agency,Apparatus Certification, Pumper/Tanker, U.L. 1 10 0620362 Consortium, HGAC 1 11 0537375 Unit of Measure, US Gallons 1 12 0529326 Bid Bond, 10%, Pierce Built Chassis 1 13 0540326 Performance Bond, Not Requested 1 14 0000007 Approval Drawing 1 15 0002928 Electrical Diagrams 1 16 0597573 Impel Chassis, PUC, 2010 1 17 0000110 Wheelbase 1 Wheelbase-190.00 18 0000070 GVW Rating 1 GVW rating-53,800 19 0000203 Frame Rails, 13.38 x 3.50 x.375, Qtm/AXT/ImpNel/DCF 1 20 0020018 Frame Liner Not Req'd 1 21 0508849 Axle, Front,Oshkosh TAK-4, Non Drive,22,800 lb, ImpNel 1 22 0010427 Suspension, Front TAK-4, 22,800 Ib, Qtm/AXT/ImpNel/DCF/Enf 1 23 0087572 Shock Absorbers, KONI,TAK-4, Qtm/AXT/ImpNel/DCF/Enf 1 24 0000322 Oil Seals, Front Axle 1 25 0594821 Tires, Front,Goodyear, G296 MSA,425/65R22.50, 20 ply 1 26 0019611 Wheels, Front,Alcoa,22.50"x 12.25",Aluminum, Hub Pilot 1 27 0530467 Axle, Rear, Meritor RS30-185, 31,000 Ib, ImpNel/Dash CF 1 28 0544253 Top Speed of Vehicle,68 MPH 1 29 0122074 Suspen, Rear,Standens,Spring, 31,000 Ib, ImpNel/Dash CF 1 30 0000485 Oil Seals, Rear Axle 1 31 0644805 Tires, Rear,Goodyear, Regional RHD II HCT, 315/80R22.50, Single, Fire Sery 1 Load 32 0019668 Wheels, Rear,Alcoa, 22.50"x 9.00",Aluminum, Hub Pilot, Single 1 33 0568081 Tire Balancing, Counteract Beads 1 34 0620570 Tire Pressure Monitoring, RealWheels,AirSecure,Valve Cap,Single Axle 1 Qty,Tire Pressure Ind-6 35 0003245 Axle Hub Covers w/center hole, S/S, Front Axle 1 36 0001960 Axle Hub Covers, Rear, S/S, High Hat(Pair) 1 37 0057936 Covers, Lug Nut,Chrome 1 38 0002045 Mud Flaps,w/logo front&rear 1 39 0617577 Chocks,Wheel,Worden HWG-SB, Super Gripper 1 Qty, Pair-01 4/9/2018 10:34 AM Bid#: 886 Page 1 Line Option Type Option Description Qty 40 0646364 Mounting Brackets, Chocks,Worden Safety, Model U815T 1 Location,Wheel chock-In Front of the Rear axle on the drivers side Qty, Pair-01 41 0010670 ABS Wabco Brake System,Single rear axle 1 42 0030185 Brakes, Knorr/Bendix 17", Disc, Front,TAK-4 1 43 0000740 Brakes, Meritor, Cam, Rear, 16.50 x 8.63" 1 44 0020784 Air Compressor, Brake,Cummins/Wabco 18.7 CFM 1 45 0000786 Brake Reservoirs, Four 1 46 0568012 Air Dryer,Wabco System Saver 1200, Heater, 2010 1 47 0000790 Brake Lines, Nylon 1 48 0020851 Not Required,Air Inlet 1 49 0795323 Engine, Cummins L9,450 hp, 1250 lb-ft,W/OBD, EPA 2017, REPTO, Imp/Vel 1 50 0001244 High Idle w/Electronic Engine,Custom 1 51 0687994 Engine Brake,Jacobs Compression Brake, Cummins Engine 1 Switch, Engine Brake-e)ISC/ISM/ISL9/ISX Hi Med Lo 52 0552334 Clutch, Fan,Air Actuated, Horton Drive Master 1 53 0123135 Air Intake,w/Ember separator, ImpNel 1 54 0794761 Exhaust System,4",2017 L9 Engine, Horizontal, Right Side 1 55 0787999 Radiator, ImpelNelocity 1 56 0511425 Cooling Hoses, Rubber 1 57 0001125 Fuel Tank, 65 Gallon, Left Side Fill 1 58 0001129 Lines, Fuel 1 59 0595087 DEF Tank,4.5 Gallon, DS Fill, Forward of Rear Axle 1 Door, Material&Finish, DEF Tank-Polished Stainless 60 0552793 Not Required, Fuel Priming Pump 1 61 0582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 1 62 0699437 Cooler, Chassis Fuel, Not Req'd. 1 63 0690880 No Selection Required From This Category 1 64 0642572 Trans,Allison 5th Gen, 3000 EVS P,w/Prognostics, ImpNel/DCF/SFR/Enf 1 65 0625329 Transmission,Shifter,5-Spd, Push Button, 3000 EVS 1 66 0517604 Transmission Programming, Park to Neutral, PUC 1 67 0684459 Transmission Oil Cooler, Modine, External 1 68 0001370 Driveline, Spicer 1710 1 69 0669988 Steering,Sheppard M110 w/Tilt,TAK-4, Eaton Pump,w/Cooler 1 70 0001544 Not Required,Steering Assist Cylinder on Front Axle 1 71 0621843 Steering Wheel, 4 Spoke without Controls, Impel 1 72 0690274 Logo/Emblem, on Dash 1 Text, Row(1)One-Farmington Text, Row(2)Two-Fire- Text, Row(3)Three-Rescue 73 0524744 Bumper,22"Extended, Steel, Painted, ImpNel 1 74 0616482 Tray, Hose,Center,22"Bumper, Outside Air Horns, ImpNel 1 Grating, Bumper extension-Grating, Rubber Capacity, Bumper Tray-21) 150'of 1.75 75 0630813 Cover,Aluminum Treadplate, One(1) D-Ring Latch, Hose Tray 1 Stay arm,Tray Cover-a)Mech Stay Arm 76 0637788 Tray, (1)Hose Right Side of Bumper, Special Capacity 1 Capacity, Hose Tray (2)25FT Rolls of 6in LDH Hose Grating, Bumper extension-Grating, Rubber 77 0633453 Hose Restraint, Bumper Tray,Velcro Straps, Pair 2 Qty, Pair-02 78 0510226 Lift&Tow Package, ImpNel,AXT, Dash CF 1 79 0002270 Tow Hooks, Chrome 1 80 0625602 Coating,Top and Bottom Flange, Front Bumper, Pierce Polyurea, Black 1 81 0668316 Cab, Impel FR,7010 Raised Roof, PUC 1 82 0668309 Engine Tunnel, ISL and DD13, ImpelNelocity FR 1 83 0677478 Rear Wall, Exterior,Cab,Aluminum Treadplate 1 84 0122466 Cab Lift, Elec/Hyd,w/Manual Override, ImpNel 1 85 0123176 Grille, Bright Finished, Front of Cab, ImpelNelocity 1 86 0769753 Emblem,American Flag Painted on Cab Grille,All Custom Chassis 1 4/9/2018 10:34 AM Bid#: 886 Page 2 Line Option Type Option Description Qty 87 0002224 Scuffplates,S/S At Cab Door Jambs,4-Door Cab 1 Material Trim/Scuffplate-c)S/S, Polished 88 0527034 Trim, S/S Band,Across Cab Face, Rect Lights, Impel 1 Material Trim/Scuffplate-c)S/S, Polished Turnsignal Covers-Polished S/S Covers 89 0087357 Molding, Chrome on Side of Cab 1 90 0521669 Mirrors, Retrac,West Coast Style, Htd/Rmt,w/Htd/Rmt Convex 1 91 0667920 Door, Full Height, Impel FR 4-Door Cab, Raised Roof 1 Key Model, Cab Doors-751 92 0655511 Door Panel, Brushed Stainless Steel, ImpelNelocity 4-Door Cab 1 93 0667905 Storage Pockets w/Elastic Cover, Recessed, ImpelNelocity FR 1 94 0667902 Controls, Electric Windows,All Cab Doors, ImpelNelocity FR 1 95 0555485 Steps,4-Door Full Tilt Cab, ImpNel 1 96 0770194 Handrail, Exterior, Knurled,Alum,4-Door Cab 1 97 0697689 Steps, Stirrup, Formed w/Grip Strut,Cab&Crew Cab Doors 1 Light, Step,Additional-P25 LED 98 0509649 Lights, Cab and Crew Cab Access Steps, P25, LED w/Bezel, 1 Lt Per Step 1 99 0002140 Fenders, S/S on Cab 1 100 0603144 Window,Side of C/C, Fixed, Impel 1 101 0552941 Not Required,Trim, Cab Side Windows, Impel 1 102 0012090 Not Required,Windows, Front/Side of raised roof 1 103 0509286 Not Required,Windows Rear of Crew Cab, ImpNel 1 104 0558334 Not Required,Trim, Cab Rear Windows, No Rear Windows 1 105 0664351 Pac Trac, Installed in Cab/Crew Cab 2 Location-DS Cab Rear wall Full Height. PS Cab Rear Wall 50%height Qty,-02 Size-Rear Wall on passenger side 1/2 way up Rear wall on DS full height 106 0664452 Bracket,Air Bottle,Zico, ULLH, Load&Lock 1 Location-PS Out Board Rear wall Pac Trac As high as possible. Qty,-01 107 0663383 Mounting Provisions, 3/16"Alum, Full Engine Tunnel,Vel/Imp 1 Mounting Provision Spacing-1.00" Material Finish,Cab Interior-Painted 108 0657893 Mounting Plate,3/16"Aluminum,Cab Interior 1 Location-Entire angle at raised roof transition. Qty,-01 Size-TBD Mounting Provision Spacing-cover the whole angle in place of windows at the raised roof transition Material Finish, Cab Interior-Painted 109 0796859 Cab Interior,Vinyl, Painted Walls, ImpNel FR, CARE 1 Color, Cab Interior Vinyl/Fabric-a)Silver/Gray Cab Interior Rear Wall Material-Painted Aluminum 110 0667943 Cab Interior, Paint Color, Impel/Velocity FR 1 Color, Cab Interior Paint-i)fire smoke gray 111 0509532 Floor, Rubber Padded Cab&Crew Cab, ImpNel, Dash CF 1 112 0667936 Heater/defroster, Dual Zone Control, ImpelNelocity FR 1 113 0603347 Air Conditioning, Dual Zone Control, ImpelNelocity FR 1 Paint Color,A/C Condenser-Painted by OEM 114 0639675 Sun Visor,Smoked Lexan,AXT, Dash CF, ImpNel,Saber FR/Enforcer 1 Sun Visor Retention-No Retention 115 0543257 Grab Handles, Driver Door Post&Passenger Dash Panel, ImpNel 1 116 0583938 Lights, Engine Compt, Custom,Auto Sw,Win 3SCOCDCR, 3"LED,Trim 1 Qty,-01 117 0122516 Fluid Check Access, ImpNel 1 118 0652475 Map Box, 12 Bins, PS Angled, 30 Deg and Straight 1 Z Size, High- 119 0583042 Side Roll and Frontal Impact Protection 1 120 0622617 Seating Capacity,6 Seats 1 121 0697005 Seat, Driver, Pierce PS6, Premium,Air Ride, High Back,Safety 1 122 0587668 Seat, Officer, Pierce PS6, Base, SCBA,Safety 1 123 0510037 Radio Compartment, Below Officer Seat, ImpNel 1 4/9/2018 10:34 AM Bid#: 886 Page 3 Line Option Type Option Description Qty 124 0122183 Seat, Rear Facing C/C, DS Outboard, Pierce PS6, Premium,SCBA, Safety 1 125 0102783 Not Required,Seat, Rr Facing C/C, Center 1 126 0122186 Seat, Rear Facing C/C, PS Outboard, Pierce PS6, Premium, SCBA,Safety 1 127 0108189 Not Required,Seat, Forward Facing C/C, DS Outboard 1 128 0122744 Seat, Forward Facing C/C,Center, (2)Pierce PS6, Premium, SCBA, Safety 1 129 0108190 Not Required,Seat, Forward Facing C/C, PS Outboard 1 130 0566653 Upholstery,Seats In Cab,Turnout Tuff 1 Color, Cab Interior Vinyl/Fabric-c)Black 131 0543991 Bracket,Air Bottle, Hands-Free II, Cab Seats 5 Qty,-05 132 0603867 Seat Belt, ReadyReach 1 Seat Belt Color-Red 133 0604863 Seat Belt Height Adjustment,6 Seats, Imp/Vel, Dash CF 1 134 0602464 Helmet Storage, Provided by Fire Department, NFPA 2016 1 135 0647647 Lights, Dome, FRP Dual LED 4 Lts 1 Color, Dome Lt-Red&White Color, Dome Lt Bzl-Black Control, Dome Lt White-Door Switches and Lens Switch Control, Dome Lt Color-Lens Switch 136 0631776 Not Required,Overhead Map Lights 1 137 0602637 Portable Hand Light, Provided by Fire Dept, Pumper NFPA 2016 Classification 1 138 0594554 Cab Instruments, Blk Gags, Blk Bez, Impel 2010 1 139 0509511 Air Restriction Indicator, Imp/Vel,AXT, Dash CF, Enf MUX 1 140 0543751 Light, Do Not Move Apparatus 1 Alarm, Do Not Move Truck-Pulsing Alarm 141 0509042 Messages, Open Door/Do Not Move Truck, MUX w/Color Display 1 142 0611681 Switching, Cab, Membrane, Impel/Velocity/Quantum, Dash CF,AXT WiFi MUX 1 Location, Emerg Sw Pnls-Driver's Side Overhead 143 0555915 Wiper Control, 2-Speed with Intermittent, MUX, Impel/Velocity 1 144 0548006 Wiring, Spare, 15 A 12V DC 2nd 2 Qty,-02 12vdc power from-Battery direct Wire termination-15 amp power point plug Location-Officer Side Dash Panel 145 0548004 Wiring, Spare, 15 A 12V DC 1st 1 Qty,-01 12vdc power from-Battery direct Wire termination-Butt Splice Location, Spare Wiring-Officer Dash 146 0548007 Wiring, Spare, 15 A 12V DC 3rd 2 Qty,-02 12vdc power from-Battery direct Wire termination-10-Place Bus Bar w/Cover Location-Behind Driver and Officer seats 147 0560535 Wiring, Spare, 15 A 12V DC 4th 1 Qty,-01 12vdc power from-Battery direct Wire termination-10-Place Bus Bar w/Cover Location-Mounting Plate at the transition of the Raised roof 148 0615214 Vehicle Information Center, LCD On Gauge Clusterw/7"Color 1 Disp,Touchscreen,I mp Location, CZ Display-DS Instrument Panel, Impel Camera System System Of Measurement-US Customary rY 149 0606247 Vehicle Data Recorder w/CZ Display Seat Belt Monitor 1 150 0682830 Antenna Only,GPS, For Standard NMO Mount 1 Location-Run To the officer side dash panel Location,Antenna Cable-console 151 0696439 Antenna Mount, Custom Chassis,Cable Routed to Instrument Panel Area 1 Qty,-01 Location,Antenna Mount-Right Side 152 0615106 Pierce Command Zone,Advanced Electronics&Control System, Impel,WiFi 1 153 0624255 Electrical System, Impel 1 154 0079166 Batteries, (4) Exide Grp 31, 950 CCA ea,Threaded Stud 1 4/9/2018 10:34 AM Bid#: 886 Page 4 Line Option Type Option Description Qty 155 0008621 Battery System,Single Start,All Custom Chassis 1 156 0123174 Battery Compartment, ImpNel 1 157 0531338 Charger, Sngl Sys, Kussmaul, Pump Plus 1200,52-21-1100 1 158 0636813 Location, Charger/Compr, Specify Location, PUC 1 Location-D1 Rear Wall 159 0531403 Location, Battery Charger Indicator, Driver's Seat with Bracket 1 160 0016857 Shoreline,20A 120V, Kussmaul Auto Eject,091-55-20-120, Super 1 Qty,-01 Color, Kussmaul Cover-c)white Shoreline Connection-Battery Charger 161 0026800 Shoreline Location 1 Location, Shoreline(s)-DS Cab Side 162 0647728 Alternator,430 amp, Delco Remy 55S1 1 163 0092582 Load Manager/Sequencer, MUX 1 Enable/Disable Hi-Idle-e)High Idle enable 164 0783153 Headlights, Rect LED,JW Spkr Evo 2,AXT/DCF/Enf/Imp/Sab/Vel 1 Color, Headlight Bez-Chrome Bezel 165 0648425 Light, Directional,Win 600 LED Cmb, Cab Cm, ImpNel/AXT/Qtm/DCF 1 Color, Lens, LED's-m)match LED's 166 0620054 Light, Directional/Marker, Intermediate,Weldon 9186-8580-29 LED 2Its 1 167 0648074 Lights, Clearance/Marker/ID, Front, P25 LED 7 Lts 1 168 0088869 Lights, Clearance/Marker/ID, Rear,Truck-Lite 26250R LED 7Lts 1 169 0517025 Lights,Tail,Wrap-around, Stop/Tail,Turn&Backup LED,Tri-Cluster 1 170 0085910 Lights, Backup Included in Signal Cluster 1 171 0664481 Bracket, License Plate&Light, P25 LED 1 172 0589905 Alarm, Back-up Warning, PRECO 1040 1 173 0769569 Lights, Perimeter Cab,Amdor AY-LB-12HW012 LED 4Dr 1 Z location- 174 0769559 Lights, Perimeter Pump House,Amdor AY-LB-12HW012 LED 2lts 1 175 0769560 Lights, Perimeter Body,Amdor AY-LB-12HW012 LED 2lts, Rear Step 1 Control, Perimeter Lts-Parking Brake Applied 176 0556337 Lights, Step, P25 LED at Rear Tailboard, 2lts Perm Lts 1 177 0776383 Light,Win, 12V P*H2*Pioneer LED, 1st 2 Location, Lights-DS Cab High and Centered DS Body High and Centered Qty,-02 Color,Win Lt Housing-White Paint Control,Scene Lts-Cab Sw Panel DS and Cab Sw Panel PS Scene Light Optics-Flood Mount,Win-Semi-recessed Chrome 15 deg P**2 178 0776373 Light,Win, 12V P*H2*Pioneer LED,2nd 2 Location, Lights-PS Cab High and Center PS body High and center Qty,-02 Color,Win Lt Housing-White Paint Control, Scene Lts-Cab Sw Panel DS and Cab Sw Panel PS Scene Light Optics-Flood Mount,Win-Semi-recessed Chrome 15 deg P**2 179 0776357 Light,Visor,Win, 12V P*H2*Pioneer, Cnt Feature, 1st 1 Qty,-01 Location,driver's/passenger's/center-centered Color,Win Lt Housing-White Paint Control, Scene Lts-Cab Sw Panel DS Scene Light Optics-Flood/Spot 180 0532358 Not Required, Deck Lights,Other Hose Bed&Rear Lighting 1 181 0645877 Lights, Hose Bed, Sides, Dual LED Light Strips 1 Control, Hose Bed Lts-Cup Switch At Rear 182 0645685 Lights, Rear Scene,Win, M6ZC LED, M6P15C 15 Deg Brkt,42"-54"High 1 Control, Rear Scene Lts-Cab Switch Panel DS 183 0709438 Light,Walking Surface, FRP Flood, LED 1 184 0518282 Pumper, PUC,Aluminum 1 185 0554271 Body Skirt Height,20" 1 186 0682616 Tank,Water, 1000 Gallon, Poly,67 LHB, PUC 1 187 0003405 Overflow,4.00"Water Tank, Poly 1 4/9/2018 10:34 AM Bid#: 886 Page 5 Line Option Type Option Description Qty 188 0028104 Foam Cell Required 1 189 0633066 Sleeve through Tank 1 Qty, Sleeve-1 Water Tank Sleeve-Plumbing/Hydraulic Diameter-3"Plumbing 190 0553725 Restraint,Water Tank, Heavy Duty, Special Type Tank,4x4, or Export 1 191 0003429 Not Required, Direct Tank Fill 1 192 0003424 Not Required, Dump Valve 1 193 0048710 Not Required,Jet Assist 1 194 0030007 Not Required, Dump Valve Chute 1 195 0514778 Not Required, Switch,Tank Dump Master 1 196 0597043 Body Height, PUC 1 Body Height-92.00" 197 0683290 Hose Bed,Aluminum, Pumper, PUC,67 LHB 1 198 0627877 Hose Bed Capacity, 1000'of 5.00", 1000'of 3.00" 1 199 0003488 Divider, Hose Bed, Unpainted 2 Qty, Hosebed Dividers-2 200 0023469 Compt, (2)Backboards,Vertical in Hose Bed 1 Location, Backboard Comp-Driver's Side Size, Backboard-TBD 201 0609165 Compt, Hose Bed, Enclosed 1 Location-DS Hosebed For Stokes Basket Size-TBD Door, Material&Finish,Storage-Aluminum Treaplate Latch, Door, Storage-"D" Handle Latch Hinge, Location-Left Side Material,Top of Hose Bed Compartment-Grating 202 0530804 Cover, Hose Bed,Alum Treadplate 1 203 0665193 Flap, Rear of Alum Hose Bed Cover,One Piece,Vinyl 1 Color,Vinyl Cover-i)blue 204 0525658 Running Boards, PUC 1 205 0685333 Tailboard, 16"Deep, Full Width, PUC 1 206 0690029 Wall, Rear, Body Material, PUC, PUC Tanker, PRM 1 207 0003531 Tow Bar, Under Tailboard 1 208 0793858 SP Mounting,Traffic Cones, Post/Fin Style,Tailboard 1 Location-PS Tailboard Size-TBD 209 0656764 Construction,Compt,Alum, Pumper, PUC 1 210 0503804 DS 189"Rollup, (1)62"Fwd, (1)52"Rr, Full Height&Depth Front&Rear, PUC 1 211 0503803 PS 189"Rollup, (1)62"Fwd, (1)52"Rr, Full Height&Depth Front&Rear, PUC 1 212 0692733 Doors, Rollup, Gortite, Side Compartments 6 Qty, Door Accessory-06 Color, Roll-up Door, Gortite-Satin finish Latch, Roll-up Door,Gortite-Non-Locking Liftbar 213 0599445 Rear-Rollup Dr/33.50"FF,w/Tailboard, PUC 1 214 0692743 Door,Gortite, Rollup, Rear Compartment, PUC 1 Color, Roll-up Door, Gortite-Satin finish Latch, Roll-up Door, Gortite-Non-Locking Liftbar 215 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker 7 Qty,-07 Location, Compartment Lights-All Body Compts 216 0515679 189"Hatch, (2)Lift-up,21"Wide, Both Sides, PUC 1 Size, Hatch Compt, Height-22.00" 217 0688124 Lights, Hatch Compt, LED Strip Light, 189", Both Sides 1 218 0687145 Shelf Tracks, Recessed, PUC/3rd Generation 1 219 0600350 Shelves,Adj, 500 lb Capacity, Full Width/Depth, Predefined Locations 8 Qty, Shelf-08 Material Finish, Shelf-Painted-Spatter Gray Location,Shelves/Trays, Predefined-.Location To Be Determined 220 0709689 Tray, 500 lb Slide-out,2"Sides-Adj. Height, Predefined Locations 1 Qty,Tray(slide-out)-01 Location, Shelves/Trays, Predefined-P1-Lower Third Material Finish,Tray-Painted-Spatter Gray 4/9/2018 10:34 AM Bid#: 886 Page 6 Line Option Type Option Description Qty 221 0709692 Tray,215 Ib,Tilt/Slide-Out,30 Deg,Adj, Predefined Locations 1 Qty,Tray(slide-out)-01 Location,Shelves/Trays, Predefined-P2-Centered Floor to Ceiling Material Finish,Tray-Painted-Spatter Gray 222 0667235 Cable, Single Hand Operation,Tilt/Slide Out, Utility Trays 2 Location-P1 and P2 Qty,Tray(slide-out)-02 223 0647042 Tray, Floor Mounted, Slide-Out,w/Side Slides, 2001b, 2.00"Sides,3G 1 Qty,-01 location-P3 For Floor Dry Box Material-paint to match compt interior 224 0647091 Tray, Floor Mounted, Slide-Out,5001b,2.00"Sides 1 Qty,-01 Location,Tray Slide-Out, Floor Mounted-D1 Material Finish,Tray-Painted-Spatter Gray 225 0595085 Toolboard, Swing-out,Alum, .188", Pac Trac 1 location-D2 Qty-1 Location, Pivot-Back Mounting,Toolboard-Adjustable Frt-back 226 0548965 Toolboard, Slide-out, Pac Trac 2 location-P3 Qty-2 Mounting,Toolboard-Adjustable side-side 227 0554385 Box, Poly Tool, Spc1 Size 1 Location-P3 Floor(For Floor Dry) Qty, Comp.Accessory-01 Size-28X20X18 Color- 1)black 228 0558502 Drawer Assembly,CTECH, Four Drawers, Up To 36"Wide 1 Location-D3 Below Transition. Qty,-01 Size, Drawer Height 1 (Top)-6.25" Size, Drawer Height 2-6.75" Size, Drawer Height 3-6.75" Size, Drawer Height 4- 10.75" 229 0603780 Equipment Storage Module,Angled Front, (2)Liftup Doors 1 Location-D1 Qty,-01 Dimensions-TBD Door, Material&Finish,Storage-Smooth Aluminum Latch, Door, Storage-Grab Handle/Gas Strut 230 0027096 Rack,Air Bags inside Compt, Each 5 Location-P1 Qty,Comp.Accessory-05 Size-28"Wide 2"Tall by the depth of the compartment 231 0063064 Rub Rail,Aluminum Extruded, Side of Body,3rd Gen Body 1 232 0515441 Fender Crowns, Rear,S/S,W/Removable Fender Liner, Pumper,3rd Gen 1 233 0000000 STF Hose, Hard Suction, 5.0" 10'Section Kochek 1 Qty, Hard Suction Hose-1 234 0528089 Troughs, Hard Suction, In 21"Hatch Compartment, PUC 1 Location,driver's/passenger's/center-driver's Door, Material&Finish,Storage-Aluminum Treaplate Latch, Door, Storage-"D"Handle Latch Qty-1 235 0527021 Handrails Located @ Front Body 1 236 0664688 Handrails, Rear, PUC 1 237 0000941 No Rear Hose Bed Handrail Required 1 238 0657522 Compt,Air Bottle,Triple, Fender Panel 2 Qty,Air Bottle Comp-2 Door Finish, Fender Compt-Polished Location, Fender Compt-Triple-PS Fwd and Triple-PS Rear Latch,Air Bottle Compt-Southco C2, Chrome, Non-Locking 4/9/2018 10:34 AM Bid#: 886 Page 7 Line Option Type Option Description Qty 238 Insert,Air Bottle Compt-Rubber Matting 239 0657651 Compt,Air Bottle, Double, Full Width Door, Fender Panel 2 Qty,Air Bottle Comp-2 Door Finish, Fender Compt-Polished Location, Fender Compt-Double-DS Fwd and Double-DS Rear Latch,Air Bottle Compt-Southco C2, Chrome, Non-Locking Insert,Air Bottle Compt-Rubber Matting 240 0602948 Ladder, Extension, Provided by Dealer, Pumper/Pumper w/Aerial Device, NFPA 1 2016 Qty,-1 Ext Ladder, Make/Model-24' Duo-Safety 900-A 240 0000000 STF Ladder, 16'Duo-Safety 875A Roof 1 Qty,-1 241 0638384 Rack, Ladders, in PS Full Depth Body, PUC 1 Door, Material&Finish, Ladder Storage-c)smooth aluminum Latch, Door Ladder Storage-D-Handle latch 242 0552065 Enclosure, Step Ladder Storage in Hose Bed, Polished S/S,Tapered 1 Location-DS Hose bed at Transition Fill in Blank-17 Ft Little Giant Ladder 243 0602898 Ladder, 10'Duo-Safety Folding 585A,w/Mtg,Prov by Dealer,Pumper NFPA 2016 1 Class Location, Folding Ladder-Ladder Compartment 243 0000000 STF Ladder, Little Giant, Revolution XE-Model 17, 12017 1 Location-Enclosure Right side hose bed 244 0602690 Pike Pole, Pumper, Provided by Dealer, NFPA 2016 1 Pike Pole Make/Model-Duo-Safety 8'Pike Pole 245 0602868 Pike Pole,6', Pumper, Provided by Dealer, NFPA 2016 1 Pike Pole Make/Model-Duo-Safety 6'Pike Pole 246 0539402 Compt, Pike Poles/Fld Ldr In Upper Bdy(1)DS, Long Storage(1)PS, Sm Alum, 1 PUC 247 0058193 Tubes,Alum, Pike Pole Storage, Spcl Notch, NY PP Head 3 Location-Above Crossley Compartment Puc Qty, Pike Pole Tubes-03 248 0521734 No Steps Required, Front Of Body, PUC 1 249 0794171 Ladder,Top Access,Alum, Rear, PUC, Opposite Ladder Storage 1 250 0515695 Pump, Pierce, 1500 GPM,Single Stage, PUC 1 251 0515822 Seal, Mechanical, Silicon Carbide, PUC Pump 1 252 0515705 Gear Case, Pierce Pump, REPTO-Clutch Drive 1 253 0521309 Pumping Mode, Pump and Roll/Stationary, Basic, PUC 1 254 0515829 Pump Shift, Sure-Shift 1 255 0515833 Transmission Lock-up, Not Req'd, Park to Neutral, Pump, PUC 1 256 0515835 Auxiliary Cooling System, PUC 1 257 0014486 Not Required,Transfer Valve,Stage Pump 1 258 0777650 Valve, Relief Intake,Akron,w/Pressure Features 1 Pressure Setting-125 psig 259 0515838 Controller, Pressure, Pierce, PUC 1 260 0072153 Primer,Trident,Air Prime,Air Operated 1 261 0780359 Manuals, Pump, (2)Total, Electronic Copies, Pierce PUC Pump 1 262 0602496 Plumbing,Stainless Steel and Hose, Single Stage Pump, PUC 1 263 0795135 Plumbing,Stainless Steel,w/Foam System 1 264 0517852 Inlets,6.00"-1500 GPM, Pierce PUC Pump 1 265 0004646 Cap, Main Pump Inlet, Long Handle, NST,VLH 1 266 0084610 Valves, Akron 8000 series-All 1 267 0004660 Inlet, Left Side,2.50" 1 268 0029147 Not Required, Inlet, Right Side 1 269 0520002 Valve, Inlet(s)Recessed,Side Cntrl, PUC 1 Qty, Inlets-1 270 0521137 Anode,Zinc, Pair, Pump Inlets, PUC 1 271 0004700 Control, Inlet, at Valve 1 272 0544957 Inlet,4"to 6"Front, 5"S/S Plumbing,w/Bleeder Valve,Saber,AXT, Imp,Vel 1 Inlet,Size-Six Drain, Suction-Swing Handle 273 0014823 Control, Front Inlet, Electric,w/Indicator Lights 1 4/9/2018 10:34 AM Bid#: 886 Page 8 Line Option Type Option Description Qty 274 0009620 Intake Relief Valve, Front Inlet 1 275 0004788 Cap, Front Inlet, Long Handle,VLH 1 276 0048644 Swivel, Smooth Chrome,6.00"Front Inlet 1 Inlet Bleeder-Quarter-Turn Bleeder 277 0092569 No Rear Inlet(Large Dia)Requested 1 278 0092696 Not Required, Cap, Rear Inlet 1 279 0064116 No Rear Inlet Actuation Required 1 280 0009648 No Rear Intake Relief Valve Required on Rear Inlet 1 281 0092568 No Rear Auxiliary Inlet Requested 1 282 0563738 Valve, .75"Bleeder,Aux.Side Inlet,Swing Handle 1 283 0520277 Tank to Pump, (1)3.00"Valve,4.00"Plumbing, PUC 1 284 0595508 Outlet,Tank Fill, 1.50", PUC 1 285 0516755 Outlet, Left Side,2.50"(2), PUC 1 286 0651266 Outlet, Right Side,2.50", (1), Electric Akron 9325 Controller, PUC 1 Qty, Discharges-01 287 0651265 Outlet, Right Side,4.00"w/4.00"Valve,Akron 9325 Controller, PUC 1 288 0649939 Outlet, Front, 1.50"w/2.00"Plumbing 1 Fitting, Outlet-1.50"NST with 90 degree swivel Drain, Front Outlet-Automatic Location, Front, Single-in center bumper tray 289 0516777 Outlet, Rear,2.50", (1),Thru Tank, PUC 1 Qty, Discharges-01 Location, Outlet-b)driver's side 290 0516815 Outlet, Rear, 2.50"w/3.00"Pumbing,2.50"Valve,Thru Tank, PUC,Additional 1 Qty, Discharges-01 Location, Outlet-a)passenger's side 291 0085076 Caps for 1.50"to 3.00"Discharge,VLH 1 292 0563739 Valve,0.75"Bleeder, Discharges, Swing Handle 1 293 0055095 Not Required, Elbow, Left Side Outlets,2.50" 1 294 0021134 Not Required, Elbow, Right Side Outlets 1 295 0045091 Elbow, Rear Outlets,45 Degree, 2.50"FNST x 2.50"MNST,VLH 1 296 0536635 Elbow, Rear Outlets,45 Degree,2.50"FNST x 2.50"MNST,VLH, PUC,Additional 1 Qty, Discharges-01 297 0699320 Adapter,4.00"FNST x 5.00"Storz,w/Cap, PUC 1 Qty,-1 298 0653960 Control, Outlets, Swing Handle, Elect PS Outlets Akron 9325 w/Press Disp, PUC 1 299 0516280 Outlet, 3.00"Deluge w/2.50"Valve,w/TFT Extend-a-Gun XG18, PUC 1 300 0770359 No Monitor Requested,Customer/Dealer Furnished and Installed 1 Fill in Blank-Remote Control Monitor to Be Provided by the Dealer 301 0029304 No Nozzle Req'd 1 302 0005070 Deluge Mount, NPT 1 303 0516873 Crosslays, Low Mount, (2) 1.50",Std. Cap,W/Poly Trays, PUC 1 304 0516878 Crosslay, (1)2.50"Std Cap,W/Poly Tray, PUC 1 305 0798620 Not Required, Hose Restraint,w/Door Over Crosslay, PUC 1 306 0692796 Doors,Crosslay, Roll-up Gortite, Each End, Full Height, PUC 1 Color, Roll-up Door, Gortite-Satin finish Latch, Roll-up Door, Gortite-Non-Locking Liftbar 307 0535062 Deadlay(1)No Plumbing, Std Capacity,W/Poly Tray, PUC 1 308 0676021 Foam Sys, Husky 3,Single Agent, PUC, Multi Select Feature 1 Discharge, Foam Locations-Crosslay Lower Rear, Crosslay Lower Front,Crosslay Upper Front and Front Bumper Center Discharge, Foam Locations-Crosslay Lower Rear, Crosslay Lower Front,Crosslay Upper Front and Front Bumper Center 309 0535281 Hercules CAFS, 140 CFM, Hydraulic Drive, PUC 1 Fill in Blank-Same as Foam Amount of Disch.W/Hercules CAFS-4 CAF with a second pump-A second pump 310 0592527 Refill, Foam Tank, Integral, Husky 3 1 311 0617453 Demonstration, Foam System and CAFS,At Pierce 1 Vehicle, Qty,Training, P- 1 vehicle 312 0530519 Foam Cell, 30 Gallon, Not Reducing, PUC 1 Type of Foam-Class"A" 4/9/2018 10:34 AM Bid#: 886 Page 9 Line Option Type Option Description Qty 312 Foam, Brand Name-TBD 313 0697589 Drain, 1.00", Foam Tank#1, Husky 3 Foam System,Quarter Turn 1 314 0091079 Not Required, Foam Tank#2 1 315 0091112 Not Required, Foam Tank#2 Drain 1 316 0515692 Pump Operators Panel,31", Control Zone, PUC 1 317 0032479 Pump Panel Configuration,Control Zone 1 318 0516975 Material, Pump Panels, Operators Brushed Stainless, Sides Brushed Stainless, 1 PUC 319 0516978 Pump and Plumbing Access,Simple Tilt Service, PUC 1 320 0520016 Not Required, Pumphouse Structure, PUC 1 321 0618458 Light, Pump Compt,Win 3SCOCDCR LED White, PUC 1 Qty,-01 322 0516983 Gauges, Engine, Included With Pierce Pressure Controller, PUC 1 323 0005601 Throttle Included w/Pressure Controller 1 324 0549333 Indicators, Engine, Included with Pressure Controller 1 325 0778728 Cold Climate Pkg,w/Gauge Htr, Hot Water Htr,2-Diesel Htrs, Rubber, Level 2,PUC 1 326 0511078 Gauges,4.00"Master,Class 1, 30"-0-600psi 1 327 0511100 Gauge, 2.00"Pressure,Class 1,30"-0-400psi 1 328 0539612 Gauge, Master Pump Flowmeter, FRC, PUC 1 329 0517009 Gauge,Water Level, Pierce, In pressure Controller,w/Mini Slave, PUC 1 Activation,Water Level G-pg)pump in gear 330 0604028 Water Level Gauge, FRC, MaxVision WLA280-A00 Programable Remote Display 2 Location-ds and ps Rear of cab high as possible Qty,-02 Activation,Water Level G-pb)parking brake is applied 331 0517012 Gauge, Foam Level, Pierce, PUC, PP and Mini in Cab 1 Activation, Foam Level Gauge-pump in gear 332 0653081 Light, Pump Operator&Panel, Side Ctrl, PUC,60354C LED Cab&LED OH Chr 1 Cvr 333 0606696 Air Horns, (2)Grover,Stutter Tone, In Bumper 1 334 0606832 Location,Air Horns, Bumper, Left Side, Outside Frame, Same Side(Pos#6&#7) 1 335 0006066 Control,Air Horn, DS&PS Lanyard 1 336 0525667 Siren,Win 295SLSA1, 100 or 200 Watt 1 337 0016133 Location, Electronic Siren,Swivel Mount Centered Overhead 1 338 0076156 Control, Elec Siren, Head Only 1 339 0601304 Speaker, (2)Win, SA315P,w/Pierce Polished Stainless Steel Grille, 100 watt 1 Connection,Speaker-siren head 340 0601559 Location, Speaker, Frt Bumper, Recessed, Each Side, Inside Frame(Pos 3&5) 1 341 0545191 Siren,Auxiliary,Win HOWLER Speaker System 1 Location-TBD 342 0016080 Siren, Federal Q2B 1 343 0006095 Siren, Mechanical, Mounted Above Deckplate 1 Location,Siren, Mech-a)Left 344 0026170 Control, Mech Siren, DS Foot Sw, PS Push Button 1 345 0608616 Lightbar,Win, Freedom IV-Q, 72", RRRRWRROptRRWRRRR 1 Opticom Priority-b)High Opticom Activation-Cab Switch&E-Master Momentary Opticom Activation-DS Switch Filter,Whl Freedom Ltbrs-No Filters 346 0076317 Switch, Additional for clear strobes 1 347 0540451 Light, Front Zone,Win M6*LED, Colored Lens,4lts Q Bezel 1 Color, Lt DS Frnt Outside-DS Front Outside Red Color, Lt PS Frnt Outside-PS Front Outside Red Color, Lt DS Front Inside-r)DS Front Inside Red Color, Lt PS Front Inside-r)PS Front Inside Red 348 0653937 Flasher, Headlight Alternating 1 Headlt flash deactivation-a)w/high beam 349 0540683 Lights, Side Zone Lower,Win M6*LED,Colored Lens 2pr 1 Location, Lights Front Side-c)each side, front cab corner Color, Lt Side Front-Red Color, Lt Side Rear-Red 4/9/2018 10:34 AM Bid#: 886 Page 10 Line Option Type Option Description Qty 349 Location, Lights Rear Side-Over Rear Wheels 350 0540811 Lights, Door Interior Flash,4 Dr Cab,Win M4*C LED, Clear Lens 1 Color, Lights,Warning-c)amber 351 0540773 Lights, Side,Win M9*LED, Colored Lens 2 Location, Lights-DS and PS Side high as possible Qty,-02 Color, Lights,Warning-gla)red Control, Light-f)emerg master 352 0564654 Lights, Rear Zone Lower,Win M6*LED,Colored Lens, For Tail Light Housing 1 Color, Lt DS Rear-r) DS Rear Lt Red Color, Lt PS Rear-b)PS Rear Lt Blue 353 0647024 Light, Rear Zone Upper,Win Rota-Beam R316RF LED Beacon, Red LED, Red 1 Lens 354 0006551 Not Required, Lights, Rear Upper Zone Blocking 1 355 0590000 No Hose Bed Warn Light Brackets Req'd, Lights Mtd on Hatch/Body Compts, PUC 1 356 0791528 Light,Traffic Directing,Win TAL65, 36.00"Long,TACTL5 1 Activation,Traffic Dir L-Not Connected 357 0551728 Location,Traf Dir Lt, Recessed with S/S Trim 1 358 0530282 Location,Traf Dir Lt Controller, Overhead Switch Panel DS Right End 1 359 0023717 Electrical System,A/C w/Customer Installed Generator 1 360 0016691 Generator,Cust/Sales Rep Furnished(Installed by F.D.) 1 Fill in Blank-Smart Power Generator To be Installed By MacQueen 6KW 361 0066645 Generator Mounting Location by Customer 1 Location,Generator-Cargo Area 362 0006750 Electric Start, Generator 1 363 0016757 Not Required, Remote Start, Generator 1 364 0016740 Not Required, Fuel System 1 365 0016767 Not Required, Oil Drain Extension, Generator 1 366 0016771 Not Required, Routing Exhaust, Generator 1 367 0006737 Circuit Breaker Panel w/Cust or Dealer Furn Generator 1 Location,CB Panel-D1 Rear Wall Make/Model-Smart Power 6KW Generator 367 0000000 STF Reel, Elect Cable, Hannay, 1600, (3)Wire 1 Qty,Cord Reels-1 Reel Guide-b)Captive roller Finish, Reel-Painted Gray Location, Electric Cord Reel-R1, High&Center, 1 Reel 367 0000000 STF Cord, Electric, 10/3 Yellow, 3 Wire 1 Lengths of Elect Cord-1 Feet of Yellow Cord-e)200 Connection, Cord-Direct connection 368 0781579 Receptacle, 15/20A 120V 3-Pr 3-Wr, NEMA 5-20R SB Dup, 1st, Interior Cab 1 Qty,-01 Location 1 -PS Engine Tunnel Behind Officer seat AC Power Source-Shoreline to Shoreline Transfer Sw Cover, Receptacle-Interior SS Wall Plate(s) 369 0779718 Receptacle, 15/20A 120V 3-Pr 3-Wr, NEMA 5-20R SB Dup,2nd, Interior Body 1 Qty,-01 Location 1 -P1 Rear wall as high as possible AC Power Source-Shoreline to Shoreline Transfer Sw Cover, Receptacle-Interior SS Wall plate 370 0779722 Receptacle, 15/20A 120V 3-Pr 3-Wr, NEMA 5-20R SB Dup, 1st, Interior Body 1 Qty,-01 Location 1 -D3 High as possible AC Power Source-Shoreline to Shoreline Transfer Sw Cover, Receptacle-Interior SS Wall plate 371 0519934 Not Required, Brand, Hydraulic Tool System 1 372 0649753 Not Required, PTO Driven Hydraulic Tool System 1 373 0649750 Not Required, Hydraulic Reels 1 374 0007150 Bag of Nuts and Bolts 1 Qty, Bag Nuts and Bolts-1 375 0602516 NFPA Required Loose Equipment, Pumper, NFPA 2016, Provided by Fire 1 Department 376 0067022 Hose, 6.00"Soft Suction-15 Ft. Long 1 4/9/2018 10:34 AM Bid#: 886 Page 11 Line Option Type Option Description Qty 377 0602538 Extinguisher, Dry Chemical, Pumper NFPA 2016 Class, Provided by Fire 1 Department 378 0602360 Extinguisher, 2.5 Gal. Pressurized Water, Pumper NFPA 2016,Provided by Fire 1 Dept 379 0602679 Axe, Flathead, Pumper NFPA 2016 Classification, Provided by Fire Department 1 380 0602667 Axe, Pickhead, Pumper NFPA 2016 Classification, Provided by Fire Department 1 381 0559573 Paint, Single Color, Custom 1 Paint Color, Predefined-#10 white 382 0646897 Paint Chassis Frame Assy, E-Coat, Standard 1 Paint Color, Frame Assembly, Predefined-Standard Black 383 0693797 No Paint Required,Aluminum Front Wheels 1 384 0693792 No Paint Required,Aluminum Rear Wheels 1 385 0007230 Compartment, Painted,Spatter Gray 1 386 0660196 Reflective Band, 12" 1 Color, Reflect Band-A-d)blue 387 0547618 Stripe, Diamond Grade, Chevron, Front Bumper 1 Size, Chevron Striping-06 Color,Chevron DG-Yellow Green, Fluorescent 388 0593732 Stripe, Chevron, Rear, Diamond Grade, Pumper, PUC 1 Color, Rear Chevron DG-fluorescent yellow green 389 0027341 Jog, In Reflective Stripe, Single or Multiple 1 Qty,-1 390 0680429 Stripe, Gold Leaf Outline Above&Below Reflective Band 1 391 0065687 Stripe, Reflective, Cab Doors Interior 1 Color, Reflective-a)white 392 0027372 Lettering Specifications, (GOLD STAR Process) 1 393 0686426 Lettering,Gold Leaf,3.00", (61-80) 1 Outline, Lettering-Outline and Shade 394 0685985 Lettering, Reflective, 12.00", Each 6 Qty, Lettering-06 Outline, Lettering-No Outline or Shade 395 0686026 Lettering, Reflective,4.00", (41-60) 1 Outline, Lettering-Outline and Shade 396 0685979 Lettering, Reflective, 16.00", Each 2 Qty, Lettering-02 Outline, Lettering-Outline and Shade 397 0686202 Lettering,Gold Leaf, 10.00", Each 4 Qty, Lettering-04 Outline, Lettering-Outline and Shade 398 0636438 E-Coat,Water Tank Cradle 1 Paint Color, E-Coat-Black 399 0635769 E-Coat, Under Body/Chassis Component Package, PUC 1 Paint Color, E-Coat-Black 400 0772003 Manual, Fire Apparatus Parts, USB Flash Drive, Custom 1 Qty,-01 401 0772037 Manual, Chassis Service, USB Flash Drive, Custom 1 Qty,-01 402 0773381 Manual, Chassis Operation,One(1)USB Flash Drive,Custom 1 403 0030008 Warranty, Basic, 1 Year,Apparatus,WA0008 1 404 0611136 Warranty, Chassis, 3 Year,Velocity/Impel,WA0284 1 405 0696698 Warranty, Engine,Cummins, 5 Year,WA0181 1 406 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 1 407 0595767 Warranty, Frame, 50 Year,Velocity/Impel, Dash CF,WA0038 1 408 0595698 Warranty,Axle, 3 Year,TAK-4,WA0050 1 409 0777368 Warranty,Axle,2 Year, Meritor,General Service,WA0328 1 410 0652758 Warranty,ABS Brake System, 3 Year, Meritor Wabco,WA0232 1 411 0019914 Warranty, Structure, 10 Year, Custom Cab,WA0012 1 412 0595813 Warranty, Paint, 10 Year, Cab, Pro-Rate,WA0055 1 413 0524627 Warranty, Electronics, 5 Year, MUX,WA0014 1 414 0647720 Warranty, Pierce LED Strip Lights,WA0203 1 415 0046369 Warranty, 5-year EVS Transmission,Standard Custom,WA0187 1 416 0685945 Warranty,Transmission Cooler,WA0216 1 417 0688798 Warranty,Water Tank, Lifetime, UPF, Poly Tank,WA0195 1 4/9/2018 10:34 AM Bid#: 886 Page 12 Line Option Type Option Description Qty 418 0596025 Warranty, Structure, 10 Year, Body,WA0009 1 419 0693127 Warranty, Gortite, Roll-up Door,6 Year,WA0190 1 420 0516693 Warranty, Pump, Pierce, PUC,6 Year Parts, 1 Year Labor,WA0039 1 421 0648675 Warranty, 10 Year S/S Pumbing,WA0035 1 422 0657990 Warranty, Foam System, Husky 3,WA0231 1 423 0595820 Warranty, Paint, 10 Year, Body, Pro-Rate,WA0057 1 424 0595421 Warranty,Goldstar,3 Year,Apparatus,WA0018 1 425 0683627 Certification,Vehicle Stability, CD0156 1 426 0608290 Certification, Engine Installation, Imp/Vel,Cummins L9,2017,CD0152/CD0159 1 427 0686786 Certification, Power Steering,CD0098 1 428 0667418 Certification, Cab Integrity, Impel FR,CD0009 1 429 0548950 Certification, Cab Door Durability,Velocity/Impel,CD0001 1 430 0548967 Certification,Windshield Wiper Durability, ImpelNelocity,CD0005 1 431 0667411 Certification, Electric Window Durability,Velocity/Impel FR, CD0004 1 432 0549273 Certification, Seat Belt Anchors and Mounting, ImpNelNel SLT,CD0018 1 433 0667416 Certification, Cab Heater and Defroster,Velocity/Impel FR,CD0015 1 434 0667415 Certification,Cab Air Conditioning Performance,Velocity/Impel FR, CD0016 1 435 0545073 Amp Draw Report, NFPA Current Edition 1 436 0002758 Amp Draw, NFPA/ULC Radio Allowance 1 437 0799248 Appleton/Florida BTO 1 438 0000048 Engineering Attribute-PUMPER/TANKER,3rd Gen 1 439 0000012 PIERCE CHASSIS 1 440 0004713 ENGINE,OTHER 1 441 0046395 EVS 3000 Series TRANSMISSION 1 442 0520324 PIERCE PUMP, PUC 1 443 0020009 POLY TANK 1 444 0028048 FOAM SYSTEM 1 445 0020006 SIDE CONTROL 1 446 0020007 AKRON VALVES 1 447 0020014 FRONT SUCTION 1 448 0020015 ABS SYSTEM 1 449 0658751 Manufacturing Attribute 1 4/9/2018 10:34 AM Bid#: 886 Page 13 low Jice. Proposal Details Report 4/9/2018 Customer: Farmington,City of Bid Number: 886 Representative Soland,Thomas Job Number: Requirements Manager: Organization: MacQueen Emergency Group Description: Farmington Fire Dept. Chassis: Impel Chassis, PUC,2010 Body: Pumper, PUC,Aluminum OptionCode Type Option ProposalText 0659545 PUC Pumper Boiler Plates MacQueen Emergency Group is pleased to submit a proposal to Farmington Fire Dept.for a Pierce® multi purpose response vehicle per your request for quotation.The following paragraphs will describe in detail the apparatus,construction methods,and equipment proposed.This proposal will indicate size,type,model and make of components parts and equipment,providing proof of compliance with each and every item(except where noted)in the departments advertised specifications. PIERCE MANUFACTURING was founded in 1913.Since then we have been building bodies with one philosophy,"BUILD THE FINEST".Our skilled craftsmen take pride in their work,which is reflected,in the final product.We have been building fire apparatus since the early"forties"giving Pierce Manufacturing over 60 years of experience in the fire apparatus market.Pierce Manufacturing has built and put into service more than 51,000 apparatus,including more than 27,000 on Pierce custom chassis designed and built specifically for fire and emergency applications.Our Appleton, Wisconsin facility has over 757,000 total square feet of floor space situated on approximately 97 acres of land.Our Bradenton,Florida facility has 300,000 square feet of floor space situated on approximately 38 acres of land. Our beliefs in high ethical standards are carried through in all of our commitments and to everyone with whom we do business.Honesty,Integrity,Accountability and Citizenship are global tenets by which we all live and work.Consequently,we neither engage in,nor have we ever been convicted of price fixing,bid rigging,or collusion in any domestic or international fire apparatus market. Pierce has only one brand of fire apparatus"Pierce",ensuring you are receiving top of the line product that meets your specification. In accordance with the current edition of NFPA 1901 standards,this proposal will specify whether the fire department,manufacturer,or apparatus dealership will provide required loose equipment. Images and illustrative material in this proposal are as accurate as known at the time of publication, but are subject to change without notice.Images and illustrative material is for reference only,and may include optional equipment and accessories and may not include all standard equipment. GENERAL DESIGN AND CONSTRUCTION To control quality,ensure compatibility,and provide a single source for service and warranty,the custom cab,chassis,pump module and body will be entirely designed,assembled/welded and painted in Pierce owned manufacturing facilities.This includes,but not limited to the cab weldment, the pumphouse module assembly,the chassis assembly,the body and the electrical system. QUALITY AND WORKMANSHIP Pierce has set the pace for quality and workmanship in the fire apparatus field.Our tradition of building the highest quality units with craftsmen second to none has been the rule right from the beginning and we demonstrate that ongoing commitment by:Ensuring all steel welding follows American Welding Society D1.1-2004 recommendations for structural steel welding.All aluminum welding follows American Welding society and ANSI D1.2-2003 requirements for structural welding of aluminum.All sheet metal welding follows American welding Society B2.1-2000 requirements for structural welding of sheet metal.Our flux core arc welding uses alloy rods,type 7000 and is performed to American Welding Society standards A5.20-E70T1.Furthermore,all employees classified as welders are tested and certified to meet the American welding Society codes upon hire and every three(3)years thereafter.Pierce also employs and American Welding Society certified welding inspector in plant during working hours to monitor weld quality. Pierce Manufacturing operates a Quality Management System under the requirements of ISO 9001. These standards sponsored by the International Organization for Standardization(ISO)specify the quality systems that are established by the manufacturer for design,manufacture,installation and service.A copy of the certificate of compliance is included with this proposal. In addition to the Quality Management system,we also employ a Quality Achievement Supplier program to insure the vendors and suppliers that we utilize meet the high standards we demand. That is just part of our overall"Quality at the Source"program at Pierce. To demonstrate the quality of our products and services,a list of at least two(2)fire departments/municipalities that have purchased vehicles for a second time is provided. DELIVERY The apparatus will be delivered under its own power to insure proper break-in of all components while the apparatus is still under warranty.A qualified delivery representative shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in proper operation,care and maintenance of the equipment delivered. MANUAL AND SERVICE INFORMATION At time of delivery,complete operation and maintenance manuals covering the apparatus will be provided.A permanent plate will be mounted in the driver's compartment specifying the quantity and type of fluids required including engine oil,engine coolant,transmission,pump transmission lubrication,pump primer and drive axle. SAFETY VIDEO At the time of delivery Pierce will also provide one(1)39-minute,professionally produced apparatus safety video,in DVD format.This video will address key safety considerations for personnel to follow when they are driving,operating,and maintaining the apparatus,including the following:vehicle pre- trip inspection,chassis operation,pump operation,aerial operation,and safety during maintenance. PERFORMANCE TESTS A road test will be conducted with the apparatus fully loaded and a continuous run of no less than ten (10)miles.During that time the apparatus will show no loss of power nor will it overheat.The transmission drive shaft or shafts and the axles will run quietly and be free of abnormal vibration or noise.The apparatus when fully loaded will not have less than 25 percent nor more than 50 percent on the front axle,and not less than 50 percent nor more than 75 percent on the rear axle.The apparatus will meet NFPA 1901 acceleration and braking requirements. Bid#: 886 1 SERVICE AND WARRANTY SUPPORT Pierce dealership support will be provided by MacQueen Emergency Group by operating in conjunction with a Pierce authorized service center.The service center will have factory-trained mechanics on staff versed in Pierce fire apparatus.The service facility will be located within seventy five(75)miles of the fire department. In addition to the dealership,Pierce has service facilities located in both,Weyauwega,Wisconsin and Bradenton,Florida.Pierce also maintains a dedicated parts facility of over 100,000 square feet in Appleton,Wisconsin.The parts facility stocks in excess of$5,000,000 in parts dedicated to service and replacement parts.The parts facility employs a staff dedicated solely for the distribution and shipment of service and replacement parts. Service parts for the apparatus being proposed can be found via Pierceparts.com which,is an interactive online tool that delivers information regarding your specific apparatus as well as the opportunity to register for training classes. As a Pierce customer you have the ability to view the complete bill of materials for your specific apparatus,including assembly drawings,piece part drawings,and beneficial parts notations.You will also have the ability to search the complete Pierce item master through a parts search function which offers all Pierce SKU's and descriptions offered on all Pierce apparatus.Published component catalogs,which include proprietary systems along with an extensive operators manual library is available for easy reference. Pierce Manufacturing maintains a dedicated service and warranty staff of over 35 personnel, dedicated to customer support,which also maintains a 24 hour 7 day a week toll free hot line,four(4) on staff EVTs,and offers hands-on repair and maintenance training classes multiple times a year. COMMERCIAL GENERAL LIABILITY INSURANCE Certification of insurance coverage will be enclosed. 0661794 Single Source Compliance SINGLE SOURCE MANUFACTURER Pierce Manufacturing,Inc.provides an integrated approach to the design and manufacture of our products that delivers superior apparatus and a dedicated support team.From our facilities,the chassis,cab weldment,cab,pumphouse(including the sheet metal enclosure,valve controls,piping and operators panel)and body will be entirely designed,tested,and hand assembled to the customer's exact specifications.The electrical system either hardwired or multiplexed,will be both designed and integrated by Pierce Manufacturing.The warranties relative to these major components(excluding component warranties such as engine,transmission,axles,pump,etc.)will be provided by Pierce as a single source manufacturer.Pierce's single source solution adds value by providing a fully engineered product that offers durability,reliability,maintainability,performance,and a high level of quality. 0584456 Manufacture Location,Appleton, Your apparatus will be manufactured in Appleton,Wisconsin. Wisconsin 0584452 RFP Location: Appleton, Wisconsin 0588609 Vehicle Destination,US 0610784 Comply NFPA 1901 Changes NFPA 2016 STANDARDS Effective Jan 1,2016,With This unit will comply with the NFPA standards effective January 1,2016,except for fire department Exceptions directed exceptions.These exceptions will be set forth in the Statement of Exceptions. Certification of slip resistance of all stepping,standing and walking surfaces will be supplied with delivery of the apparatus. All horizontal surfaces designated as a standing or walking surface that are greater than 48.00" above the ground must be defined by a 1.00"wide line along its outside perimeter.Perimeter markings and designated access paths to destination points will be identified on the customer approval print and are shown as approximate.Actual location(s)will be determined based on materials used and actual conditions at final build.Access paths may pass through hose storage areas and opening or removal of covers or restraints may be required.Access paths may require the operation of devices and equipment such as the aerial device or ladder rack. A plate that is highly visible to the driver while seated will be provided.This plate will show the overall height,length,and gross vehicle weight rating. The manufacturer will have programs in place for training,proficiency testing and performance for any staff involved with certifications. An official of the company will designate,in writing,who is qualified to witness and certify test results. 0533347 Pumper/Pumper with Aerial Device Fire Apparatus 0588611 Vehicle Certification,Pumper Bid#: 886 2 0661778 Agency,Apparatus Certification, NFPA COMPLIANCY Pumper/Tanker,U.L. Apparatus proposed by the bidder will meet the applicable requirements of the National Fire Protection Association(NFPA)as stated in current edition at time of contract execution.Fire department's specifications that differ from NFPA specifications will be indicated in the proposal as "non-NFPA". VEHICLE INSPECTION PROGRAM CERTIFICATION To assure the vehicle is built to current NFPA standards,the apparatus,in its entirety,will be third- party,audit-certified through Underwriters Laboratory(UL)that it is built and complies to all applicable standards in the current edition of NFPA 1901.The certification will include:all design, production,operational,and performance testing of not only the apparatus,but those components that are installed on the apparatus. A placard will be affixed in the driver's side area stating the third party agency,the date,the standard and the certificate number of the whole vehicle audit. PUMP TEST Underwriters Laboratory(UL)will test,approved,and certify the pump.The test results and the pump manufacturer's certification of hydrostatic test;the engine manufacturer's certified brake horsepower curve;and the pump manufacturer's record of pump construction details will be forwarded to the Fire Department. GENERATOR TEST If the unit has a generator,Underwriters Laboratory(UL)will test,approved,and certify the generator.The test results will be provided to the Fire Department at the time of delivery. BREATHING AIR TEST If the unit has breathing air,Pierce Manufacturing will draw an air sample from the air system and have the sample certified that the air quality meets the requirements of NFPA 1989,Standard on Breathing Air Quality for Fire and Emergency Services Respiratory Protection. 0620362 Consortium,HGAC 0537375 Unit of Measure,US Gallons 0529326 Bid Bond,10%,Pierce Built BID BOND Chassis A bid bond as security for the bid in the form of a 10%bid bond will be provided with the proposal. This bid bond will be issued by a Surety Company who is listed on the U.S.Treasury Departments list of acceptable sureties as published in Department Circular 570.The bid bond will be issued by an authorized representative of the Surety Company and will be accompanied by a certified power of attorney dated on or before the date of bid.The bid bond will include language which assures that the bidder/principal will give a bond or bonds,as may be specified in the bidding or contract documents,with good and sufficient surety for the faithful performance of the contract,including the Basic One(1)Year Limited Warranty,and for the prompt payment of labor and material furnished in the prosecution of the contract. Notwithstanding any document or assertion to the contrary,any surety bond related to the sale of a vehicle will apply only to the Basic One(1)Year Limited Warranty for such vehicle.Any surety bond related to the sale of a vehicle will not apply to any other warranties that are included within this bid (OEM or otherwise)or to the warranties(if any)of any third party of any part,component,attachment or accessory that is incorporated into or attached to the vehicle.In the event of any contradiction or inconsistency between this provision and any other document or assertion,this provision will prevail. 0540326 Performance Bond,Not Requested PERFORMANCE BOND NOT REQUESTED A performance bond will not be included.If requested at a later date,one will be provided to you for an additional cost and the following will apply: The successful bidder will furnish a Performance and Payment bond(Bond)equal to 100 percent of the total contract amount within 30 days of the notice of award.Such Bond will be in a form acceptable to the Owner and issued by a surety company included within the Department of Treasury's Listing of Approved Sureties(Department Circular 570)with a minimum A.M.Best Financial Strength Rating of A and Size Category of XV.In the event of a bond issued by a surety of a lesser Size Category,a minimum Financial Strength rating of A+is required. Bidder and Bidder's surety agree that the Bond issued hereunder,whether expressly stated or not, also includes the surety's guarantee of the vehicle manufacturer's Bumper to Bumper warranty period included within this proposal.Owner agrees that the penal amount of this bond will be simultaneously amended to 25 percent of the total contract amount upon satisfactory acceptance and delivery of the vehicle(s)included herein.Notwithstanding anything contained within this contract to the contrary,the surety's liability for any warranties of any type will not exceed three(3)years from the date of such satisfactory acceptance and delivery,or the actual Bumper to Bumper warranty period,whichever is shorter. 0000007 Approval Drawing APPROVAL DRAWING A drawing of the proposed apparatus will be prepared and provided to the purchaser for approval before construction begins.The Pierce sales representative will also be provided with a copy of the same drawing.The finalized and approved drawing will become part of the contract documents.This drawing will indicate the chassis make and model,location of the lights,siren,horns,compartments, major components,etc. A"revised"approval drawing of the apparatus will be prepared and submitted by Pierce to the purchaser showing any changes made to the approval drawing. 0002928 Electrical Diagrams ELECTRICAL WIRING DIAGRAMS Two(2)electrical wiring diagrams,prepared for the model of chassis and body,will be provided. 0597573 Impel Chassis,PUC,2010 IMPEL CHASSIS The Pierce Impel®is the custom chassis developed exclusively for the fire service.Chassis provided will be a new,tilt-type custom fire apparatus.The chassis will be manufactured in the apparatus body builder's facility eliminating any split responsibility.The chassis will be designed and manufactured for heavy-duty service,with adequate strength and capacity for the intended load to be sustained and the type of service required.The chassis will be the manufacturer's first line tilt cab. 0000110 Wheelbase WHEELBASE The wheelbase of the vehicle will be 190.00. Bid#: 886 3 0000070 GVW Rating GVW RATING The gross vehicle weight rating will be 53,800. 0000203 Frame Rails,13.38 x 3.50 x.375, FRAME Qtm/AXT/ImpNel/DCF The chassis frame will be built with two(2)steel channels bolted to five(5)cross members or more, depending on other options of the apparatus.The side rails will have a 13.38"tall web over the front and mid sections of the chassis,with a continuous smooth taper to 10.75"over the rear axle.Each rail will have a section modulus of 25.992 cubic inches and a resisting bending moment(rbm)of 3,119,040 in-lb over the critical regions of the frame assembly,with a section modulus of 18.96 cubic inches with an rbm of 2,275,200 in-lb over the rear axle.The frame rails will be constructed of 120,000 psi yield strength heat-treated 0.38"thick steel with 3.50"wide flanges. 0020018 Frame Liner Not Req'd 0508849 Axle,Front,Oshkosh TAK-4,Non FRONT NON DRIVE AXLE Drive,22,800 Ib,ImpNel The Oshkosh TAK-4®front axle will be of the independent suspension design with a ground rating of 22,800 lb. Upper and lower control arms will be used on each side of the axle.Upper control arm castings will be made of 100,000-psi yield strength 8630 steel and the lower control arm casting will be made of 55,000-psi yield ductile iron. The center cross members and side plates will be constructed out of 80,000-psi yield strength steel. Each control arm will be mounted to the center section using elastomer bushings.These rubber bushings will rotate on low friction plain bearings and be lubricated for life.Each bushing will also have a flange end to absorb longitudinal impact loads,reducing noise and vibrations. There will be nine(9)grease fittings supplied,one(1)on each control arm pivot and one(1)on the steering gear extension. The upper control arm will be shorter than the lower arm so that wheel end geometry provides positive camber when deflected below rated load and negative camber above rated load. Camber at load will be 0 degrees for optimum tire life. The ball joint bearing will be of low friction design and be maintenance free. Toe links that are adjustable for alignment of the wheel to the center of the chassis will be provided. The wheel ends will have little to no bump steer when the chassis encounters a hole or obstacle. The steering linkage will provide proper steering angles for the inside and outside wheel,based on the vehicle wheelbase. The axle will have a third party certified turning angle of 45 degrees.Front discharge,front suction,or aluminum wheels will not infringe on this cramp angle. 0010427 Suspension,Front TAK-4,22,800 FRONT SUSPENSION Ib,Qtm/AXT/ImpNel/DCF/Enf Front Oshkosh TAK-4TA4 independent suspension will be provided with a minimum ground rating of 22,800 lb. The independent suspension system will be designed to provide maximum ride comfort.The design will allow the vehicle to travel at highway speeds over improved road surfaces and at moderate speeds over rough terrain with minimal transfer of road shock and vibration to the vehicle's crew compartment. Each wheel will have torsion bar type spring.In addition,each front wheel end will also have energy absorbing jounce bumpers to prevent bottoming of the suspension. The suspension design will be such that there is at least 10.00"of total wheel travel and a minimum of 3.75"before suspension bottoms. The torsion bar anchor lock system allows for simple lean adjustments,without the use of shims.One can adjust for a lean within 15 minutes per side.Anchor adjustment design is such that it allows for ride height adjustment on each side. The independent suspension was put through a durability test that simulated 140,000 miles of inner city driving. 0087572 Shock Absorbers,KONI,TAK-4, FRONT SHOCK ABSORBERS Qtm/AXT/ImpNel/DCF/Enf KONI heavy-duty telescoping shock absorbers will be provided on the front suspension. 0000322 Oil Seals,Front Axle FRONT OIL SEALS Oil seals with viewing window will be provided on the front axle. 0594821 Tires,Front,Goodyear,G296 FRONT TIRES MSA,425/65R22.50,20 ply Front tires will be Goodyear®425/65R22.50 radials,20 ply G296 MSA tread,rated for 22,800 lb maximum axle load and 68 mph maximum speed. 0019611 Wheels,Front,Alcoa,22.50"x The tires will be mounted on Alcoa 22.50"x 12.25"polished aluminum disc type wheels with a ten 12.25",Aluminum,Hub Pilot (10)stud,11.25"bolt circle. 0530467 Axle,Rear,Meritor RS30-185, REAR AXLE 31,000 Ib,ImpNel/Dash CF The rear axle will be a MeritorTM,Model RS-30-185,with a capacity of 31,000 lb. 0544253 Top Speed of Vehicle,68 MPH TOP SPEED OF VEHICLE A rear axle ratio will be furnished to allow the vehicle to reach a top speed of 68 mph. 0122074 Suspen,Rear,Standens,Spring, REAR SUSPENSION 31,000 Ib,ImpNel/Dash CF The rear suspension will be Standens,semi-elliptical,3.00"wide x 53.00"long,12-leaf pack with a ground rating of 31,000 lb.The spring hangers will be castings. The two(2)top leaves will wrap the forward spring hanger pin,and the rear of the spring will be a slipper style end that will ride in a rear slipper hanger.To reduce bending stress due to acceleration and braking,the front eye will be a berlin eye that will place the front spring pin in the horizontal plane within the main leaf. A steel encased rubber bushing will be used in the spring eye.The steel encased rubber bushing will be maintenance free and require no lubrication. 0000485 Oil Seals,Rear Axle REAR OIL SEALS Oil seals will be provided on the rear axle(s). Bid#: 886 4 0644805 Tires,Rear,Goodyear,Regional REAR TIRES RHD II HCT,315/80R22.50, Rear tires will be four(4)Goodyear 315/80R22.50 radials,18 ply"all season"Regional RHD II HCT Single,Fire Sery Load tread,rated for 31,620 lb maximum axle load and 75 mph maximum speed. 0019668 Wheels,Rear,Alcoa,22.50"x The tires will be mounted on Alcoa©22.50"x 9.00"polished aluminumdisc wheels with a ten(10) 9.00",Aluminum,Hub Pilot,Single stud 11.25"bolt circle. 0568081 Tire Balancing,Counteract Beads TIRE BALANCE All tires will be balanced with Counteract balancing beads.The beads will be inserted into the tire and eliminate the need for wheel weights. 0620570 Tire Pressure Monitoring, TIRE PRESSURE MANAGEMENT RealWheels,AirSecure,Valve There will be a RealWheels LED AirSecureTM tire alert pressure management system provided,that Cap,Single Axle will monitor each tire's pressure.A sensor will be provided on the valve stem of each tire for a total of six(6)tires. The sensor will calibrate to the tire pressure when installed on the valve stem for pressures between 10 and 200 psi.The sensor will activate an integral battery operated LED when the pressure of that tire drops 5 to 8 psi. Removing the cap from the sensor will indicate the functionality of the sensor and battery.If the sensor and battery are in working condition,the LED will immediately start to flash. 0003245 Axle Hub Covers w/center hole, FRONT HUB COVERS S/S,Front Axle Stainless steel hub covers will be provided on the front axle.An oil level viewing window will be provided. 0001960 Axle Hub Covers,Rear,S/S,High REAR HUB COVERS Hat(Pair) A pair of stainless steel high hat hub covers will be provided on rear axle hubs. 0057936 Covers,Lug Nut,Chrome CHROME LUG NUT COVERS Chrome lug nut covers will be supplied on front and rear wheels. 0002045 Mud Flaps,w/logo front&rear MUD FLAPS Mud flaps with a Pierce logo will be installed behind the front and rear wheels. 0617577 Chocks,Wheel,Worden HWG- WHEEL CHOCKS SB,Super Gripper There will be one(1)pair of Worden Safety Products,Model HWG-SB,wheel chocks provided. Heavy Duty,large molded aluminum wheel chock with solid bottom,natural cast aluminum finish. 0646364 Mounting Brackets,Chocks, WHEEL CHOCK BRACKETS Worden Safety,Model U815T There shall be one(1)pair of Worden Safety model U815T mounting wheel chock brackets provided .The brackets shall be mounted In Front of the Rear axle on the drivers side. 0010670 ABS Wabco Brake System,Single ANTI-LOCK BRAKE SYSTEM rear axle The vehicle will be equipped with a Meritor WABCO 4S4M,anti-lock braking system.The ABS will provide a 4-channel anti-lock braking control on both the front and rear wheels.A digitally controlled system that utilizes microprocessor technology will control the anti-lock braking system.Each wheel will be monitored by the system.When any particular wheel begins to lockup,a signal will be sent to the control unit.This control unit then will reduce the braking of that wheel for a fraction of a second and then reapply the brake.This anti-lock brake system will eliminate the lockup of any wheel thus helping to prevent the apparatus from skidding out of control. 0030185 Brakes,Knorr/Bendix 17",Disc, BRAKES Front,TAK-4 The service brake system will be full air type. The front brakes will be Knorr/Bendix disc type with a 17.00"ventilated rotor for improved stopping distance. The brake system will be certified,third party inspected,for improved stopping distance. 0000740 Brakes,Meritor,Cam,Rear,16.50 The rear brakes will be MeritorTM 16.50"x 8.63"cam operated with automatic slack adjusters.Dust x 8.63" shields cannot be provided. 0020784 Air Compressor,Brake, BRAKE SYSTEM AIR COMPRESSOR Cummins/Wabco 18.7 CFM The air compressor will be a Cummins/WABCO with 18.7 cubic feet per minute output. 0000786 Brake Reservoirs,Four BRAKE SYSTEM The brake system will include: Bendix®dual brake treadle valve Heated automatic moisture ejector on air dryer Total air system capacity of 5,198 cubic inches Two(2)air pressure gauges with a red warning light and an audible alarm,that activates when air pressure falls below 60 psi Spring set parking brake system Parking brake operated by a push-pull style control valve A parking"brake on"indicator light on instrument panel Park brake relay/inversion and anti-compounding valve,in conjunction with a double check valve system,with an automatic spring brake application at 40 psi A pressure protection valve to prevent all air operated accessories from drawing air from the air system when the system pressure drops below 80 psi(550 kPa) 1/4 turn drain valve on each air tank The air tank will be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion,the air tank will be mounted with stainless steel brackets. 0568012 Air Dryer,Wabco System Saver BRAKE SYSTEM AIR DRYER 1200,Heater,2010 The air dryer will be WABCO System Saver 1200 with spin-on coalescing filter cartridge and 100 watt heater. Bid#: 886 5 0000790 Brake Lines,Nylon BRAKE LINES Color-coded nylon brake lines will be provided.The lines will be wrapped in a heat protective loom in the chassis areas that are subject to excessive heat. 0020851 Not Required,Air Inlet 0795323 Engine,Cummins L9,450 hp, ENGINE 1250 lb-ft,W/OBD,EPA 2017, The chassis will be powered by an electronically controlled engine as described below: REPTO,ImpNel Make: Cummins Model: L9 Power: 450 hp at 2100 rpm Torque: 1250 lb-ft at 1400 rpm Governed Speed: 2200 rpm Emissions Level: EPA 2017 Fuel: Diesel Cylinders: Six(6) Displacement: 543 cubic inches(8.9L) Starter: Delco 39MTTM Fuel Filters: Spin-on style primary filter with water separator and water-in-fuel sensor.Secondary spin-on style filter. The engine will include On-board diagnostics(OBD),which provides self diagnostic and reporting. The system will give the owner or repair technician access to state of health information for various vehicle sub systems.The system will monitor vehicle systems,engine and after treatment.The system will illuminate a malfunction indicator light on the dash console if a problem is detected. REPTO DRIVE A rear engine power take off will be provided to drive the water pump.A vibration dampener will be provided between the REPTO and water pump.Transmission PTO's used to drive the water pump will not be allowed due to their lower torque ratings.The rear engine power take off will be the same as used extensively throughout the construction industry.Rear engine PTO's allow for continuous 200 hp and 435 lb-ft torque ratings needed for large pump applications.The rear engine power take off will have the same warranty as the engine provided by the engine manufacturer. 0001244 High Idle w/Electronic Engine, HIGH IDLE Custom A high idle switch will be provided,inside the cab,on the instrument panel,that will automatically maintain a preset engine rpm.A switch will be installed,at the cab instrument panel,for activation/deactivation. The high idle will be operational only when the parking brake is on and the truck transmission is in neutral.A green indicator light will be provided,adjacent to the switch.The light will illuminate when the above conditions are met.The light will be labeled"OK to Engage High Idle." 0687994 Engine Brake,Jacobs ENGINE BRAKE Compression Brake,Cummins A Jacobs®engine brake is to be installed with the controls located on the instrument panel within Engine easy reach of the driver. The driver will be able to turn the engine brake system on/off and have a high,medium and low setting. The engine brake will activate when the system is on and the throttle is released. The high setting of the brake application will activate and work simultaneously with the variable geometry turbo(VGT)provided on the engine. The engine brake will be installed in such a manner that when the engine brake is slowing the vehicle the brake lights are activated. The ABS system will automatically disengage the auxiliary braking device,when required. 0552334 Clutch,Fan,Air Actuated,Horton CLUTCH FAN Drive Master A Horton®fan clutch will be provided.The fan clutch will be automatic when the pump transmission is in"Road"position,and fully engaged in"Pump"position. 0123135 Air Intake,w/Ember separator, ENGINE AIR INTAKE ImpNel An air intake with an ember separator(to prevent road dirt,burning embers,and recirculating hot air from entering the engine)will be mounted at the front of the apparatus,on the passenger side of the engine.The ember separator will be mounted in the air intake with flame retardant,roto-molded polyethylene housing.It will be easily accessible by the hinged access panel at the front of the vehicle. 0794761 Exhaust System,4",2017 L9 EXHAUST SYSTEM Engine,Horizontal,Right Side The exhaust system will be stainless steel from the turbo to the engine's aftertreatment device,and will be 4.00"in diameter.The exhaust system will include a single module aftertreatment device to meet current EPA standards.An insulation wrap will be provided on all exhaust pipes between the turbo and aftertreatment device to minimize the heat loss to the aftertreatment device.The exhaust will terminate horizontally ahead of the right side rear wheels.A tailpipe diffuser will be provided to reduce the temperature of the exhaust as it exits.Heat deflector shields will be provided to isolate chassis and body components from the heat of the tailpipe diffuser. Bid#: 886 6 0787999 Radiator,ImpelNelocity RADIATOR The radiator and the complete cooling system will meet or exceed NFPA and engine manufacturer cooling system standards. For maximum corrosion resistance and cooling performance,the entire radiator core will be constructed using long life aluminum alloy.The core will be made of aluminum fins,having a serpentine design,brazed to aluminum tubes.The tubes will be brazed to aluminum headers.The radiator core will have a minimum frontal area of 1434 square inches.Supply tank made of glass- reinforced nylon and a return tank of cast aluminum alloy shall be crimped on to the core assembly using header tabs and a compression gasket to complete the radiator core assembly.The radiator will be compatible with commercial antifreeze solutions. There will be a full steel frame around the entire radiator core assembly.The radiator core assembly will be isolated within the steel frame by rubber inserts to enhance cooling system durability and reliability.The radiator will be mounted in such a manner as to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven ground.The radiator assembly will be isolated from the chassis frame rails with rubber isolators. The radiator assembly will include an integral deaeration tank permanently mounted to the top of the radiator framework,with a readily accessible remote-mounted overflow tank.For visual coolant level inspection,the radiator will have a built-in sight glass.The radiator will be equipped with a 15 psi pressure relief cap. A drain port will be located at the lowest point of the cooling system and/or the bottom of the radiator to permit complete flushing of the coolant from the system. A heavy-duty fan will draw in fresh,cool air through the radiator.Shields or baffles will be provided to prevent recirculation of hot air to the inlet side of the radiator. 0511425 Cooling Hoses,Rubber COOLANT LINES Gates,or Goodyear,rubber hose will be used for all engine coolant lines installed by the chassis manufacturer. Hose clamps will be stainless steel"constant torque type"to prevent coolant leakage.They will react to temperature changes in the cooling system and expand or contract accordingly while maintaining a constant clamping pressure on the hose. 0001125 Fuel Tank,65 Gallon,Left Side Fill FUEL TANK A 65 gallon fuel tank will be provided and mounted at the rear of the chassis.The tank will be constructed of 12-gauge,hot rolled steel.It will be equipped with swash partitions and a vent.To eliminate the effects of corrosion,the fuel tank will be mounted with stainless steel straps. A 0.75"drain plug will be located in a low point of the tank for drainage. A fill inlet will be located on the left hand side of the body and is covered with a hinged,spring loaded,stainless steel door that is marked"Ultra Low Sulfur-Diesel Fuel Only." A 0.50"diameter vent will be installed from tank top to just below fuel fill inlet. The fuel tank will meet all FHWA 393.67 requirements including a fill capacity of 95 percent of tank volume. 0001129 Lines,Fuel All fuel lines will be provided as recommended by the engine manufacturer. 0595087 DEF Tank,4.5 Gallon,DS Fill, DIESEL EXHAUST FLUID TANK Forward of Rear Axle A 4.5 gallon diesel exhaust fluid(DEF)tank will be provided and mounted in the driver's side body forward of the rear axle. A 0.50"drain plug will be provided in a low point of the tank for drainage. A fill inlet will be located on the driver's side of the body and be covered with a hinged,spring loaded, polished stainless steel door that is marked"Diesel Exhaust Fluid Only". The tank will meet the engine manufacturers requirement for 10 percent expansion space in the event of tank freezing. The tank will include an integrated heater unit that utilizes engine coolant to thaw the DEF in the event of freezing. 0552793 Not Required,Fuel Priming Pump 0582243 Shutoff Valves,Fuel Line @ FUEL SHUTOFF Primary Filter,Cummins A fuel line shutoff valve will be installed on both the inlet and outlet of the primary fuel filter. 0699437 Cooler,Chassis Fuel,Not Req'd. 0690880 No Selection Required From This Category 0642572 Trans,Allison 5th Gen,3000 EVS TRANSMISSION P,w/Prognostics, An Allison 5th generation,Model EVS 3000P,electronic torque converting automatic transmission ImpNel/DCF/SFR/Enf will be provided. The transmission will be equipped with prognostics to monitor oil life,filter life,and transmission health.A wrench icon on the shift selector's digital display will indicate when service is due. Two(2)PTO openings will be located on both sides of converter housing(positions 4 o'clock and 8 o'clock)as viewed from the rear. A transmission temperature gauge with red light and audible alarm will be installed on the cab dash. Bid#: 886 7 0625329 Transmission,Shifter,5-Spd,Push TRANSMISSION SHIFTER Button,3000 EVS A five(5)-speed push button shift module will be mounted to right of driver on console.Shift position indicator will be indirectly lit for after dark operation. The transmission ratio will be: 1st 3.49 to 1.00 2nd 1.86 to 1.00 3rd 1.41 to 1.00 4th 1.00 to 1.00 5th 0.75 to 1.00 R 5.03 to 1.00 0517604 Transmission Programming,Park TRANSMISSION PROGRAMMING to Neutral,PUC The transmission will be programmed to automatically shift the transmission to neutral when the parking brake is set to simplify operation and increase operational safety. 0684459 Transmission Oil Cooler,Modine, TRANSMISSION COOLER External A Modine plate and fin transmission oil cooler will be provided using engine coolant to control the transmission oil temperature. 0001370 Driveline,Spicer 1710 DRIVELINE Drivelines will be a heavy-duty metal tube and be equipped with Spicer®1710 universal joints. The shafts will be dynamically balanced before installation. A splined slip joint will be provided in each driveshaft where the driveline design requires it.The slip joint will be coated with Glidecoat®or equivalent. 0669988 Steering,Sheppard M110 w/Tilt, STEERING TAK-4,Eaton Pump,w/Cooler Dual Sheppard,Model M110,steering gears,with integral heavy-duty power steering,will be provided.For reduced system temperatures,the power steering will incorporate an air to oil cooler and an Eaton,Model VN20,hydraulic pump with integral pressure and flow control.All power steering lines will have wire braded lines with crimped fittings. A tilt and telescopic steering column will be provided to improve fit for a broader range of driver configurations. 0001544 Not Required,Steering Assist Cylinder on Front Axle 0621843 Steering Wheel,4 Spoke without STEERING WHEEL Controls,Impel The steering wheel will be 18.00"in diameter,have tilting and telescoping capabilities,and a 4-spoke design. 0690274 Logo/Emblem,on Dash LOGO AND CUSTOMER DESIGNATION ON DASH The dash panel will have an emblem containing the Pierce logo and customer name. The emblem will have three(3)rows of text for the customer's department name. There will be a maximum of eight(8)characters in the first row,11 characters in the second row and 11 characters in the third row. The first row of text will be: Farmington The second row of text will be: Fire- The third row of text will be: Rescue 0524744 Bumper,22"Extended,Steel, BUMPER Painted,ImpNel A one(1)piece bumper manufactured from 0.25"formed steel with a 0.38"bend radius will be provided.The bumper will be a minimum of 10.00"high with a 1.50"top and bottom flange,and will extend 22.00"from the face of the cab.The bumper will be 102.00"wide with 45 degree corners and side plates.The bumper will be metal finished and painted job color. To provide adequate support strength,the bumper will be mounted directly to the front of the C channel frame.The frame will be a bolted modular extension frame constructed of 50,000 psi tensile steel. GRAVEL PAN A gravel pan,constructed of bright aluminum treadplate,will be furnished between the bumper and the cab face.The pan will be properly supported from the underside to prevent flexing and vibration. Documentation will be provided,upon request,to show that the options selected have been engineered for fit-up and approval for this modular bumper extension.A chart will be provided to indicate the option locations and will include,but not be limited to,the following options:air horns, mechanical sirens,speakers,hose trays(with hose capacities),winches,lights,discharge and suction connections. 0616482 Tray,Hose,Center,22"Bumper, CENTER HOSE TRAY Outside Air Horns,ImpNel A hose tray,constructed of aluminum,will be placed in the center of the bumper extension. The tray will have a capacity of 150'of 1.75"double jacket cotton-polyester hose. Black rubber grating will be provided at the bottom of the tray.Drain holes are also provided. 0630813 Cover,Aluminum Treadplate,One CENTER HOSE TRAY COVER (1)D-Ring Latch,Hose Tray A bright aluminum treadplate cover will be provided over the center hose tray. The cover will be attached with a stainless steel hinge. One(1)D-ring latch will secure the cover in the closed position and a mechanical stay arm will hold the cover in the open position. Bid#: 886 8 0637788 Tray,(1)Hose Right Side of RIGHT SIDE HOSE TRAY Bumper,Special Capacity A hose tray will be placed in the right side of the extended bumper. The tray will have a capacity of(2)25FT Rolls of 6in LDH Hose Black rubber grating will be provided at the bottom of the tray.Drain holes will be provided. 0633453 Hose Restraint,Bumper Tray, BUMPER HOSE RESTRAINT Velcro Straps,Pair There will be two(2)pairs hose tray restraint straps over the right side hose tray. The restraints will be a pair of 2.00"wide black nylon straps with Velcro fasteners provided.The strap (s)will be used to secure the hose in the tray. 0510226 Lift&Tow Package,ImpNel,AXT, LIFT AND TOW MOUNTS Dash CF Mounted to the frame extension will be lift and tow mounts.The lift and tow mounts will be designed and positioned to adapt to certain tow truck lift systems. The lift and tow mounts with eyes will be painted the same color as the frame. 0002270 Tow Hooks,Chrome TOW HOOKS Two(2)chromed steel tow hooks will be installed under the bumper and attached to the front frame members.The tow hooks will be designed and positioned to allow up to a 6,000 lb straight horizontal pull in line with the centerline of the vehicle.The tow hooks will not be used for lifting of the apparatus. 0625602 Coating,Top and Bottom Flange, PROTECTIVE COATING-FRONT BUMPER Front Bumper,Pierce Polyurea, Protective black Pierce Polyurea texture coating will be provided on the outside exterior of the top Black and bottom front bumper flange.It will not be applied on the inside of the flanges. Bid#: 886 9 0668316 Cab,Impel FR,7010 Raised Roof, CAB PUC The Impel cab will be designed specifically for the fire service and will be manufactured by Pierce Manufacturing. To provide quality at the source and single source customer support,the cab will be built by the apparatus manufacturer in a facility located on the manufacturer's premises. For reasons of structural integrity and enhanced occupant protection,the cab will be of heavy duty design,constructed to the following minimal standards. The cab will have 12 main vertical structural members located in the A-pillar(front cab corner posts), B-pillar(side center posts),C-pillar(rear corner posts)and rear wall areas.The A-pillar will be constructed of 0.25"heavy wall extrusions joined by a solid A356-T6 aluminum joint casting.The B- pillar and C-pillar will also be constructed from 0.25"heavy wall extrusions.The rear wall will be constructed of two(2)4.00"x 2.00"outer aluminum extrusions and two(2)3.00"x 2.00"inner aluminum extrusions.All main vertical structural members will run from the floor to 7.50"x 3.50"x 0.125"thick roof extrusions to provide a cage-like structure with the A-pillar and roof extrusions being welded into a 0.75"thick corner casting at each of the front corners of the roof assembly. The front of the cab will be constructed of a 0.25"thick firewall,covered with a 0.125"front skin(for a total thickness of 0.38"),and reinforced with 24.50"wide x 10.00"deep x 0.50"thick supports on each side of the engine tunnel.The cross-cab support will be welded to the A-pillar,0.25"firewall, and engine tunnel,on the left and right sides. The cab floors will be constructed of 0.1875"thick aluminum plate and reinforced at the firewall with an additional 0.25"thick cross-floor support providing a total thickness of 0.44"of structural material at the front floor area.The front floor area will also be supported with three(3)0.50"plates bolted together that also provides the mounting point for the cab lift.This tubing will run from the front of the cab to the 0.1875"thick engine tunnel,creating the structure to support the forces created when lifting the cab. The cab will be a full-tilt style.A 3-point cab mount system with rubber isolators will improve ride quality by isolating chassis vibrations from the cab. The crew cab will be a totally enclosed design with the interior area completely open to improve visibility and verbal communication between the occupants. The forward cab section will have an overall height(from the cab roof to the ground)of approximately 102.00".The crew cab section will have a 10.00"raised roof,with an overall cab height of approximately 112.00".The raised portion will start at the most forward point of the B-pillar and continue rearward to the back of the cab.The overall height listed will be calculated based on a truck configuration with the lowest suspension weight ratings,the smallest diameter tires for the suspension,no water weight,no loose equipment weight,and no personnel weight.Larger tires, wheels,and suspension will increase the overall height listed. The cab will have an interior width of not less than 93.50".The driver and passenger seating positions will have a minimum 24.00"clear width at knee level. To reduce injuries to occupants in the seated positions,proper head clearance will be provided.The floor-to-ceiling height inside the forward cab will be no less than 60.25".The floor-to-ceiling height inside the crew cab will be no less than 62.95"in the center position and 68.75"in the outboard positions. The crew cab will measure a minimum of 57.50"from the rear wall to the backside of the engine tunnel(knee level)for optimal occupant legroom. CAB PUMP ENCLOSURE The rear of the cab will be made to house the fire pump below the forward facing crew cab seats. The cab side panels will be notched to accommodate the pump panel. INTERIOR CAB INSULATION The cab walls,ceiling and engine tunnel will be insulated in all strategic locations to maximize acoustic absorption and thermal insulation.The cab will be insulated with 2.00"insulation in the rear wall,3.00"insulation in the side walls,and 1.50"insulation in the ceiling. FENDER LINERS Full-circular,aluminum inner fender liners in the wheel wells will be provided. PANORAMIC WINDSHIELD A one(1)-piece,safety glass windshield with more than 2,802 square inches of clear viewing area will be provided.The windshield will be full width and will provide the occupants with a panoramic view.The windshield will consist of three(3)layers:the outer light,the middle safety laminate,and the inner light.The 0.114"thick outer light layer will provide superior chip resistance.The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage.The inner light will provide yet another chip resistant layer.The cab windshield will be bonded to the aluminum windshield frame using a urethane adhesive.A custom frit pattern will be applied on the outside perimeter of the windshield for a finished automotive appearance. WINDSHIELD WIPERS Three(3)electric windshield wipers with a washer,in conformance with FMVSS and SAE requirements,will be provided.The wiper blades will be 21.65"long and together will clear a minimum of 1,783 square inches of the windshield for maximum visibility in inclement weather. The windshield washer fluid reservoir will be located at the front of the vehicle and be accessible through the access hood for simple maintenance. FAST SERVICE ACCESS FRONT TILT HOOD A full-width access hood will be provided for convenient access to engine coolant,steering fluid, wiper fluid,cab lift controls,headlight power modules,and ember separator.The hood will also provide complete access to the windshield wiper motor and components.The hood will be contoured to provide a sleek,automotive appearance.The hood will be constructed of two(2)fiberglass panels bonded together and will include reinforcing ribs for structural integrity.The hood will include air cylinders to hold the hood in open and closed positions,and a heavy duty latch system that will meet FMVSS 113(Hood Latch System).The spring-loaded hood latch will be located at the center of the hood with a double-action release lever located behind the Pierce logo.The two(2)-step release requires the lever first be pulled to the driver side until the hood releases from the first latch(primary latch)then to the passenger side to fully release the hood(secondary latch). Bid#: 886 10 0668309 Engine Tunnel,ISL and DD13, ENGINE TUNNEL ImpelNelocity FR To provide structural strength,the engine tunnel sidewalls will be constructed of 0.50"aluminum plate that is welded to both the 0.25"firewall and 0.38"heavy wall extrusion under the crew cab floor.To maximize occupant space,the top edges will be tapered. The back of the engine tunnel will be no higher than 16.25"off the crew cab floor. The engine tunnel will be insulated on both sides for thermal and acoustic absorption.The underside of the tunnel will be covered with 1.00"thick polyether foam that is reinforced with an aluminized face.Thermal rating for this insulation will be-40 degrees Fahrenheit to 300 degrees Fahrenheit.The insulation will keep noise(dBA)levels at or lower than the specifications in the current edition of the NFPA 1901 standards. 0677478 Rear Wall,Exterior,Cab, CAB REAR WALL EXTERIOR COVERING Aluminum Treadplate The exterior surface of the rear wall of the cab will be overlaid with bright aluminum treadplate except for areas that are not typically visible when the cab is lowered. 0122466 Cab Lift,Elec/Hyd,w/Manual CAB LIFT Override,ImpNel A hydraulic cab lift system will be provided,consisting of an electric-powered hydraulic pump,fluid reservoir,dual lift cylinders,remote cab lift controls and all necessary hoses and valves.The hydraulic pump will have a backup manual override,for use in the event of an electrical failure. The cab lift controls will be located at the driver side front of the cab,easily accessible under the full width front access hood.The controls will include a permanently mounted raise/lower switch.For enhanced visibility during cab tilt operations,a remote control tether with on/off switch will be supplied on a coiled cord that will extend from 2.00'(coiled)to 6.00'(extended). The cab will be capable of tilting 42 degrees and 80 degrees with crane assist to accommodate engine maintenance and removal.The cab pivots will be located 46.00"apart to provide stability while tilting the cab. The rear of the cab will be locked down by a two(2)-point,automatic,hydraulic,double hook mechanism that fully engages after the cab has been lowered(self-locking).The dual 2.25"diameter hydraulic cylinders will be equipped with a velocity fuse that protects the cab from accidentally descending when the cab is in the tilt position. For increased safety,a redundant mechanical stay arm will be provided that must be manually put in place on the driver side between the chassis and cab frame when cab is in the raised position.This device will be manually stowed to its original position before the cab can be lowered. Cab Lift Interlock The cab lift safety system will be interlocked to the parking brake.The cab tilt mechanism will be active only when the parking brake is set and the ignition switch is in the on position.If the parking brake is released,the cab tilt mechanism will be disabled. 0123176 Grille,Bright Finished,Front of GRILLE Cab,ImpelNelocity A bright finished aluminum mesh grille screen,inserted behind a formed bright finished grille surround,will be provided on the front center of the cab,and will serve as an air intake to the radiator. 0769753 Emblem,American Flag Painted CAB GRILLE DESIGN on Cab Grille,All Custom Chassis An American flag design will be painted on the cab grille. 0002224 Scuffplates,S/S At Cab Door DOOR JAMB SCUFFPLATES Jambs,4-Door Cab All cab door jambs will be furnished with a polished stainless steel scuffplate,mounted on the striker side of the jamb. 0527034 Trim,S/S Band,Across Cab Face, FRONT CAB TRIM Rect Lights,Impel A 10.00"band of 22 gauge polished stainless steel trim will be installed across the front of the cab, from door hinge to door hinge.The trim band will be centered on the head lights and applied with two (2)-sided tape.A 0.625"self adhesive trim strip will be applied around the perimeter of the trim band. There will be polished stainless steel corner covers provided over the painted cab corner where the cab turn signals are located. 0087357 Molding,Chrome on Side of Cab SIDE OF CAB MOLDING Chrome molding will be provided on both sides of cab. 0521669 Mirrors,Retrac,West Coast Style, MIRRORS Htd/Rmt,w/Htd/Rmt Convex A Retrac,Model 613423,dual vision,motorized,west coast style mirror,with chrome finish,will be mounted on each side of the front cab door with spring loaded retractable arms.The flat glass and convex glass will be heated and adjustable with remote control within reach of the driver. Bid#: 886 11 0667920 Door,Full Height,Impel FR 4-Door CAB DOORS Cab,Raised Roof To enhance entry and egress to the cab,the forward cab doors will be a minimum of 43.59"wide x 76.46"high.The crew cab doors will be located on the sides of the cab and will be constructed in the same manner as the forward cab doors.The crew cab doors will measure a minimum of 37.87"wide x 85.50"high. The forward cab and crew cab doors will be constructed of extruded aluminum with a nominal material thickness of 0.125".The exterior door skins will be constructed from 0.090"aluminum. The forward cab door windows will include a 7.50"high x 10.00"wide drop area at the front to enhance visibility. A customized,vertical,pull-down type door handle will be provided on the exterior of each cab door. The exterior handle will be designed specifically for the fire service to prevent accidental activation, and will provide 4.00"wide x 2.00"deep hand clearance for ease of use with heavy gloved hands. Each door will also be provided with an interior flush,open style paddle handle that will be readily operable from fore and aft positions,and be designed to prevent accidental activation.The interior handles will provide 4.00"wide x 1.25"deep hand clearance for ease of use with heavy gloved hands. The cab doors will be provided with both interior(rotary knob)and exterior(keyed)locks exceeding FMVSS standards.The keys will be Model 751.The locks will be capable of activating when the doors are open or closed.The doors will remain locked if locks are activated when the doors are opened,then closed. A heavy duty,stainless steel,piano-type hinge with a 0.38"pin and 11 gauge leaf will be provided on all cab doors.There will be double automotive-type rubber seals around the perimeter of the door framing and door edges to ensure a weather-tight fit. A chrome grab handle will be provided on the inside of each cab and crew cab door. The cab steps at each cab door location will be located inside the cab doors to protect the steps from weather elements. 0655511 Door Panel,Brushed Stainless CAB DOOR PANELS Steel,ImpelNelocity 4-Door Cab The inner cab door panels will be constructed out of brushed stainless steel.The cab door panels will be removable. 0667905 Storage Pockets w/Elastic Cover, RECESSED POCKET WITH ELASTIC COVER Recessed,ImpelNelocity FR To provide organized storage(clutter control)in the cab for miscellaneous equipment,the cab interior will be provided with recessed storage pockets.The pockets will be 5.63"wide x 2.00"high x 4.00" deep.The pockets will be provided with a perforated elastic material cover to secure the equipment in the pocket.The pockets will be installed in all available mounting locations of the overhead console. 0667902 Controls,Electric Windows,All ELECTRIC WINDOW CONTROLS Cab Doors,ImpelNelocity FR Each cab entry door will be equipped with an electrically operated tempered glass window.A window control panel will be located on the door panel within easy reach of the respective occupant.Each switch will allow intermittent or auto down operation for ease of use.Auto down operation will be actuated by holding the window down switch for approximately 1 second.The driver control panel will contain a control switch for each cab door's window.All other door control panels will contain a single switch to operate the window within that door. The window switches will be connected directly to the battery power.This allows the windows to be raised and lowered when the battery switch is in the off position. 0555485 Steps,4-Door Full Tilt Cab, CAB STEPS Imp/Vel The forward cab and crew cab access steps will be a full size two(2)step design to provide largest possible stepping surfaces for safe ingress and egress.The bottom steps will be designed with a grip pattern punched into bright aluminum treadplate material to provide support,slip resistance,and drainage.The bottom steps will be a bolt-in design to minimize repair costs should they need to be replaced.The forward cab steps will be a minimum 31.00"wide,and the crew cab steps will be 24.25"wide with an 8.00"minimum depth.The inside cab steps will not exceed 18.00"in height and be limited to two(2)steps. 0770194 Handrail,Exterior,Knurled,Alum, CAB EXTERIOR HANDRAILS 4-Door Cab A 1.25"diameter slip-resistant,knurled aluminum handrail will be provided adjacent to each cab and crew cab door opening to assist during cab ingress and egress. 0697689 Steps,Stirrup,Formed w/Grip STIRRUP STEPS Strut,Cab&Crew Cab Doors A stirrup step will be provided below each cab and crew cab door.The steps will be designed with a grip strut tread material providing support,slip resistance,and drainage.The steps will be a bolt-on design and provide a 19.50"wide x 5.00"deep stepping surface.Each step will provide a step height of 8.00"from the top of the stirrup step to the first step of the cab. The stirrup step will be lit by a white 12 volt DC LED light provided on the step. The step light will be activated automatically when the battery switch is on and the exit doors are opened or by the same means as the body step lights. 0509649 Lights,Cab and Crew Cab Access STEP LIGHTS Steps,P25,LED w/Bezel,1 Lt Per For reduced overall maintenance costs compared to incandescent lighting,there will be four(4)white Step LED step lights provided.The lights will be installed at each cab and crew cab door,one(1)per step. The lights will be located in the driver side front doorstep,driver side crew cab doorstep,passenger side front doorstep and passenger side crew cab doorstep. In order to ensure exceptional illumination,each light will provide a minimum of 25 foot-candles(fc) covering an entire 15.00"x 15.00"square placed 10.00"below the light and a minimum of 1.5 fc covering an entire 30.00"x 30.00"square at the same 10.00"distance below the light. The lights will be activated when the adjacent door is opened. 0002140 Fenders,S/S on Cab FENDER CROWNS Stainless steel fender crowns will be installed at the cab wheel openings. Bid#: 886 12 0603144 Window,Side of C/C,Fixed,Impel CREW CAB WINDOWS One(1)fixed window with tinted glass will be provided on each side of the cab,to the rear of the front cab door.The windows will be sized to enhance light penetration into the cab interior.The windows will measure 20.00"wide x 20.50"high. 0552941 Not Required,Trim,Cab Side Windows,Impel 0012090 Not Required,Windows, Front/Side of raised roof 0509286 Not Required,Windows Rear of Crew Cab,Imp/Vel 0558334 Not Required,Trim,Cab Rear Windows,No Rear Windows 0663383 Mounting Provisions,3/16"Alum, MOUNTING PLATE ON ENGINE TUNNEL Full Engine Tunnel,Vel/Imp Equipment installation provisions will be installed on the engine tunnel. A.188"smooth aluminum plate will be bolted to the top surface of the engine tunnel.The plate will be located to the left of the officer and on the rear of the tunnel.It will follow the contour of the engine tunnel and will run the entire length of the engine tunnel.Theplate will be spaced off the engine tunnel 1.00"to allow for wire routing below the plate. The mounting surface will be painted to match the cab interior. 0664351 Pac Trac,Installed in Cab/Crew MOUNTING SYSTEM Cab There will be two(2)section(s)of Pac Trac equipment mounting systems located DS Cab Rear wall Full Height.PS Cab Rear Wall 50%height. Pac Trac mounts will be certified by Pac Trac to meet the latest NFPA requirements for mounting of equipment inside the cab. 0664452 Bracket,Air Bottle,Zico,ULLH, AIR BOTTLE HOLDER(S) Load&Lock There will be one(1)Ziamatic,Model ULLH,SCBA holder(s)with a LLS,collision restraint holding strap,provided in the crew cab.The bracket will be a one(1)size fits all style and will accommodate SCBA cylinders from the high pressure 30-minute to the high pressure 60-minute. The bracket(s)will be located PS Out Board Rear wall Pac Trac As high as possible.. 0657893 Mounting Plate,3/16"Aluminum, MOUNTING PLATE(S) Cab Interior There will be one(1)TBD 0.188"aluminum mounting plate(s)provided and installed Entire angle at raised roof transition..The mounting surface will be painted to match the cab interior.The plates(s) will be mounted on cover the whole angle in place of windows at the raised roof transition spacer stand-offs. 0796859 Cab Interior,Vinyl,Painted Walls, CAB INTERIOR Imp/Vel FR,CARE With safety as the primary objective,the wrap-around style cab instrument panel will be designed with unobstructed visibility to instrumentation.The dash layout will provide the driver with a quick reference to gauges that allows more time to focus on the road. The center console will be a high impact ABS polymer and will be easily removable for access to the defroster.The center console will include louvers strategically located for optimal air flow and defrost capability to the windshield. The passenger side dashboard will be constructed of painted aluminum for durability and low maintenance.For enhanced versatility,the passenger side dash will include a flat working surface. To provide optional(service friendly)control panels,switches and storage modules,a painted aluminum overhead console will also be provided. To complete the cab front interior design,painted aluminum modesty panels will be provided under the dash on both sides of the cab.The driver side modesty panel will provide mounting for the battery switch and diagnostic connectors,while the passenger side modesty panel provides a glove box,and ground access to the main electrical distribution panel via quick quarter turn fasteners. To provide a deluxe automotive interior,the engine tunnel will be covered by leather grain vinyl that is resistant to oil,grease,and mildew.For durability and ease of maintenance,the cab interior side walls will be painted aluminum.The rear wall will be painted aluminum. The headliner will be installed in both forward and rear cab sections.The headliner panel will be a composition of an aluminum panel covered with a sound barrier and upholstery. The cab structure will include designated raceways for electrical harness routing from the front of the cab to the rear upper portion of the cab.Raceways will be extruded in the forward door frame,floor, walls and overhead in the area where the walls meet the ceiling.The raceways located in the floor will be covered by aluminum extrusion,while the vertical and overhead raceways will be covered by painted aluminum covers.The raceways will improve harness integrity by providing a continuous harness path that eliminates wire chafing and abrasion associated with exposed wiring or routing through drilled metal holes.Harnesses will be laid in place. CAB INTERIOR UPHOLSTERY The cab interior upholstery will be dark silver gray.All cab interior materials will meet FMVSS 302 (flammability of interior materials). 0667943 Cab Interior,Paint Color, CAB INTERIOR PAINT ImpelNelocity FR A rich looking interior will be provided by painting all the metal surfaces inside the cab fire smoke gray,vinyl texture paint. 0509532 Floor,Rubber Padded Cab&Crew CAB FLOOR Cab,ImpNel,Dash CF The cab and crew cab floor areas will be covered with PolydampTM acoustical floor mat consisting of a black pyramid rubber facing and closed cell foam decoupler. The top surface of the material has a series of raised pyramid shapes evenly spaced,which offer a superior grip surface.Additionally,the material has a 0.25"thick closed cell foam(no water absorption)which offers a sound dampening material for reducing sound levels. Bid#: 886 13 0667936 Heater/defroster,Dual Zone CAB DEFROSTER Control,Impel/Velocity FR To provide maximum defrost and heating performance,a 54,961 BTU heater-defroster unit with 558 SCFM of air flow will be provided inside the cab.The defroster unit will be strategically located under the center forward portion of the instrument panel.For easy access,a removable metal cover will be installed over the defroster unit.The defroster will include an integral aluminum frame air filter,high performance dual scroll blowers,and ducts designed to provide maximum defrosting capabilities for the 1-piece windshield.The defroster ventilation will be built into the design of the cab dash instrument panel and will be easily removable for maintenance.The defroster will be capable of clearing 98 percent of the windshield and side glass when tested under conditions where the cab has been cold soaked at 0 degrees Fahrenheit for 10 hours,and a 2 ounce per square inch layer of frost/ice has been able to build up on the exterior windshield.The defroster system will meet or exceed SAE J382 requirements. CAB/CREW CAB HEATER Two(2)36,702 BTU auxiliary heaters with 276 SCFM(each unit)of air flow will be provided inside the crew cab,one(1)in each outboard rear facing seat riser.The heaters will include high performance dual scroll blowers,one(1)for each unit.Outlets for the heaters will be located below each rear facing seat riser and below the fronts of the driver and passenger seats,for efficient airflow.An extruded aluminum plenum will be incorporated in the cab structure that will transfer heat to the forward cab seating positions. The heater/defroster and crew cab heaters will be controlled by an integral electronic control panel. The heater control panel will allow the driver to control heat flow to the front and rear independently. The control panel will include variable adjustment for temperature and fan control,and be conveniently located on the dash in clear view of the driver.The control panel will include highly visible,progressive LED indicators for both fan speed and temperature. 0603347 Air Conditioning,Dual Zone AIR CONDITIONING Control,Impel/Velocity FR Due to the large space inside the cab,a high-performance,customized air conditioning system will be furnished.A 19.10 cubic inch compressor will be installed on the engine. The air conditioning system will be capable of cooling the average cab temperature from 100 degrees Fahrenheit to 64 degrees Fahrenheit in the forward section of the cab,and 69 degrees Fahrenheit in the rear section of the cab,at 50 percent relative humidity within 30 minutes.The cooling performance test will be run only after the cab has been heat soaked at 100 degrees Fahrenheit for a minimum of 4 hours. A roof-mounted condenser with a 63,000 BTU output that meets and exceeds the performance specification will be installed on the cab roof.The condenser cover and mounting legs to be painted white as provided by the A/C manufacturer. The evaporator unit will be installed in the rear portion of the cab ceiling over the engine tunnel.The evaporator will include two(2)high performance cores and plenums with multiple outlets,one(1) plenum directed to the front and one(1)plenum directed to the rear of the cab. The evaporator unit will have a 49,000 BTU(4.08 tons)rating that meets and exceeds the performance specifications. Adjustable air outlets will be strategically located on the evaporator cover per the following: Four(4)will be directed towards the drivers location Four(4)will be directed towards the officers location Eight(8)will be directed towards crew cab area The air conditioner refrigerant will be R-134A and will be installed by a certified technician. The air conditioner will be controlled by dual zone integral electronic control panels for the heater, defroster and air conditioner.The cab control panel will be located in the center console.For ease of operation,the control panels will include variable adjustment for temperature and fan control. INTERIOR CAB INSULATION The cab walls,ceiling and engine tunnel will be insulated in all strategic locations to maximize acoustic absorption and thermal insulation.The cab will be insulated with 2.00"insulation in the rear wall,3.00"insulation in the side walls,and 1.50"insulation in the ceiling.Headliners will be constructed from a 0.20"high density polyethylene corrugated material.Each headliner will be wrapped with a 0.25"thick foil faced poly damp low emissivity foam insulation barrier for acoustic and thermal control. Designed for maximum sound absorption and thermal insulation,the rear cab wall will be insulated with a 1.50"thick open cell acoustical foam.The thermal protection of the foam will provide and R- value of 4 per 1.00"thickness. 0639675 Sun Visor,Smoked Lexan,AXT, SUN VISORS Dash CF,ImpNel,Saber Two(2)smoked Lexan TM sun visors provided.The sun visors will be located above the windshield FR/Enforcer with one(1)mounted on each side of the cab. There will be no retention bracket provided to help secure each sun visor in the stowed position. 0543257 Grab Handles,Driver Door Post& GRAB HANDLE Passenger Dash Panel,ImpNel A black rubber covered grab handle will be mounted on the door post of the driver side cab door to assist in entering the cab. The grab handle will be securely mounted to the post area between the door and windshield. A long rubber grab handle will be mounted on the dash board in front of the officer. 0583938 Lights,Engine Compt,Custom, ENGINE COMPARTMENT LIGHTS Auto Sw,Win 3SCOCDCR,3"LED,There will be one(1)Whelen,Model 3SCOCDCR,12 volt DC,3.00"white LED light(s)with Whelen, Trim Model 3FLANGEC,chrome flange kit(s)installed under the cab to be used as engine compartment illumination. These light(s)will be activated automatically when the cab is raised. 0122516 Fluid Check Access,ImpNel ACCESS TO ENGINE DIPSTICKS For access to the engine oil and transmission fluid dipsticks,there will be a door on the engine tunnel,inside the crew cab.The door will be on the rear wall of the engine tunnel,on the vertical surface.The door will be 17.75"wide x 12.75"high and be flush with the wall of the engine tunnel. The engine oil dipstick will allow for checking only.The transmission dipstick will allow for both checking and filling.An additional port will be provided for filling the engine oil. The door will have a rubber seal for thermal and acoustic insulation.One(1)flush latch will be provided on the access door. Bid#: 886 14 0652475 Map Box,12 Bins,PS Angled,30 MAP BOX Deg and Straight A map box with 12 bins will be installed on the engine tunnel.The map box will be approximately 24.00"wide x 27.00"deep x 6.50"high.The map box will be constructed of.125"aluminum and will be painted to match the cab interior. The passenger side of the map box will angle into the blister.The front of the map box will also match the front angle of the blister.The map box will be separated into two(2)sections by a permanent divider located front to rear.There will be approximately seven(7)bins toward the passenger side,with the dividers angled 30 degrees to the front.Each bin will be approximately 3.00" deep.Four(4)straight bins will be located to the driver side of the box,two(2)rows of two(2).Each bin being approximately 5.75"wide x 12.50"long.The angles section next to the engine tunnel blister will be open from the top from front to rear. 0583042 Side Roll and Frontal Impact CAB SAFETY SYSTEM Protection The cab will be provided with a safety system designed to protect occupants in the event of a side roll or frontal impact,and will include the following: A supplemental restraint system(SRS)sensor will be installed on a structural cab member behind the instrument panel.The SRS sensor will perform real time diagnostics of all critical subsystems and will record sensory inputs immediately before and during a side roll or frontal impact event. A slave SRS sensor will be installed in the cab to provide capacity for eight(8)crew cab seating positions. A fault-indicating light will be provided on the vehicle's instrument panel allowing the driver to monitor the operational status of the SRS system. A driver side front air bag will be mounted in the steering wheel and will be designed to protect the head and upper torso of the occupant,when used in combination with the 3-point seat belt. A passenger side knee bolster air bag will be mounted in the modesty panel below the dash panel and will be designed to protect the legs of the occupant,when used in combination with the 3-point seat belt. Air curtains will be provided in the outboard bolster of outboard seat backs to provide a cushion between occupant and the cab wall. Suspension seats will be provided with devices to retract them to the lowest travel position during a side roll or frontal impact event. Seat belts will be provided with pre-tensioners to remove slack from the seat belt during a side roll or frontal impact event. FRONTAL IMPACT PROTECTION The SRS system will provide protection during a frontal or oblique impact event.The system will activate when the vehicle decelerates at a predetermined G force known to cause injury to the occupants.The cab and chassis will have been subjected,via third party test facility,to a crash impact during frontal and oblique impact testing.Testing included all major chassis and cab components such as mounting straps for fuel and air tanks,suspension mounts,front suspension components,rear suspensions components,frame rail cross members,engine and transmission and their mounts,pump house and mounts,frame extensions and body mounts.The testing provided configuration specific information used to optimize the timing for firing the safety restraint system. The sensor will activate the pyrotechnic devices when the correct crash algorithm,wave form,is detected. The SRS system will deploy the following components in the event of a frontal or oblique impact event: Driver side front air bag Passenger side knee bolster air bag Air curtains mounted in the outboard bolster of outboard seat backs Suspension seats will be retracted to the lowest travel position Seat belts will be pre-tensioned to firmly hold the occupant in place SIDE ROLL PROTECTION The SRS system will provide protection during a fast or slow 90 degree roll to the side,in which the vehicle comes to rest on its side.The system will analyze the vehicle's angle and rate of roll to determine the optimal activation of the advanced occupant restraints. The SRS system will deploy the following components in the event of a side roll: Air curtains mounted in the outboard bolster of outboard seat backs Suspension seats will be retracted to the lowest travel position Seat belts will be pre-tensioned to firmly hold the occupant in place 0622617 Seating Capacity,6 Seats SEATING CAPACITY The seating capacity in the cab will be six(6). 0697005 Seat,Driver,Pierce PS6, DRIVER SEAT Premium,Air Ride,High Back, A Pierce PS6®seat will be provided in the cab for the driver.The seat design will be a cam action Safety type with air suspension.For increased convenience,the seat will include electric controls to adjust the rake(15 degrees),height(1.12"travel)and horizontal(7.75"travel)position.Electric controls will be located below the forward part of the seat cushion.To provide flexibility for multiple driver configurations,the seat will have a reclining back,adjustable from 20 degrees back to 45 degrees forward.Providing for maximum comfort,the seat back will be a high back style with manual lumbar adjustment lever,for lower back support,and will include minimum 7.50"deep side bolster pads for maximum support.The lumbar adjustment lever will be easily located at the lower outboard position of the seat cushion.For optimal comfort,the seat will be provided with 17.00"deep dual density foam cushions designed with EVC(elastomeric vibration control). The seat will include the following features incorporated into the side roll protection system: Side air curtain will be mounted integral to the outboard bolster of the seat back.The air curtain will be covered by a decorative panel when in the stowed position. A suspension seat safety system will be included.When activated in the event of a side roll,this system will pretension the seat belt and retract the seat to its lowest travel position. The seat will be furnished with a 3-point,shoulder type seat belt.The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. Bid#: 886 15 0587668 Seat,Officer,Pierce PS6,Base, OFFICER SEAT SCBA,Safety A Pierce PS6®seat will be provided in the cab for the officer.The seat will be a fixed type,with no suspension.For optimal comfort,the seat will be provided with 17.00"deep foam cushions.To ensure safe operation,the seat will be equipped with seat belt sensors in the seat cushion and belt receptacle that will activate an alarm indicating a seat is occupied but not buckled.The seat back will be an SCBA back style with 7.5 degree fixed recline angle,and will include minimum 4.50"wide x 7.50"deep side bolster pads for maximum support.The SCBA cavity will be adjustable from front to rear in 1.00"increments,to accommodate different sized SCBA cylinders.Moving the SCBA cavity will be accomplished by unbolting,relocating,and re-bolting it in the desired location. The seat will include the following features incorporated into the side roll protection system: Side air curtain will be mounted integral to the outboard bolster of the seat back.The air curtain will be covered by a decorative panel when in the stowed position. A seat safety system will be included.When activated,this system will pretension the seat belt. The seat will be furnished with a 3-point,shoulder type seat belt.The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. 0510037 Radio Compartment,Below Officer RADIO COMPARTMENT Seat,ImpNel A compartment for the radio amplifier will be located under the front passenger's seat.The size of the compartment will be approximately 16.00"wide x 7.50"high x 16.50"deep.A drop-down door with a chrome plated lift and turn latch will be provided for access.The compartment will be constructed of smooth aluminum and painted to match the cab interior. 0122183 Seat,Rear Facing C/C,DS REAR FACING DRIVER SIDE OUTBOARD SEAT Outboard,Pierce PS6,Premium, There will be one(1)rear facing,Pierce PS6®seat provided at the driver side outboard position in SCBA,Safety the crew cab.For optimal comfort,the seat will be provided with 17.00"deep dual density foam cushions designed with EVC(elastomeric vibration control).To ensure safe operation,the seat will be equipped with seat belt sensors in the seat cushion and belt receptacle.It will activate an alarm indicating a seat is occupied but not buckled. The seat back will be an SCBA back style with 7.5 degree fixed recline angle,and will include minimum 4.50"wide x 7.50"deep side bolster pads for maximum support.The SCBA cavity will be adjustable from front to rear in 1.00"increments,to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting,relocating,and re-bolting it in the desired location. The seat will include the following features incorporated into the side roll protection system: Side air curtain will be mounted integral to the outboard bolster of the seat back.The air curtain will be covered by a decorative panel when in the stowed position. A seat safety system will be included.When activated,this system will pretension the seat belt around the occupant to firmly hold them in place in the event of a side roll. The seat will be furnished with a 3-point,shoulder type seat belt.The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. 0102783 Not Required,Seat,Rr Facing C/C,Center 0122186 Seat,Rear Facing C/C,PS REAR FACING PASSENGER SIDE OUTBOARD SEAT Outboard,Pierce PS6,Premium, There will be one(1)rear facing,Pierce PS60 seat provided at the passenger side outboard position SCBA,Safety in the crew cab.For optimal comfort,the seat will be provided with 17.00"deep dual density foam cushions designed with EVC(elastomeric vibration control).To ensure safe operation,the seat will be equipped with seat belt sensors in the seat cushion and belt receptacle that will activate an alarm indicating a seat is occupied but not buckled.The seat back will be an SCBA back style with 7.5 degree fixed recline angle,and will include minimum 4.50"wide x 7.50"deep side bolster pads for maximum support.The SCBA cavity will be adjustable from front to rear in 1.00"increments to accommodate different sized SCBA cylinders.Moving the SCBA cavity will be accomplished by unbolting,relocating,and re-bolting it in the desired location. The seat will include the following features incorporated into the side roll protection system: Side air curtain will be mounted integral to the outboard bolster of the seat back.The air curtain will be covered by a decorative panel when in the stowed position. A seat safety system will be included.When activated,this system will pretension the seat belt and firmly hold the occupant in the event of a side roll. The seat will be furnished with a 3-point,shoulder type seat belt.The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. 0108189 Not Required,Seat,Forward Facing C/C,DS Outboard 0122744 Seat,Forward Facing C/C,Center, FORWARD FACING CENTER SEATS (2)Pierce PS6,Premium,SCBA, There will be two(2)forward facing,Pierce PS6®seats provided at the center position in the crew Safety cab.For optimal comfort,the seats will be provided with 17.00"deep dual density foam cushions designed with EVC(elastomeric vibration control).To ensure safe operation,the seats will be equipped with seat belt sensors in the seat cushion and belt receptacle that will activate an alarm indicating a seat is occupied but not buckled. The seat backs will be an SCBA back style with 7.5 degree fixed recline angle,and will include minimum 4.50"wide x 7.50"deep side bolster pads for maximum support.The SCBA cavity will be adjustable from front to rear in 1.00"increments,to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting,relocating,and re-bolting it in the desired location. The seats will include the following feature incorporated into the side roll protection system: A seat safety system will be included.When activated,this system will pretension the seat belts around the occupants to firmly hold them in place in the event of a side roll. The seats will be furnished with 3-point,shoulder type seat belts.The seat belts will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. 0108190 Not Required,Seat,Forward Facing C/C,PS Outboard 0566653 Upholstery,Seats In Cab,Turnout SEAT UPHOLSTERY Tuff All seat upholstery will be black Turnout Tuff material. Bid#: 886 16 0543991 Bracket,Air Bottle,Hands-Free II, AIR BOTTLE HOLDERS Cab Seats All SCBA type seats in the cab will have a"Hands-Free"auto clamp style bracket in its backrest.For efficiency and convenience,the bracket will include an automatic spring clamp that allows the occupant to store the SCBA bottle by simply pushing it into the seat back.For protection of all occupants in the cab,in the event of an accident,the inertial components within the clamp will constrain the SCBA bottle in the seat and will exceed the NFPA standard of 9G. There will be a quantity of five(5)SCBA brackets. 0603867 Seat Belt,ReadyReach SEAT BELTS All seating positions in the cab,crew cab and tiller cab(if applicable)will have red seat belts. To provide quick,easy use for occupants wearing bunker gear,the female buckle and seat belt webbing length will meet or exceed the current edition of NFPA 1901 and CAN/ULC-S515 standards. The 3-point shoulder type seat belts will also include the ReadyReach D-loop assembly to the shoulder belt system.The ReadyReach feature adds an extender arm to the D-loop location placing the D-loop in a closer,easier to reach location. 0604863 Seat Belt Height Adjustment,6 SHOULDER HARNESS HEIGHT ADJUSTMENT Seats,ImpNel,Dash CF All seating positions furnished with 3-point shoulder type seat belts will include a height adjustment. This adjustment will optimize the belts effectiveness and comfort for the seated firefighter. A total of six(6)seating positions will have the adjustable shoulder harness. 0602464 Helmet Storage,Provided by Fire HELMET STORAGE PROVIDED BY FIRE DEPARTMENT Department,NFPA 2016 NFPA 1901,2016 edition,section 14.1.7.4.1 requires a location for helmet storage be provided. There is no helmet storage on the apparatus as manufactured.The fire department will provide a location for storage of helmets. 0647647 Lights,Dome,FRP Dual LED 4 Lts CAB DOME LIGHTS There will be four(4)dual LED dome lights with black bezels provided.Two(2)lights will be mounted above the inside shoulder of the driver and officer and two(2)lights will be installed and located,one (1)on each side of the crew cab. The color of the LED's will be red and white. The white LED's will be controlled by the door switches and the lens switch. The color LED's will be controlled by the lens switch. In order to ensure exceptional illumination,each white LED dome light will provide a minimum of 10.1 foot-candles(fc)covering an entire 20.00"x 20.00"square seating position when mounted 40.00" above the seat. 0631776 Not Required,Overhead Map Lights 0602637 Portable Hand Light,Provided by PORTABLE HAND LIGHTS,PROVIDED BY FIRE DEPARTMENT Fire Dept,Pumper NFPA 2016 NFPA 1901,2016 edition,section 5.9.4 requires two portable hand lights mounted in brackets Classification fastened to the apparatus. The hand lights are not on the apparatus as manufactured.The fire department will provide and mount these hand lights. 0594554 Cab Instruments,Blk Gags,Blk CAB INSTRUMENTATION Bez,Impel 2010 The cab instrument panel will consist of gauges,an LCD display,telltale indicator lights,alarms, control switches,and a diagnostic panel.The function of instrument panel controls and switches will be identified by a label adjacent to each item.Actuation of the headlight switch will illuminate the labels in low light conditions.Telltale indicator lamps will not be illuminated unless necessary.The cab instruments and controls will be conveniently located within the forward cab section directly forward of the driver.Gauge and switch panels will be designed to be removable for ease of service and low cost of ownership. GAUGES The gauge panel will include the following ten(10)black gauges with black bezels to monitor vehicle performance: Voltmeter gauge(Volts) Low volts(11.8 VDC) Amber indicator on gauge assembly with alarm High volts(15 VDC) Amber indicator on gauge assembly with alarm Very low volts(11.3 VDC) Amber indicator on gauge assembly with alarm Very high volts(16 VDC) Amber indicator on gauge assembly with alarm Tachometer(RPM) Speedometer(Primary(outside)MPH,Secondary(inside)Km/H) Fuel level gauge(Empty-Full in fractions) Low fuel(1/8 full) Amber indicator on gauge assembly with alarm Very low fuel(1/32)fuel Amber indicator on gauge assembly with alarm Engine oil pressure gauge(PSI) Low oil pressure to activate engine warning lights and alarms Red indicator on gauge assembly with alarm Front air pressure gauge(PSI) Low air pressure to activate warning lights and alarm Red indicator on gauge assembly with alarm Rear air pressure gauge(PSI) Low air pressure to activate warning lights and alarm Red indicator on gauge assembly with alarm Transmission oil temperature gauge(Fahrenheit) High transmission oil temperature activates warning lights and alarm Amber indicator on gauge assembly with alarm Engine coolant temperature gauge(Fahrenheit) High engine temperature activates an engine warning light and alarm Bid#: 886 17 Red indicator on gauge assembly with alarm Diesel Exhaust Fluid Level Gauge(Empty-Full in fractions) Low fluid(1/8 full) Amber indicator on gauge assembly with alarm All gauges and gauge indicators will perform prove out at initial power-up to ensure proper performance. INDICATOR LAMPS To promote safety,the following telltale indicator lamps will be integral to the gauge assembly and are located above and below the center gauges.The indicator lamps will be "dead-front"design that is only visible when active.The colored indicator lights will have descriptive text or symbols. The following amber telltale lamps will be present: Low coolant Trac cntl(traction control)(where applicable) Check engine Check trans(check transmission) Aux brake overheat(Auxiliary brake overheat) Air rest(air restriction) Caution(triangle symbol) Water in fuel DPF(engine diesel particulate filter regeneration) Trailer ABS(where applicable) Wait to start(where applicable) HET(engine high exhaust temperature)(where applicable) ABS(antilock brake system) MIL(engine emissions system malfunction indicator lamp)(where applicable) SRS(supplemental restraint system)fault(where applicable) DEF(low diesel exhaust fluid level) The following red telltale lamps will be present: Warning(stop sign symbol) Seat belt Parking brake Stop engine Rack down The following green telltale lamps will be provided: Left turn Right turn Battery on The following blue telltale lamp will be provided: High beam ALARMS Audible steady tone warning alarm:A steady audible tone alarm will be provided whenever a warning message is present. Audible pulsing tone caution alarm:A pulsing audible tone alarm(chime/chirp)will be provided whenever a caution message is present without a warning message being present. Alarm silence:Any active audible alarm will be able to be silenced by holding the ignition switch at the top position for three(3)to(5)seconds.For improved safety,silenced audible alarms will intermittently chirp every 30 seconds until the alarm condition no longer exists. The intermittent chirp will act as a reminder to the operator that a caution or warning condition still exists.Any new warning or caution condition will enable the steady or pulsing tones respectively. INDICATOR LAMP AND ALARM PROVE-OUT Telltale indicators and alarms will perform prove-out at initial power-up to ensure proper performance. CONTROL SWITCHES For ease of use,the following controls will be provided immediately adjacent to the cab instrument panel within easy reach of the driver. Emergency master switch:A molded plastic push button switch with integral indicator lamp will be provided.Pressing the switch will activate emergency response lights and siren control.A green lamp on the switch provides indication that the emergency master mode is active.Pressing the switch again disables the emergency master mode. Headlight/Parking light switch:A three(3)-position maintained rocker switch will be provided.The first switch position will deactivate all parking lights and the headlights.The second switch position will activate the parking lights.The third switch position will activate the headlights. Panel backlighting intensity control switch:A three(3)-position momentary rocker switch will be provided.The first switch position decreases the panel backlighting intensity to a minimum level as the switch is held.The second switch position is the default position that does not affect the backlighting intensity.The third switch position increases the panel backlighting intensity to a maximum level as the switch is held. The following standard controls will be integral to the gauge assembly and are located below the right hand gauges.All switches have backlit labels for low light applications. High idle engagement switch:A two(2)-position momentary rocker switch with integral indicator lamp will be provided.The first switch position is the default switch position.The second switch position will activate and deactivate the high idle function when pressed and released.The"Ok To Engage High Idle"indicator lamp must be active for the high idle function to engage.A green indicator lamp integral to the high idle engagement switch will indicate when the high idle function is engaged. "Ok To Engage High Idle"indicator lamp:A green indicator light will be provided next to the high idle activation switch to indicate that the interlocks have been met to allow high idle engagement. The following standard controls will be provided adjacent to the cab gauge assembly within easy reach of the driver.All switches will have backlit labels for low light applications. Ignition switch:A three(3)-position maintained/momentary rocker switch will be provided. The first switch position will deactivate vehicle ignition.The second switch position will activate vehicle ignition.The third momentary position will disable the Command Zone audible alarm if held for three(3)to five(5)seconds.A green indicator lamp will be activated with vehicle ignition. Bid#: 886 18 mow Engine start switch:A two(2)-position momentary rocker switch will be provided.The first switch position is the default switch position.The second switch position will activate the vehicle's engine.The switch actuator is designed to prevent accidental activation. 4-way hazard switch:A two(2)-position maintained rocker switch will be provided.The first switch position will deactivate the 4-way hazard switch function.The second switch position will activate the 4-way hazard function.The switch actuator will be red and includes the international 4-way hazard symbol. Heater,defroster,and optional air conditioning control panel:A control panel with membrane switches will be provided to control heater/defroster temperature and heater,defroster,and air conditioning fan speeds.A green LED status bar will indicate the relative temperature and fan speed settings. Turn signal arm:A self-canceling turn signal with high beam headlight and windshield wiper/washer controls will be provided.The windshield wiper control will have high,low,and intermittent modes. Parking brake control:An air actuated push/pull park brake control valve will be provided. Chassis horn control:Activation of the chassis horn control will be provided through the center of the steering wheel. CUSTOM SWITCH PANELS The design of cab instrumentation will allow for emergency lighting and other switches to be placed within easy reach of the operator thus improving safety.There will be positions for up to four(4)switch panels in the overhead console on the driver's side,up to four(4)switch panels in the engine tunnel console facing the driver,up to four(4)switch panels in the overhead console on the officer's side and up to two(2)switch panels in the engine tunnel console facing the officer.All switches will have backlit labels for low light applications. DIAGNOSTIC PANEL A diagnostic panel will be accessible while standing on the ground and located inside the driver's side door left of the steering column.The diagnostic panel will allow diagnostic tools such as computers to connect to various vehicle systems for improved troubleshooting providing a lower cost of ownership.Diagnostic switches will allow ABS systems to provide blink codes should a problem exist.The diagnostic panel will include the following: Engine diagnostic port Transmission diagnostic port ABS diagnostic port SRS diagnostic port(where applicable) Command Zone USB diagnostic port ABS diagnostic switch(blink codes flashed on ABS telltale indicator) Diesel particulate filter regeneration switch(where applicable) Diesel particulate filter regeneration inhibit switch(where applicable) CAB LCD DISPLAY A digital four(4)-row by 20-character dot matrix display will be integral to the gauge panel. The display will be capable of showing simple graphical images as well as text.The display will be split into three(3)sections.Each section will have a dedicated function.The upper left section will display the outside ambient temperature.The upper right section will display odometer,trip mileage,PTO hours,fuel consumption,engine hours,and other configuration specific information.The bottom section will display INFO,CAUTION,and WARNING messages.Text messages will automatically activate to describe the cause of an audible caution or warning alarm.The LCD will be capable of displaying multiple text messages should more than one caution or warning condition exist. 0509511 Air Restriction Indicator,ImpNel, AIR RESTRICTION INDICATOR AXT,Dash CF,Enf MUX A high air restriction warning indicator light LCD message with amber warning indicator and audible alarm shall be provided. 0543751 Light,Do Not Move Apparatus "DO NOT MOVE APPARATUS"INDICATOR A flashing red indicator light,located in the driving compartment,will be illuminated automatically per the current NFPA requirements. The light will be labeled"Do Not Move Apparatus If Light Is On." The same circuit that activates the Do Not Move Apparatus indicator will activate a pulsing alarm when the parking brake is released. 0509042 Messages,Open Door/Do Not DO NOT MOVE TRUCK MESSAGES Move Truck,MUX w/Color Display Messages will be displayed on the Command Zone TM,color display located within sight of the driver whenever the Do Not Move Truck light is active.The messages will designate the item or items not in the stowed for vehicle travel position(parking brake disengaged). The following messages will be displayed(where applicable): Do Not Move Truck DS Cab Door Open(Driver Side Cab Door Open) PS Cab Door Open(Passenger's Side Cab Door Open) DS Crew Cab Door Open(Driver Side Crew Cab Door Open) PS Crew Cab Door Open(Passenger's Side Crew Cab Door Open) DS Body Door Open(Driver Side Body Door Open) PS Body Door Open(Passenger's Side Body Door Open) Rear Body Door Open DS Ladder Rack Down(Driver Side Ladder Rack Down) PS Ladder Rack Down(Passenger Side Ladder Rack Down) Deck Gun Not Stowed Lt Tower Not Stowed(Light Tower Not Stowed) Fold Tank Not Stowed(Fold-A-Tank Not Stowed) Aerial Not Stowed(Aerial Device Not Stowed) Stabilizer Not Stowed Steps Not Stowed Handrail Not Stowed Any other device that is opened,extended,or deployed that creates a hazard or is likely to cause major damage to the apparatus if the apparatus is moved will be displayed as a caution message after the parking brake is disengaged. Bid#: 886 19 0611681 Switching,Cab,Membrane, SWITCH PANELS ImpelNelocity/Quantum,Dash CF, The emergency light switch panel will have a master switch for ease of use plus individual switches AXT WiFi MUX for selective control.Each switch panel will contain eight(8)membrane-type switches each rated for one million(1,000,000)cycles.Panels containing less than eight(8)switch assignments will include non-functioning black appliqués.Documentation will be provided by the manufacturer indicating the rated cycle life of the switches.The switch panel(s)will be located in the overhead position above the windshield on the driver side overhead to allow for easy access. Additional switch panel(s)will be located in the overhead position(s)above the windshield or in designated locations on the lower instrument panel layout. The switches will be membrane-type and also act as an integral indicator light.For quick,visual indication the entire surface of the switch will be illuminated white whenever back lighting is activated and illuminated green whenever the switch is active.An active illuminated switch will flash when interlock requirements are not met or device is actively being load managed.For ease of use,a two (2)-ply,scratch resistant laser engraved Gravoply label indicating the use of each switch will be placed in the center of the switch.The label will allow light to pass through the letters for ease of use in low light conditions. 0555915 Wiper Control,2-Speed with WIPER CONTROL Intermittent,MUX,ImpelNelocity For simple operation and easy reach,the windshield wiper control will be an integral part of the directional light lever located on the steering column.The wiper control will include high and low wiper speed settings,a one(1)-speed intermittent wiper control and windshield washer switch.The control will have a"return to park"provision,which allows the wipers to return to the stored position when the wipers are not in use. 0560535 Wiring,Spare,15 A 12V DC 4th SPARE CIRCUIT There will be one(1)pair of wires,including a positive and a negative,installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate Mounting Plate at the transition of the Raised roof. Termination will be with a 10-place bus bar with screws and removable cover. Wires will be sized to 125 percent of the protection. This circuit(s)may be load managed when the parking brake is set. 0548004 Wiring,Spare,15 A 12V DC 1st SPARE CIRCUIT There will be one(1)pair of wires,including a positive and a negative,installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power The negative wire will be connected to ground Wires will be protected to 15 amps at 12 volts DC Power and ground will terminate officer side dash area Termination will be with heat shrinkable butt splicing Wires will be sized to 125 percent of the protection The circuit(s)may be load managed when the parking brake is set. 0548006 Wiring,Spare,15 A 12V DC 2nd SPARE CIRCUIT There will be two(2)pair of wires,including a positive and a negative,installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate Officer Side Dash Panel. Termination will be with 15 amp,power point plug with rubber cover. Wires will be sized to 125%of the protection. This circuit(s)may be load managed when the parking brake is set. 0548007 Wiring,Spare,15 A 12V DC 3rd SPARE CIRCUIT There will be two(2)pair of wires,including a positive and a negative,installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate Behind Driver and Officer seats. Termination will be with a 10-place bus bar with screws and removable cover. Wires will be sized to 125%of the protection. This circuit(s)may be load managed when the parking brake is set. 0615214 Vehicle Information Center,LCD INFORMATION CENTER On Gauge Cluster w/7"Color An LCD display integral to the cab gauge panel will be included as outlined in the cab instrumentation Disp,Touchscreen,lmp area. ADDITIONAL INFORMATION CENTER An information center employing a 7.00"diagonal touch screen color LCD display will be encased in an ABS plastic housing and will be located on the in view of the driver per the instrument panel layout diagram. The information center will have the following specifications: Operate in temperatures from-40 to 185 degrees Fahrenheit An Optical Gel will be placed between the LCD and protective lens Five weather resistant user interface switches Grey with black accents Sunlight Readable Linux operating system Minimum of 1000nits rated display Display can be changed to an available foreign language. Programmed to read US Customary GENERAL SCREEN DESIGN Where possible,background colors will be used to provide"At a Glance"vehicle information.If Bid#: 886 20 information provided on a screen is within acceptable limits,a green background will be used. If a caution or warning situation arises the following will occur: An amber background/text color will indicate a caution condition A red background/text color will indicate a warning condition The information center will utilize an"Alert Center"to display text messages for audible alarm tones. The text messages will be written to identify the item(s)causing the audible alarm to sound.If more than one(1)text message occurs,the messages will cycle every second until the problem(s)have been resolved.The background color for the"Alert Center"will change to indicate the severity of the "warning"message.If a warning and a caution condition occur simultaneously,the red background color will be shown for all alert center messages. A label for each button will exist.The label will indicate the function for each active button for each screen.Buttons that are not utilized on specific screens will have a button label with no text or symbol. HOME/TRANSIT SCREEN This screen will display the following: Vehicle Mitigation(if equipped) Water Level(if equipped) Foam Level(if equipped) Seat Belt Monitoring Screen Tire Pressure Monitoring(if equipped) Digital Speedometer Active Alarms ON SCENE SCREEN This screen will display the following and will be auto activated with pump engaged(if equipped): Battery Voltage Fuel Oil Pressure Coolant Temperature RPM Water Level(if equipped) Foam Level(if equipped) Foam Concentration(if equipped) Water Flow Rate(if equipped) Water Used(if equipped) Active Alarms VIRTUAL BUTTONS There will be four(4)virtual switch panel screens that match the overhead and lower lighting and HVAC switch panels. PAGE SCREEN The page screen will display the following and allow the user to progress into other screens for further functionality: Diagnostics Faults Listed by order of occurrence Allows to sort by system Interlock Throttle Interlocks Pump Interlocks(if equipped) Aerial Interlocks(if equipped) PTO Interlocks(if equipped) Load Manager A list of items to be load managed will be provided.The list will provide a description of the load. The lower the priority numbers the earlier the device will be shed should a low voltage condition occur. The screen will indicate if a load has been shed(disabled)or not shed. "At a glance"color features are utilized on this screen. Systems Command Zone Module type and ID number Module Version Input or output number Circuit number connected to that input or output Status of the input or output Power and Constant Current module diagnostic information Foam(if equipped) Pressure Controller(if equipped) Generator Frequency(if equipped) Live Data General Truck Data Maintenance Engine oil and filter Transmission oil and filter Water pump oil(if equipped) Foam(if equipped) Aerial(if equipped) Setup Clock Setup Date&Time 12 or 24 hour format Set time and date Backlight Daytime Night time Sensitivity Unit Selection Home Screen Virtual Button Setup On Scene Screen Setup Bid#: 886 21 Configure Video Mode Set Video Contrast Set Video Color Set Video Tint Do Not Move The screen will indicate the approximate location and type of item that is open or is not stowed for travel.The actual status of the following devices will be indicate Driver Side Cab Door Passenger's Side Cab Door Driver Side Crew Cab Door Passenger's Side Crew Cab Door Driver Side Body Doors Passenger's Side Body Doors Rear Body Door(s) Ladder Rack(if applicable) Deck Gun(if applicable) Light Tower(if applicable) Hatch Door(if applicable) Stabilizers(if applicable) Steps(if applicable) Notifications View Active Alarms Shows a list of all active alarms including date and time of the occurrence is shown with each alarm Silence Alarms-All alarms are silenced Timer Screen HVAC(if equipped) Tire Information(if equipped) Ascendant Set Up Information(if equipped) Button functions and button labels may change with each screen. 0606247 Vehicle Data Recorder w/CZ VEHICLE DATA RECORDER Display Seat Belt Monitor There will be a vehicle data recorder(VDR)capable of reading and storing vehicle information provided. The information stored on the VDR can be downloaded through a USB port mounted in a convenient location determined by cab model.A USB cable can be used to connect the VDR to a laptop to retrieve required information.The program to download the information from the VDR will be available to download on-line. The vehicle data recorder will be capable of recording the following data via hardwired and/or CAN inputs: Vehicle Speed-MPH Acceleration-MPH/sec Deceleration-MPH/sec Engine Speed-RPM Engine Throttle Position-%of Full Throttle ABS Event-On/Off Seat Occupied Status-Yes/No by Position Seat Belt Buckled Status-Yes/No by Position Master Optical Warning Device Switch-On/Off Time-24 Hour Time Date-Year/Month/Day Seat Belt Monitoring System A seat belt monitoring system(SBMS)will be provided on the Command ZoneT'color display.The SBMS will be capable of monitoring up to 10 seating positions indicating the status of each seat position per the following: Seat Occupied&Buckled=Green LED indicator illuminated Seat Occupied&Unbuckled=Red LED indicator with audible alarm No Occupant&Buckled=Red LED indicator with audible alarm No Occupant&Unbuckled=No indicator and no alarm The seat belt monitoring screen will become active on the Command Zone color display when: The home screen is active: and there is any occupant seated but not buckled or any belt buckled with an occupant. and there are no other Do Not Move Apparatus conditions present.As soon as all Do Not Move Apparatus conditions are cleared,the SBMS will be activated. The SBMS will include an audible alarm that will warn that an unbuckled occupant condition exists and the parking brake is released,or the transmission is not in park. 0682830 Antenna Only,GPS,For Standard ANTENNA ONLY,GPS NMO Mount There will be one(1)Laird/Antenex,Model GPSU15M,low profile 3-5 volt GPS antenna with active ceramic antenna element housed in durable ABS plastic installed onto the NMO mount located Run To the officer side dash panel.The cable will be routed to:routed to the cab console. 0696439 Antenna Mount,Custom Chassis, RADIO ANTENNA MOUNT Cable Routed to Instrument Panel There will be one(1)standard 1.125",18 thread antenna-mounting base(s)installed on the right side Area on the cab roof with high efficiency,low loss,coaxial cable(s)routed to the instrument panel area.A weatherproof cap will be installed on the mount. 0615106 Pierce Command Zone,Advanced ELECTRICAL POWER CONTROL SYSTEM Electronics&Control System, The primary power distribution will be located forward of the officer's seating position and be easily Impel,WiFi accessible while standing on the ground for simplified maintenance and troubleshooting.Additional electrical distribution centers will be provided throughout the vehicle to house the vehicle's electrical power,circuit protection,and control components.The electrical distribution centers will be located strategically throughout the vehicle to minimize wire length.For ease of maintenance,all electrical distribution centers will be easily accessible.All distribution centers containing fuses,circuit breakers and/or relays will be easily accessible. Distribution centers located throughout the vehicle will contain battery powered studs for supplying customer installed equipment thus providing a lower cost of ownership. Circuit protection devices,which conform to SAE standards,will be utilized to protect electrical circuits.All circuit protection devices will be rated per NFPA requirements to prevent wire and Bid#: 886 22 component damage when subjected to extreme current overload.General protection circuit breakers will be Type-I automatic reset(continuously resetting).When required,automotive type fuses will be utilized to protect electronic equipment.Control relays and solenoid will have a direct current rating of 125 percent of the maximum current for which the circuit is protected per NFPA. SOLID-STATE CONTROL SYSTEM A solid-state electronics based control system will be utilized to achieve advanced operation and control of the vehicle components.A fully computerized vehicle network will consist of electronic modules located near their point of use to reduce harness lengths and improve reliability.The control system will comply with SAE J1939-11 recommended practices. The control system will operate as a master-slave system whereas the main control module instructs all other system components.The system will contain patented Mission Critical software that maintains critical vehicle operations in the unlikely event of a main controller error.The system will utilize a Real Time Operating System(RTOS)fully compliant with OSEKNDXTM specifications providing a lower cost of ownership. For increased reliability and simplified use the control system modules will include the following attributes: Green LED indicator light for module power Red LED indicator light for network communication stability status Control system self test at activation and continually throughout vehicle operation No moving parts due to transistor logic Software logic control for NFPA mandated safety interlocks and indicators Integrated electrical system load management without additional components Integrated electrical load sequencing system without additional components Customized control software to the vehicle's configuration Factory and field re programmable to accommodate changes to the vehicle's operating parameters Complete operating and troubleshooting manuals USB connection to the main control module for advanced troubleshooting To assure long life and operation in a broad range of environmental conditions,the solid-state control system modules will meet the following specifications: Module circuit board will meet SAE J771 specifications Operating temperature from-40C to+70C Storage temperature from-40C to+70C Vibration to 50g IP67 rated enclosure(Totally protected against dust and also protected against the effect of temporary immersion between 15 centimeters and one(1)meter) Operating voltage from eight(8)volts to 16 volts DC The main controller will activate status indicators and audible alarms designed to provide warning of problems before they become critical. CIRCUIT PROTECTION AND CONTROL DIAGRAM Copies of all job-specific,computer network input and output(I/O)connections will be provided with each chassis.The sheets will indicate the function of each module connection point,circuit protection information(where applicable),wire numbers,wire colors and load management information. ON-BOARD ELECTRICAL SYSTEM DIAGNOSTICS Advanced on-board diagnostic messages will be provided to support rapid troubleshooting of the electrical power and control system.The diagnostic messages will be displayed on the information center located at the driver's position. The on-board information center will include the following diagnostic information: Text description of active warning or caution alarms Simplified warning indicators Amber caution indication with intermittent alarm Red warning indication with steady tone alarm TECH MODULE WITH WIFI An in cab module will provide WiFi wireless interface and data logging capability.The WiFi interface will comply with IEEE 802.11 b/g/n capabilities while communicating at 2.4 Gigahertz.The module will provide an external antenna connection allowing a line of site communication range of up to 300 feet with a roof mounted antenna. The module will transmit a password protected web page to a WiFi enabled device(i.e.most smart phones,tablets or laptops)allowing two levels of user interaction.The firefighter level will allow vehicle monitoring of the vehicle and firefighting systems on the apparatus.The technician level will allow diagnostic access to inputs and outputs installed on the Command ZoneTM,control and information system. The data logging capability will record faults from the engine,transmission,ABS and Command Zone,control and information systems as they occur.No other data will be recorded at the time the fault occurs.The data logger will provide up to 2 Gigabytes of data storage. A USB connection will be provided on the Tech Module.It will provide a means to download data logger information and update software in the device. PROGNOSTICS A software based vehicle tool will be provided to predict remaining life of the vehicles critical fluid and events. The system will send automatic indications to the Command Zone,color display and/or wireless enabled device to proactively alert of upcoming service intervals. Prognostics will include: Engine oil and filter Transmission oil and filter Pump oil(if equipped) Foam oil(if equipped) Aerial oil and filter(if equipped) ADVANCED DIAGNOSTICS An advanced,Windows-based,diagnostic software program will be provided for this control system. The software will provide troubleshooting tools to service technicians equipped with a Windows- based computer or wireless enabled device. The service and maintenance software will be easy to understand and use and have the ability to view system input/output(I/O)information. INDICATOR LIGHT AND ALARM PROVE-OUT SYSTEM A system will be provided which automatically tests basic indicator lights and alarms located on the cab instrument panel. VOLTAGE MONITOR SYSTEM Bid#: 886 23 A voltage monitoring system will be provided to indicate the status of the battery system connected to the vehicle's electrical load.The system will provide visual and audible warning when the system voltage is below or above optimum levels. The alarm will activate if the system falls below 11.8 volts DC for more than two(2)minutes. DEDICATED RADIO EQUIPMENT CONNECTION POINTS There will be three(3)studs provided in the primary power distribution center located in front of the officer for two-way radio equipment. The studs will consist of the following: 12-volt 40-amp battery switched power 12-volt 60-amp ignition switched power 12-volt 60-amp direct battery power There will also be a 12-volt 100-amp ground stud located in or adjacent to the power distribution center. ENHANCED SOFTWARE The solid-state control system will include the following software enhancements: All perimeter lights and scene lights(where applicable)will be deactivated when the parking brake is released. Cab and crew cab dome lights will remain on for ten(10)seconds for improved visibility after the doors close.The dome lights will dim after ten(10)seconds or immediately if the vehicle is put into gear. Cab and crew cab perimeter lights will remain on for ten(10)seconds for improved visibility after the doors close.The dome lights will dim after ten(10)seconds or immediately if the vehicle is put into gear. EMI/RFI PROTECTION To prevent erroneous signals from crosstalk contamination and interference,the electrical system will meet,at a minimum,SAE J551/2,thus reducing undesired electromagnetic and radio frequency emissions.An advanced electrical system will be used to ensure radiated and conducted electromagnetic interference(EMI)or radio frequency interference(RFI)emissions are suppressed at their source. The apparatus will have the ability to operate in the electromagnetic environment typically found in fire ground operations to ensure clean operations.The electrical system will meet,without exceptions,electromagnetic susceptibility conforming to SAE J1113/25 Region 1,Class C EMR for 10Khz-1GHz to 100 Volts/Meter.The vehicle OEM,upon request,will provide EMC testing reports from testing conducted on an entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE J1113/25 Region 1,Class C EMR for 10Khz-1 GHz to 100 Volts/Meter requirements. EMI/RFI susceptibility will be controlled by applying appropriate circuit designs and shielding.The electrical system will be designed for full compatibility with low-level control signals and high-powered two-way radio communication systems.Harness and cable routing will be given careful attention to minimize the potential for conducting and radiated EMI/RFI susceptibility. 0624255 Electrical System,Impel ELECTRICAL All 12-volt electrical equipment installed by the apparatus manufacturer will conform to modern automotive practices.All wiring will be high temperature crosslink type.Wring will be run,in loom or conduit,where exposed and have grommets where wire passes through sheet metal.Automatic reset circuit breakers will be provided which conform to SAE Standards.Wiring will be color,function and number coded.Function and number codes will be continuously imprinted on all wiring harness conductors at 2.00"intervals.Exterior exposed wire connectors will be positive locking,and environmentally sealed to withstand elements such as temperature extremes,moisture and automotive fluids. Electrical wiring and equipment will be installed utilizing the following guidelines: All holes made in the roof will be caulked with silicon.Large fender washers,liberally caulked,will be used when fastening equipment to the underside of the cab roof. Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it.Exposed area will be defined as any location outside of the cab or body. Electrical components designed to be removed for maintenance will not be fastened with nuts and bolts.Metal screws will be used in mounting these devices.Also a coil of wire will be provided behind the appliance to allow them to be pulled away from mounting area for inspection and service work. Corrosion preventative compound will be applied to all terminal plugs located outside of the cab or body.All non-waterproof connections will require this compound in the plug to prevent corrosion and for easy separation(of the plug). All lights that have their sockets in a weather exposed area will have corrosion preventative compound added to the socket terminal area. All electrical terminals in exposed areas will have silicon(1890)applied completely over the metal portion of the terminal. All lights and reflectors,required to comply with Federal Motor Vehicle Safety Standard#108,will be furnished.Rear identification lights will be recessed mounted for protection.Lights and wiring mounted in the rear bulkheads will be protected from damage by installing a false bulkhead inside the rear compartments. An operational test will be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests will be recorded and provided to the purchaser at time of delivery. Bid#: 886 24 0079166 Batteries,(4)Exide Grp 31,950 BATTERY SYSTEM CCA ea,Threaded Stud There will be four(4)12 volt Exide®,Model 31S950X3W,batteries that include the following features will be provided: 950 CCA,cold cranking amps 190 amp reserve capacity High cycle Group 31 Rating of 3800 CCA at 0 degrees Fahrenheit 760 minutes of reserve capacity Threaded stainless steel studs Each battery case will be a black polypropylene material with a vertically ribbed container for increased vibration resistance.The cover will be manifold vented with a central venting location to allow a 45 degree tilt capacity. The inside of each battery will consist of a"maintenance free"grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. 0008621 Battery System,Single Start,All BATTERY SYSTEM Custom Chassis There will be a single starting system with an ignition switch and starter button provided and located on the cab instrument panel. MASTER BATTERY SWITCH There will be a master battery switch provided within the cab within easy reach of the driver to activate the battery system. An indicator light will be provided on the instrument panel to notify the driver of the status of the battery system. 0123174 Battery Compartment,ImpNel BATTERY COMPARTMENTS The batteries will be stored in well-ventilated compartments that are located under the cab and bolted directly to the chassis frame.The battery compartments will be constructed of 3/16"steel plate and be designed to accommodate a maximum of three(3)group 31 batteries in each compartment.The compartments will include formed fit heavy-duty roto-molded polyethylene battery tray inserts with drains on each side of the frame rails.The batteries will be mounted inside of the roto-molded trays. JUMPER STUDS One(1)set of battery jumper studs with plastic color-coded covers will be installed on the battery box on the driver's side.This will allow enough room for easy jumper cable access. 0531338 Charger,Sngl Sys,Kussmaul, BATTERY CHARGER/AIR COMPRESSOR Pump Plus 1200,52-21-1100 There will be a KussmaulTM Pump Plus 1200,Model#52-21-1100,single output battery charger/air compressor system will be provided.A display bar graph indicating the state of charge will be included. The automatic charger will maintain one(1)set of batteries with a maximum output current of 40 amps. The 12-volt air compressor will be installed to maintain the air system pressure when the vehicle is not in use. There will be an auto pump timer installed between the pressure switch and the pump that will allow the pump to run for one hour than shut down for one hour. The battery charger will be wired to the AC shoreline inlet through an AC receptacle adjacent to this battery charger. 0636813 Location,Charger/Compr,Specify Battery charger/compressor will be located D1 Rear Wall. Location,PUC 0531403 Location,Battery Charger The battery charger indicator will be located near the driver's seat riser with special bracketry. Indicator,Driver's Seat with Bracket 0016857 Shoreline,20A 120V,Kussmaul AUTO EJECT FOR SHORELINE Auto Eject,091-55-20-120,Super There will be one(1)KussmaulTm,Model 091-55-20-120,20 amp 120 volt AC shoreline inlet(s) provided to operate the dedicated 120 volt AC circuits on the apparatus. The shoreline inlet(s)will include white weatherproof flip up cover(s). There will be a release solenoid wired to the vehicle's starter to eject the AC connector when the engine is starting. The shoreline(s)will be connected to the battery charger. There will be a mating connector body supplied with the loose equipment. There will be a label installed near the inlet(s)that state the following: Line Voltage Current Ratting(amps) Phase Frequency 0026800 Shoreline Location The shoreline receptacle will be located on the driver side of cab,above wheel. 0647728 Alternator,430 amp,Delco Remy ALTERNATOR 55SI A Delco Remy®,Model 55SI,alternator will be provided.It will have a rated output current of 430 amps,as measured by SAE method J56.The alternator will feature an integral regulator and rectifier system that has been tested and qualified to an ambient temperature of 257 degrees Fahrenheit(125 degrees Celsius).The alternator will be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. Bid#: 886 25 0092582 Load Manager/Sequencer,MUX ELECTRONIC LOAD MANAGER An electronic load management(ELM)system will be provided that monitors the vehicles 12-volt electrical system,automatically reducing the electrical load in the event of a low voltage condition, and automatically restoring the shed electrical loads when a low voltage condition expires.This ensures the integrity of the electrical system. For improved reliability and ease of use,the load manager system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load management tasks.Load management systems which require additional components will not be allowed. The system will include the following features: System voltage monitoring. A shed load will remain inactive for a minimum of five minutes to prevent the load from cycling on and off. Sixteen available electronic load shedding levels. Priority levels can be set for individual outputs. High Idle to activate before any electric loads are shed and deactivate with the service brake. If enabled: "Load Man Hi-Idle On"will display on the information center. Hi-Idle will not activate until 30 seconds after engine start up. Individual switch"on"indicator to flash when the particular load has been shed. The information center indicates system voltage. The information center,where applicable,includes a"Load Manager"screen indicating the following: Load managed items list,with priority levels and item condition. Individual load managed item condition: ON=not shed SHED=shed SEQUENCER A sequencer will be provided that automatically activates and deactivates vehicle loads in a preset sequence thereby protecting the alternator from power surges.This sequencer operation will allow a gradual increase or decrease in alternator output,rather than loading or dumping the entire 12 volt load to prolong the life of the alternator. For improved reliability and ease of use,the load sequencing system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load sequencing tasks.Load sequencing systems which require additional components will not be allowed. Emergency light sequencing will operate in conjunction with the emergency master light switch. When the emergency master switch is activated,the emergency lights will be activated one by one at half-second intervals.Sequenced emergency light switch indicators will flash while waiting for activation. When the emergency master switch is deactivated,the sequencer will deactivate the warning light loads in the reverse order. Sequencing of the following items will also occur,in conjunction with the ignition switch,at half- second intervals: Cab Heater and Air Conditioning Crew Cab Heater(if applicable) Crew Cab Air Conditioning(if applicable) Exhaust Fans(if applicable) Third Evaporator(if applicable) 0783153 Headlights,Rect LED,JW Spkr HEADLIGHTS Evo 2,AXT/DCF/Enf/Imp/SabNel There will be four(4)JW Speaker®,rectangular LED lights mounted in the front quad style,chrome housing on each side of the cab grille: the outside light on each side will contain a part number 055***1 low beam module the inside light on each side will contain a part number 055***1 high beam module the headlight to include chrome bezels The low beam lights will be activated when the headlight switch is on. The high beam and low beam lights will be activated when the headlight switch and the high beam switch is activated. 0648425 Light,Directional,Win 600 LED DIRECTIONAL LIGHTS Cmb,Cab Cm, There will be two(2)Whelen 600®series,LED combination directional/marker lights provided.The ImpNel/AXT/Qtm/DCF lights will be located on the outside cab corners,next to the headlights. The color of the lenses will be the same color as the LED's. 0620054 Light,Directional/Marker, INTERMEDIATE LIGHT Intermediate,Weldon 9186-8580- There will be two(2)Weldon,Model 9186-8580-29,amber LED turn signal marker lights furnished, 29 LED 2Its one(1)each side,in the rear fender panel.The light will double as a turn signal and marker light. 0648074 Lights,Clearance/Marker/ID,Front,CAB CLEARANCE/MARKER/ID LIGHTS P25 LED 7 Lts There will be seven(7)amber LED lights provided to indicate the presence and overall width of the vehicle in the following locations: Three(3)amber LED identification lights will be installed in the center of the cab above the windshield. Two(2)amber LED clearance lights will be installed,one(1)on each outboard side of the cab above the windshield. Two(2)amber LED marker lights will be installed,one(1)on each side above the cab doors. Bid#: 886 26 0088869 Lights,Clearance/Marker/ID,Rear, REAR CLEARANCE/MARKER/ID LIGHTING Truck-Lite 26250R LED 7Lts There will be three(3)Truck-Lite®,Model 26250R,LED lights used as identification lights located at the rear of the apparatus per the following: As close as practical to the vertical centerline Centers spaced not less than 6.00"or more than 12.00"apart Red in color All at the same height There will be two(2)Truck-Lite,Model 26250R,LED lights installed at the rear of the apparatus used as clearance lights located at the rear of the apparatus per the following: To indicate the overall width of the vehicle One(1)each side of the vertical centerline As near the top as practical Red in color To be visible from the rear All at the same height There will be two(2)Truck-Lite,Model 26250R,LED lights installed on the side of the apparatus as marker lights as close to the rear as practical per the following: To indicate the overall length of the vehicle One(1)each side of the vertical centerline As near the top as practical Red in color To be visible from the side All at the same height There will be two(2)red reflectors located on the rear of the truck facing to the rear.One(1)each side,as far to the outside as practical,at a minimum of 15.00",but no more than 60.00",above the ground. There will be two(2)red reflectors located on the side of the truck facing to the side.One(1)each side,as far to the rear as practical,at a minimum of 15.00",but no more than 60.00",above the ground. Per FMVSS 108 and CMVSS 108 requirements. 0517025 Lights,Tail,Wrap-around, REAR FMVSS LIGHTING Stop/Tail,Turn&Backup LED,Tri- There will be two(2)wrap around tri-cluster LED modules provided on the face of the rear body Cluster compartments. Each tri-cluster will include the following: One(1)LED stop/tail light One(1)LED directional light One(1)LED backup light 0085910 Lights,Backup Included in Signal Cluster 0664481 Bracket,License Plate&Light, LICENSE PLATE BRACKET P25 LED There will be one(1)license plate bracket mounted on the rear of the body. A white LED light will illuminate the license plate.A polished stainless steel light shield will be provided over the light that will direct illumination downward,preventing white light to the rear. 0589905 Alarm,Back-up Warning,PRECO BACK-UP ALARM 1040 A PRECO,Model 1040,solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse will be provided.The device will sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten(10)dBA above surrounding environmental noise levels. 0769569 Lights,Perimeter Cab,Amdor AY- CAB PERIMETER SCENE LIGHTS LB-12HW012 LED 4Dr There will be four(4)Amdor,Model AY-LB-12HW012,190 lumens each,12.00"white LED strip lights provided. One(1)under the driver's side cab access step. One(1)under the passenger's side cab access step. One(1)under the passenger's side crew cab access step. One(1)under the driver's side crew cab access step. The lights will be activated when the battery switch is on and the respective door is open and whenever control has been selected for the body perimeter lights. 0769559 Lights,Perimeter Pump House, PUMP HOUSE PERIMETER LIGHTS Amdor AY-LB-12HW012 LED 2lts There will be two(2)Amdor,Model AY-LB-12HWO12,190 lumens each,12.00"LED weatherproof strip lights with brackets provided under the pump panel running boards,one(1)each side. The lights will be activated when the battery switch is on,and controlled by the same means as the body perimeter lights. 0769560 Lights,Perimeter Body,Amdor AY- BODY PERIMETER SCENE LIGHTS LB-12HW012 LED 2lts,Rear Step There will be two(2)Amdor,Model AY-LB-12HW012,190 lumens each,12.00"12 volt DC LED strip lights provided at the rear step area of the body,one(1)each side shining to the rear. The perimeter scene lights will be activated when the parking brake is applied. 0556337 Lights,Step,P25 LED at Rear STEP LIGHTS Tailboard,2lts Perm Lts There will be two(2)white LED step lights will be provided at the rear to illuminate the tailboard/step area. In order to ensure exceptional illumination,each light will provide a minimum of 25 foot-candles(fc) covering an entire 15"x 15"square placed ten(10)inches below the light and a minimum of 1.5 fc covering an entire 30"x 30"square at the same ten(10)inch distance below the light. These step lights will be actuated with the perimeter scene lights. All other steps on the apparatus will be illuminated per the current edition of NFPA 1901. Bid#: 886 27 0776373 Light,Win,12V P*H2*Pioneer 12 VOLT LIGHTING LED,2nd There will two(2)Whelen®Model P*H2*,17,750 lumens 12 volt DC LED light(s)with flood optics installed on the apparatus located,PS Cab High and Center PS body High and center. The painted parts of this light assembly to be white The light(s)to be installed in a 15 degree vertical recessed chrome trim. The lights will be controlled by a switch at the driver's side switch panel and by a switch at the passenger's side switch panel. The light(s)may be load managed when the parking brake is applied. 0776383 Light,Win,12V P*H2*Pioneer 12 VOLT LIGHTING LED,1st There will two(2)Whelen®Model P*H2*,17,750 lumens 12 volt DC LED light(s)with flood optics installed on the apparatus located,DS Cab High and Centered DS Body High and Centered. The painted parts of this light assembly to be white The light(s)to be installed in a 15 degree vertical recessed chrome trim. The lights will be controlled by a switch at the driver's side switch panel and by a switch at the passenger's side switch panel. The light(s)may be load managed when the parking brake is applied. 0776357 Light,Visor,Win,12V P*H2* 12 VOLT LIGHTING Pioneer,Cnt Feature,1st There will be one(1)Whelen®Model P*H2*,17,750 lumens 12 volt DC light(s)with a combination of flood and spot optics provided on the front visor,centered. The painted parts of this light assembly to be white. The light(s)will be controlled by a switch at the driver's side switch panel. These light(s)may be load managed when the parking brake is applied. 0532358 Not Required,Deck Lights,Other Hose Bed&Rear Lighting 0645877 Lights,Hose Bed,Sides,Dual LED HOSE BED LIGHTS Light Strips There will be white 12 volt DC LED light strips with stainless steel protective cover,provided to light the hose bed area.Hose Bed lights will meet the photometric levels listed in NFPA 1901 for Hose Bed lighting requirements. Light strip(s)will be installed along the upper edge of the left side of the hose bed. Light strip(s)will be installed along the upper edge of the right side of the hose bed. The lights will be activated by a cup switch at the rear of the apparatus no more than 62.00"from the ground. 0645685 Lights,Rear Scene,Win,M6ZC REAR SCENE LIGHTS LED,M6P15C 15 Deg Brkt,42"- There will be two(2)Whelen,Model M6ZC,LED scene lights with Whelen,Model M6P15C,15 54"High degree chrome bezels installed at the rear of the apparatus.These lights will be installed between 42.00"and 54.00"above the ground. The lights will be controlled by a switch at the driver's side switch panel. 0709438 Light,Walking Surface,FRP Flood,WALKING SURFACE LIGHT LED There will be Model FRP,4"round black 12 volt DC LED floodlight with bolt mount provided to illuminate the entire designated walking surface on top of the body. The light will be activated when the body step lights are on. 0518282 Pumper,PUC,Aluminum 0554271 Body Skirt Height,20" 0682616 Tank,Water,1000 Gallon,Poly,67 WATER TANK LHB,PUC Booster tank will have a capacity of 1000 gallons and be constructed of UV stabilized ultra high impact polypropylene plastic by a manufacturer with a minimum of 20 years experience building tanks,is ISO 9001:2000 certified in all its manufacturing facilities,and has over 50,000 tanks in service. Tank joints and seams will be nitrogen welded inside and out. Tank will be baffled in accordance with NFPA Bulletin 1901 requirements. Baffles will have vent openings at both the top and bottom to permit movement of air and water between compartments. Longitudinal partitions will be constructed of.38"polypropylene plastic and will extend from the bottom of the tank through the top cover to allow for positive welding. Transverse partitions will extend from 4.00"off the bottom of the tank to the underside of the top cover. All partitions will interlock and will be welded to the tank bottom and sides. Tank top will be constructed of.50"polypropylene. It will be recessed.38"and will be welded to the tank sides and the longitudinal partitions. Tank top will be sufficiently supported to keep it rigid during fast filling conditions. Construction will include 2.00"polypropylene dowels spaced no more than 30.00"apart and welded to the transverse partitions. Two(2)of the dowels will be drilled and tapped(.50"diameter,13.00" deep)to accommodate lifting eyes. A sump that is 8.00"long x 8.00"wide x 6.00"deep will be provided at the bottom of the water tank. Sump will include a drain plug and the tank outlet. Tank will be installed in a fabricated cradle assembly constructed of structural steel. Sufficient crossmembers will be provided to properly support bottom of tank. Crossmembers will be constructed of steel bar channel or rectangular tubing. Tank will"float"in cradle to avoid torsional stress caused by chassis frame flexing. Rubber cushions, .50"thick x 3.00"wide,will be placed on all horizontal surfaces that the tank rests on. Stops or other provision will be provided to prevent an empty tank from bouncing excessively while moving vehicle. Mounting system will be approved by the tank manufacturer. Bid#: 886 28 NIL 0003405 Overflow,4.00"Water Tank,Poly Fill tower will be constructed of.50"polypropylene and will be a minimum of 8.00"wide x 14.00"long. Fill tower will be furnished with a.25"thick polypropylene screen and a hinged cover. An overflow pipe,constructed of 4.00"schedule 40 polypropylene,will be installed approximately halfway down the fill tower and extend through the water tank and exit to the rear of the rear axle. 0028104 Foam Cell Required 0633066 Sleeve through Tank One(1)sleeve will be provided in the water tank for a 3.00"pipe to the rear. 0553725 Restraint,Water Tank,Heavy WATER TANK RESTRAINT Duty,Special Type Tank,4x4,or A heavy-duty water tank restraint will be provided. Export 0003429 Not Required,Direct Tank Fill 0003424 Not Required,Dump Valve 0048710 Not Required,Jet Assist 0030007 Not Required,Dump Valve Chute 0514778 Not Required,Switch,Tank Dump Master 0597043 Body Height,PUC BODY HEIGHT The height of the body will be 92.00"from the bottom of the body to the top of the body. 0683290 Hose Bed,Aluminum,Pumper, HOSE BED PUC,67 LHB The hose bed will be fabricated of.125"-5052 aluminum with a nominal 38,000 psi tensile strength. Flooring of the hose bed will be removable aluminum grating with the top surface corrugated to aid in hose aeration.The grating slats will be a minimum of 0.50"x 4.50"with spacing between slats for hose ventilation. A cross divider will be provided at the front of the hose bed before the tank transitions from the lower section to the upper section.The divider will run from the top of the side sheet down below the hose bed grating. The hose bed will be directly above the rear compartment door.The dimension from the ground will be approximately 67.00"depending on the suspension and equipment load. The hose bed will be at a minimum 85.00"long. 0627877 Hose Bed Capacity,1000'of 5.00", The hose bed will accommodate 1000 feet of 5.00"hose and 1000 feet of 3.00"hose. 1000'of 3.00" 0003488 Divider,Hose Bed,Unpainted HOSE BED DIVIDER Two(2)adjustable hosebed dividers will be furnished for separating hose. Each divider will be constructed of a.125"brushed aluminum sheet fitted and fastened into a slotted, 1.50"diameter radiused extrusion along the top,bottom,and rear edge. Divider will be fully adjustable by sliding in tracks,located at the front and rear of the hose bed. Divider will be held in place by tightening bolts,at each end. Acorn nuts will be installed on all bolts in the hose bed which have exposed threads. 0023469 Compt,(2)Backboards,Vertical in BACKBOARD STORAGE COMPARTMENT Hose Bed A storage compartment,for two(2)backboards,will be located on the on the driver's side of the hose bed.The backboard compartment will consist of a permanent hose bed divider with a vertically hinged bright aluminum treadplate door and lift-and-turn latch.The backboards will be stored vertically in individual stainless steel troughs.Backboard compartment size will be TBD. 0609165 Compt,Hose Bed,Enclosed HOSE BED STORAGE A storage compartment will be located DS Hosebed For Stokes Basket in the hose bed.The compartment will be constructed using an aluminum surround to make this compartment as weather resistant as possible.The compartment will be TBD in size. A(n)aluminum treadplate door with a D-handle latch will be provided at the rear of the compartment. The door will be hinged on the left side. A section of grating is provided above the storage area. There will be 12 volt DC LED strip lights provided in the compartment.Opening the compartment door will automatically turn the compartment lighting on. 0530804 Cover,Hose Bed,Alum Treadplate HOSE BED COVER A two(2)section hose bed cover,constructed of.125"bright aluminum treadplate will be furnished. The cover will be hinged with full length stainless steel piano hinge.The sides will be slanted down. The cover will be reinforced so that it can support the weight of a man walking on the cover. The cover is designed with the left cover opening first. If access to the water tank fill tower is blocked by the hose bed cover,then a hinged door will be provided in it so that the tank may be filled without raising cover doors. Chrome grab handles and four(4)gas filled cylinders will be provided to assist in opening and closing the cover.A handrail is to be provided at the rear,in the center of the support,to assist in opening the cover. 0665193 Flap,Rear of Alum Hose Bed HOSEBED END FLAP Cover,One Piece,Vinyl There will be a blue vinyl flap will be installed on the rear of the hosebed. The vinyl flap will have nylon tie down straps,with quick release thumb spring buckles. Fasnap model 207668 stainless steel buckles will be attached to the flaps. The vinyl end skirt will be installed directly to the hosebed frame. Rubber coated hooks and stainless steel footman loops will secure the end skirUbed cover to the main body. Bid#: 886 29 MI11. 0525658 Running Boards,PUC RUNNING BOARDS A running board will be provided on each side of the front body to allow access to the backboard/crosslay storage area.The running boards will be designed with a grip pattern punched into.125"bright aluminum treadplate material providing support,slip resistance,and drainage. 0685333 Tailboard,16"Deep,Full Width, TAILBOARD PUC The tailboard will be constructed of.125"bright aluminum treadplate and spaced.50"from the body, as well as supported by a structural steel assembly. The tailboard area will be 16.00"deep and full width of the body. The exterior side will be flanged down and in for increased rigidity of tailboard structure. 0690029 Wall,Rear,Body Material,PUC, REAR WALL,BODY MATERIAL,PUC PUC Tanker,PRM The rear wall will be smooth and the same material as the body. The rear wall body material will be painted. Unpainted aluminum overlays will be provided to allow for chevron application and to provide continuously smooth rear wall panels. The outboard edges of the rear wall will be trimmed in polished stainless steel. 0003531 Tow Bar,Under Tailboard TOW BAR A tow bar will be installed under the tailboard at center of truck. Tow bar will be fabricated of 1.00"CRS bar rolled into a 3.00"radius. Tow bar assembly will be constructed of.38"structural angle.When force is applied to the bar,it will be transmitted to the frame rail. Tow bar assembly will be designed and positioned to allow up to a 30-degree upward angled pull of 17,000 Ib,or a 20,000 lb straight horizontal pull in line with the centerline of the vehicle. Tow bar design will have been fully tested and evaluated using strain gauge testing and finite element analysis techniques. 0793858 SP Mounting,Traffic Cones,Post/Fin MOUNTING FOR TRAFFIC CONES Style,Tailboard Mounting will be provided for traffic cones at the tailboard,PS Tailboard.Mounting will consist of a vertical post with treadplate fins and a formed aluminum treadplate base to hold the cones.The base will have sides on its right,left and rear.The front of the tray will be flanged down.Any edges of the tray will be rounded and smoothed.The mounting will be bolted to the tailboard.The mounting will be provided for cones that are TBD in dimensions. Bid#: 886 30 0656764 Construction,Compt,Alum, COMPARTMENTATION Pumper,PUC The apparatus body will be built of aluminum construction using a minimum of.125"thick,5052-H32 aluminum. The body panel assembly will be constructed in a fixture and consist of formed sheet metal for the front and rear bulkheads,door frames,floors,ceilings,and back walls.These parts will be welded together to ensure greatest longevity with no visible welds in compartment interior. Welded construction will consist of 1.00"x.38"engineered plug weld holes that control the size, location,and the amount of weld required.The bodies will be assembled and welded from engineered prints that call out the size,location,and type of weld required. In structural areas the sheet metal components will have flanges for welding.No butt joints will be allowed.Gussets and support posts will be provided for additional strength where needed. The fender panel will be an integral part of the complete welded body assembly.All light and compartment holes are pre punched prior to construction to provide accuracy and rounded corners to prevent stress risers in the material. Circular fender liners will be provided.For prevention of paint chips and ease of suspension maintenance the fender liners will be formed from brush finished 304L stainless steel,be unpainted, and removable for suspension maintenance. Compartment flooring will be of the sweep out design with the floor minimum of 1.00"higher than the compartment door lip. Drip protection will be provided above the doors by means of aluminum extrusion,or formed bright aluminum treadplate. The top of the compartment will be sheet metal and covered with bright aluminum treadplate rolled over the edges on the front,and rear.These covers will have the corners welded. The aluminum treadplate covers will not make up the ceiling of the compartment. All screws and bolts,which are not Grade 8,will be stainless steel and where they protrude into a compartment will have acorn nuts on the ends to prevent injury. UNDERBODY SUPPORT SYSTEM Due to the severe loading requirements of this pumper a method of body and compartment support suitable for the intended load will be provided. The backbone of the body support system will begin with the chassis frame rails which is the strongest component of the chassis and is designed for sustaining maximum loads.The support system will include lateral frame rail extensions that are formed from.375"80k high strength steel and bolted to the chassis frame rails with.625"diameter Grade 8 bolts. The vertical and horizontal members of the frame rail extensions are to be reinforced with welded gussets and extend to the outside edge of the body.The lateral frame extensions will be electro- coated for superior corrosion resistance. The floating substructure will be separated from the lateral frame extensions with neoprene elastomer isolators.These isolators will reduce the natural flex stress of the chassis from being transmitted to the body,and absorb road shock and vibration. The isolators will have a broad load range,proven viability in vehicular applications,be of a fail safe design and allow for all necessary movement in three(3)transitional and rotational modes. The neoprene isolators will be installed in a modified V three(3)-point mounting pattern to reduce the natural flex of the chassis being transmitted to the body.Two(2)3.50"diameter isolators are provided at the front of the body near the centerline of the vehicle above the chassis frame.A minimum of eight(8)-2.55"diameter isolators will be provided,two(2)under each front compartment and two(2)under each rear side compartment.A minimum of four(4)3.50"diameter isolators will be provided under the rear compartment. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping,standing,and walking areas will comply with the required average slip resistance of the current NFPA standards.Documentation of the material meeting the standard will be provided at time of delivery. LOUVERS All body compartments will have a minimum of one(1)set of automotive style,dust resistant louvers pressed into a wall.The louvers will incorporate a one(1)-way rubber valve that provides airflow out of the compartment and prevents water and dirt from gaining access to the compartment. Compartments over the wheel will not have louvers. TESTING OF BODY DESIGN Body structural analysis will be fully tested.Proven engineering and test techniques such as finite element analysis and strain gauging have been performed with special attention given to fatigue life and structural integrity of the body and substructure. The body will be tested while loaded to its greatest in-service weight. The criteria used during the testing procedure will include: -Raising opposite corners of the vehicle tires 9.00"to simulate the twisting a truck may experience when driving over a curb. -Making a 90 degree turn,while driving at 20 mph to simulate aggressive driving conditions. -Driving the vehicle on at 35 mph on a washboard road. -Driving the vehicle at 55 mph on a smooth road. -Accelerating the vehicle fully,until reaching the approximate speed of 45 mph on rough pavement. Evidence of the actual testing techniques will be made available upon request. FEA will have been performed on all substructure components. Bid#: 886 31 0503804 DS 189"Rollup,(1)62"Fwd,(1) COMPARTMENTATION,DRIVER'S SIDE 52"Rr,Full Height&Depth Front&A full height,roll-up door compartment ahead of the rear wheels will be provided.The pump Rear,PUC operator's panel will be located in this compartment.The interior dimensions of this compartment will be 62.00"wide x 53.50"high x 25.88"deep.The area behind the roll up door spool will be notched for exterior storage or larger capacity water tank tee.The depth of the compartment will be calculated with the compartment door closed.The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections.The clear door opening of this compartment will be 59.00"wide x 53.50"high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. A roll-up door compartment over the rear wheels will be provided.The interior dimensions of this compartment will be 60.00"wide x 22.75"high x 25.88"deep.The area behind the roll up door spool will be notched for exterior storage or larger capacity water tank tee.The depth of the compartment will be calculated with the compartment door closed.The clear door opening of this compartment will be 57.00"wide x 22.75"high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. A full height,roll-up door compartment behind the rear wheels will be provided.The interior dimensions of this compartment will be 52.00"wide x 54.50"high x 25.88"deep.The area behind the roll up door spool will be notched for exterior storage or larger capacity water tank tee.The depth of the compartment will be calculated with the compartment door closed.The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections.The clear door opening of this compartment will be 49.00"wide x 54.50"high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. All compartments will include a drip pan below the roll of the door. 0503803 PS 189"Rollup,(1)62"Fwd,(1) COMPARTMENTATION,PASSENGER'S SIDE 52"Rr,Full Height&Depth Front&A full height,jump off compartment with a roll-up door ahead of the rear wheels will be provided,as Rear,PUC convenient large storage compartment for often used items for the crew.The interior dimensions of this compartment will be 62.00"wide x 54.50"high x 25.88"deep.The area behind the roll up door spool will be notched for exterior storage or larger capacity water tank tee.The depth of the compartment will be calculated with the compartment door closed.The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections.The clear door opening of this compartment will be 59.00"wide x 54.50 high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. A roll-up door compartment over the rear wheels will be provided.The interior dimensions of this compartment will be 60.00"wide x 23.00"high x 25.88"deep.The area behind the roll up door spool will be notched for exterior storage or larger capacity water tank tee.The depth of the compartment will be calculated with the compartment door closed.The clear door opening of this compartment will be 57.00"wide x 23.00"high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. A full height,roll-up door compartment behind the rear wheels will be provided.The interior dimensions of this compartment will be 52.00"wide x 54.50"high x 25.88"deep.The area behind the roll up door spool will be notched for exterior storage or larger capacity water tank tee.The depth of the compartment will be calculated with the compartment door closed.The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections.The clear door opening of this compartment will be 49.00"wide x 54.50"high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. All compartments will include a drip pan below the roll of the door. 0692733 Doors,Rollup,Gortite,Side ROLLUP DOOR,SIDE COMPARTMENTS Compartments There will be six(6)compartment doors installed on the side compartments.The doors will be double faced aluminum construction,an anodized satin finish and manufactured by Gortite®. Lath sections will be an interlocking rib design and will be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint will be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments.Seals will allow door to operate in extreme temperatures ranging from 180 to-40 degrees Fahrenheit.Side,top and bottom seals will be provided to resist ingress of dirt and weather and be made of Santoprene. All hinges,barrel clips and end pieces will be nylon 66.All nylon components will withstand temperatures from 300 to-40 degrees Fahrenheit. A polished stainless steel lift bar to be provided for each roll-up door.Lift bar will be located at the bottom of door and have latches on the outer extrusion of the doors frame.A ledge will be supplied over lift bar for additional area to aid in closing the door. Doors will be constructed from an aluminum box section.The exterior surface of each slat will be flat. The interior surfaces will be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments,the spring roller assembly will not exceed 3.00"in diameter. The header for the rollup door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. Bid#: 886 32 0599445 Rear-Rollup Dr/33.50"FF, COMPARTMENTATION,REAR w/Tailboard,PUC A roll-up door compartment above the rear tailboard will be provided. Interior dimensions of this compartment will be approximately 36.75"wide x 36.38"high x 25.88" deep in the lower 28.00"of the compartment and 15.75"deep in the remaining upper portion.Depth of the compartment will be calculated with the compartment door closed. A removable access panel will be furnished on the back wall of the compartment. Rear compartment will be open into the rear side compartments.The transverse opening will be a minimum of approximately 22.00"wide x 27.75"high. Clear door opening of this compartment will be 33.50"wide x 27.38"high. Closing of the door will not require releasing,unlocking,or unlatching any mechanism and will easily be accomplished with one hand. 0692743 Door,Gortite,Rollup,Rear ROLLUP DOOR,REAR COMPARTMENT Compartment,PUC The rear compartment will have a rollup door.The door will be double faced aluminum construction, an anodized satin finish and manufactured by Gortite®. Lath sections will be an interlocking rib design and will be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint will be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments.Seals will allow door to operate in extreme temperatures ranging from 180 to-40 degrees Fahrenheit.Side,top and bottom seals will be provided to resist ingress of dirt and weather and be made of Santoprene. All hinges,barrel clips and end pieces will be nylon 66.All nylon components will withstand temperatures from 300 to-40 degrees Fahrenheit. A polished stainless steel lift bar to be provided for each roll-up door.Lift bar will be located at the bottom of door and have latches on the outer extrusion of the doors frame.A ledge will be supplied over lift bar for additional area to aid in closing the door. Door will be constructed from an aluminum box section.The exterior surface of each slat will be flat. The interior surface will be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments,the spring roller assembly will not exceed 3.00"in diameter. The header for the rollup door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. 0616670 Lights,Compt,Pierce LED,Dual COMPARTMENT LIGHTING Light Strips,Each Side of Door, There will be seven(7)compartment(s)with two(2)white 12 volt DC LED compartment light strips. Pumper/Tanker The dual light strips will be centered vertically along each side of the door framing.There will be two (2)light strips per compartment.The dual light strips will be in all body compartment(s). Any remaining compartments without light strips will have a 6.00"diameter Truck-Lite,Model:79384 light.Each light will have a number 1076 one filament,two wire bulb. Opening the compartment door will automatically turn the compartment lighting on. 0515679 189"Hatch,(2)Lift-up,21"Wide, HATCH COMPARTMENTS Both Sides,PUC Hatch compartments with two(2)lift-up,top opening hatch doors will be provided above the driver and passenger side body compartments.Each hatch compartment will extend the full length of the side body compartmentation x 21.00"wide x 22.00"maximum depth.The compartments will extend the full length of the side body compartmentation except for a 20.00"recessed step area at the rear of the compartment on the access ladder side. Sides of the compartments will be constructed of the same material as the body and painted job color on the outside panels. Top of the compartments will be constructed of bright aluminum treadplate. Two(2)lift-up,bright aluminum treadplate doors will be provided on the top of each hatch compartment.Each door will have a lever handle with a slam style latch to hold the doors in the closed position. These double pan doors will have lipped edges with a rubber seal for weather resistance. Doors will be hinged on the outboard side and will be held open with pneumatic stay arms. The compartments will have a 3/4"drain that extends to below the body. Ribbed rubber matting will be provided on the compartment floor to stop wet equipment from sitting in water pools. 0688124 Lights,Hatch Compt,LED Strip HATCH COMPARTMENT LIGHTING Light,189",Both Sides There will be LED strip lights mounted full length on the interior,hinged side of each compartment. Opening the hatch compartment door will automatically turn the hatch compartment lighting on. 0687145 Shelf Tracks,Recessed,PUC/3rd MOUNTING TRACKS Generation There will be recessed tracks installed vertically to support the adjustable shelf(s). Tracks will not protrude into any compartment in order to provide the greatest compartment space and widest shelves possible. The tracks will be provided in each compartment except for the one that contains the pump operator's panel. 0600350 Shelves,Adj,500 lb Capacity,Full ADJUSTABLE SHELVES Width/Depth,Predefined Locations There will be eight(8)shelves with a capacity of 500 lb provided. The shelf construction will consist of.188"aluminum painted spatter gray with 2.00"sides. Each shelf will be infinitely adjustable by means of a threaded fastener,which slides in a track. The shelves will be held in place by.12"thick stamped plated brackets and bolts. The location(s)will be determined at a later date. Bid#: 886 33 0709689 Tray,500 lb Slide-out,2"Sides- SLIDE-OUT ADJUSTABLE HEIGHT TRAY Adj.Height,Predefined Locations There will be one(1)slide-out tray provided. Each tray will have 2.00"high sides and a minimum capacity rating of 500 lb in the extended position. Each tray will be constructed of aluminum painted spatter gray. Each tray will be mounted on a pair of side mounted slides.The slide mechanisms will have ball bearings for ease of operation and years of dependable service.The slides will be mounted to shelf tracks to allow the tray to be adjustable up and down within the designated mounting location. An automatic lock will be provided for both the in and out tray positions.The lock trip mechanism will be located at the front of the tray and will be easily operated with a gloved hand. The location(s)will be in P1 in the lower third 0709692 Tray,215 Ib,Tilt/Slide-Out,30 SLIDE-OUT/TILT-DOWN TRAY Deg,Adj,Predefined Locations There will be one(1)slide-out tray provided. The bottom of each tray will be constructed of 0.188"thick aluminum painted spatter gray while special aluminum extrusions will be utilized for the tray sides,ends,and tracks.The corners will be welded to form a rigid unit. A spring loaded lock will be provided on each side at the front of the tray.Releasing the locks will allow the tray to slide out approximately two-thirds(2/3)of its length from the stowed position and tip 30 degrees down from horizontal.The tray will be equipped with ball bearing rollers for smooth operation. Rubber padded stops will be provided for the tray in the extended position. The capacity rating of the tray will be a minimum of 215 lb in the extended position. The vertical position of the tray within the compartment will be adjustable. The location(s)will be in P2 centered between the floor and ceiling. 0667235 Cable,Single Hand Operation, SINGLE HANDED CABLE LATCH Tilt/Slide Out,Utility Trays A cable will be provided to tie together the two(2)spring loaded locks that are provided as standard at the front of a slide-out/tilt tray in order to provide single hand operation of the tray. The single hand operation cable will be provided on a total of two(2)slide-out trays located P1 and P2. 0647042 Tray,Floor Mounted,Slide-Out,w/ SLIDE-OUT FLOOR MOUNTED TRAY Side Slides,2001b,2.00"Sides,3G There will be one(1)floor mounted slide-out tray(s)with 2.00"sides provided.Each tray will be rated for up to 200lb in the extended position.The tray(s)will be constructed of.19"aluminum with non- welded corners.The finish will be painted to match compartment interior. Slides will be equipped with ball bearings for ease of operation and years of dependable service.The slides will be located on the sides of the tray so that the tray can be located as close to the compartment floor as possible. Automatic locks will be provided for both the"in"and"out"positions.The trip mechanism for the locks will be located at the front of the tray for ease of use with a gloved hand. 0647091 Tray,Floor Mounted,Slide-Out, SLIDE-OUT FLOOR MOUNTED TRAY 5001b,2.00"Sides There will be one(1)floor mounted slide-out tray(s)provided. Each tray will have 2.00"high sides and a minimum capacity rating of 500 lb in the extended position. Each tray will be constructed of aluminum painted spatter gray There will be two undermount-roller bearing type slides rated at 2501b each provided.The pair of slides will have a safety factor rating of 2. To ensure years of dependable service,the slides will be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117. To ensure years of easy operation,the slides will require no more than a 501b force for push-in or pull-out movement when fully loaded after having been subjected to a 40 hour vibration(shaker)test under full load.The vibration drive file will have been generated from accelerometer data collected from a heavy truck chassis driven over rough gravel roads in an unloaded condition.Proof of compliance will be provided upon request. Automatic locks will be provided for both the"in"and"out"positions.The trip mechanism for the locks will be located at the front of the tray for ease of use with a gloved hand. The location(s)will be Dl. 0595085 Toolboard,Swing-out,Alum,.188", SWING OUT TOOLBOARD Pac Trac A swing out aluminum toolboard will be provided. It will be a minimum of.188"thick aluminum. Pac Trac tool mount material will be provided on both sides of the toolboard. A 1.00"x 1.00"aluminum tube frame will be welded to the edge of the pegboard. The board will be mounted on a pivoting device at the back of the compartment on the top and bottom to allow easy movement in and out of the compartment.The maximum tool load will be 400 pounds. The board will have positive lock in the stowed and extended position. The board will be mounted on adjustable tracks from front to back within the compartment. There will be One(1)toolboard(s)provided and installed D2. 0548965 Toolboard,Slide-out,Pac Trac SLIDE-OUT TOOL BOARD A slide-out toolboard equipped with Pac Trac equipment mounting tracks will be provided.The Pac Trac mounting tracks will be provided on both sides of the toolboard. The board will be mounted on an undermount-roller bearing type slide rated at 250 lb with a factor of safety of 2. To ensure years of dependable service the slides will be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117. To ensure years of easy operation,the slides will require no more than a 50 pound force for push-in or pull-out movement when fully loaded after having been subjected to a 40 hour vibration(shaker) test under full load.The vibration drive file will have been generated from accelerometer data collected from a heavy truck chassis driven over rough gravel roads in an unloaded condition.Proof of compliance will be provided upon request. The slides will be mounted on adjustable tracks side to side within the compartment. The board will have positive lock in the stowed and extended position. There will be Two(2)toolboard(s)provided,and will be installed P3. Bid#: 886 34 0554385 Box,Poly Tool,Spcl Size TOOL BOX A tool box will be furnished. The tool box will be black in color. The size will be 28X20X18. Construction will be of.50"polypropylene plastic with joints and seams nitrogen welded.A cut out carrying handle will be provided on each end. There will be one(1)provided.It will be located P3 Floor(For Floor Dry). 0558502 Drawer Assembly,CTECH,Four DRAWER ASSEMBLY Drawers,Up To 36"Wide A slideout drawer assembly will be installed D3 Below Transition.. The clear dimensions starting at the top of the cabinet with the first drawer will be 6.25"with a face plate that is 7.00"high x 21.00"deep.The clear dimensions of the second drawer will be 6.75"with a face plate that is 7.00"high x 21.00"deep.The clear dimensions of the third drawer will be 6.75"with a face plate that is 7.00"high x 21.00"deep.The clear dimensions of the fourth drawer will be 10.75" with a face plate that is 11.00"high x 21.00"deep.Each drawer will be the same width and not exceed 36.00". The drawers will have a capacity of 250 pounds. The drawers will be mounted in a cabinet housing constructed of light gray powder coated aluminum with anodized aluminum frames.The housing will be 24.00"deep,and completely enclose the drawer. A full-length aluminum extruded rail will be provided at the top edge of each drawer.This rail will act as the latching mechanism as well as the handle for each drawer. There will be a total of one(1)provided. 0603780 Equipment Storage Module, EQUIPMENT MODULE Angled Front,(2)Liftup Doors There will be an equipment module provided.The module will be shaped with the front face sloping down towards the person accessing the module.Two(2)single pan smooth aluminum liftup doors with a gas strut with a chrome grab handle will be provided on the front face of this module and sized as large as the front face of the module will allow.The module will be constructed of aluminum and be TBD in size.A quantity of one(1)modules will be provided Dl. 0027096 Rack,Air Bags inside Compt,Each AIR BAG STORAGE There will be a rack installed for storing five(5)air bag(s)in the P1 compartment. The rack will be fabricated from.125"aluminum,painted to match the compartment interior.Air bag size(s)will be 28"Wide 2"Tall by the depth of the compartment. 0063064 Rub Rail,Aluminum Extruded, RUB RAIL Side of Body,3rd Gen Body Bottom edge of the side compartments will be trimmed with a bright aluminum extruded rub rail. Trim will be 3.12"high with 1.50"flanges turned outward for rigidity. The rub rails will not be an integral part of the body construction,which allows replacement in the event of damage. Rub rails will be attached with bolts and spaced from the body with isolators that will help to absorb any moderate impact without damaging the body. 0515441 Fender Crowns,Rear,S/S, BODY FENDER CROWNS W/Removable Fender Liner, Polished stainless steel fender crowns will be provided around the rear wheel openings. Pumper,3rd Gen A brushed stainless steel unpainted fender liner will be provided to avoid paint chipping.The liners will be removable to aid in the maintenance of rear suspension components. A dielectric barrier will be provided between the fender crown fasteners(screws)and the fender sheet metal to prevent corrosion. The fender crowns will be held in place with stainless steel screws that thread directly into a composite nut and not directly into the parent body sheet metal to eliminate dissimilar metals contact and greatly reduce the chance for corrosion. 0000000 STF Hose,Hard Suction,5.0"10' HARD SUCTION HOSE Section Kochek One(1)length of 6.00"clear corrugated PVC hard suction hose,10'in length,will be provided.The hose will be equipped with a long handle female coupling on one(1)end and a rocker lug male coupling on the other end.Couplings will be hard coated aluminum. 0528089 Troughs,Hard Suction,In 21" HOSE TROUGHS Hatch Compartment,PUC One(1)stainless steel hard suction hose troughs will be provided. The troughs will be installed in the hatch compartment located on the driver's. The troughs will be installed with a aluminum treadplate door at the rear.The door will have a D- handle latch. A floor will be provided above the hard suction hose inside the hatch compartment to allow storage of addition equipment in the compartment. 0527021 Handrails Located @ Front Body HANDRAILS The handrails will be 1.25"diameter anodized aluminum extrusion,with a ribbed design,to provide a positive gripping surface. Chrome plated end stanchions will support the handrail.Plastic gaskets will be used between end stanchions and any painted surfaces. Drain holes will be provided in the bottom of all vertically mounted handrails.. Handrails will be located on the front of the body in positions needed to meet NFPA requirements. 0664688 Handrails,Rear,PUC Two(2)vertical handrails will be located at the rear,one on each side of the rear compartment. 0000941 No Rear Hose Bed Handrail Required Bid#: 886 35 0657522 Compt,Air Bottle,Triple,Fender AIR BOTTLE STORAGE(Triple) Panel A quantity of two(2)air bottle compartments designed to hold(3)air bottles up to 7.25"in diameter x 26.00"deep will be provided on the passenger side forward of the rear wheels and on the passenger side rearward of the rear wheels.A polished stainless steel door with a Southco non-locking C2 chrome lever latch will be provided to contain the air bottle.A dielectric barrier will be provided between the door hinge,hinge fasteners and the body sheet metal. Inside the compartment,black rubber matting will be provided. AIR BOTTLE COMPARTMENT STRAP A strap will be provided in the air bottle compartment(s)to help contain the air bottles when the vehicle is parked on an incline.The strap will wrap around the neck and attach to the wall of the compartment. 0657651 Compt,Air Bottle,Double,Full AIR BOTTLE STORAGE(Double) Width Door,Fender Panel A quantity of two(2)air bottle compartments,15.25"wide x 7.75"tall x 26.00"deep,will be provided on the driver side forward of the rear wheels and on the driver side rearward of the rear wheels.A polished stainless steel door with a Southco non-locking C2 chrome lever latch will be provided to contain the air bottle.A dielectric barrier will be provided between the door hinge,hinge fasteners and the body sheet metal. Inside the compartment,black rubber matting will be provided. 0602948 Ladder,Extension,Provided by EXTENSION LADDERS PROVIDED BY DEALER Dealer,Pumper/Pumper w/Aerial NFPA 1901,2016 edition,section 5.8.1.2 requires an extension ladder. Device,NFPA 2016 The extension ladder is not on the apparatus as manufactured.There will be one(1)extension ladder (s)provided and installed by the dealer.The ladder(s)will be a 24'Duo-Safety 900-A,two(2)-section. 0000000 STF Ladder,16'Duo-Safety 875A Roof ROOF LADDER There will be one(1)16'aluminum Duo-Safety Series 875-A roof ladder(s)provided. 0638384 Rack,Ladders,in PS Full Depth LADDER STORAGE Body,PUC The ladders will be stored inside the upper section of the passenger's side compartments.This ladder rack will reduce the depth of the upper section in the side compartments. A partition will be installed inside the compartment on the side of the rack to allow for equipment storage and to conceal the ladders. The ladders will be banked in separate storage troughs. The ladder storage assembly will be fabricated of stainless steel track channels to aid in loading and removal of ladders. Rear of the ladder storage area will have a vertically hinged smooth aluminum door with a D-handle latch to contain the ladders. 0552065 Enclosure,Step Ladder Storage in STORAGE,STEP LADDER Hose Bed,Polished S/S,Tapered A polished stainless steel enclosure will be provided for step ladder storage in the DS Hose bed at Transition.The enclosure will be tapered and include a hose deflector at the front.The enclosure will be mounted to a hose bed divider.A 2.00"wide Velcro strap will installed from top to bottom to secure the step ladder.The enclosure will be sized for a 17 Ft Little Giant Ladder. 0602898 Ladder,10'Duo-Safety Folding FOLDING LADDER PROVIDED BY DEALER 585A,w/Mtg,Prov by NFPA 1901,2016 edition,section 5.8.1.2 requires a folding ladder. Dealer,Pumper NFPA 2016 Class The folding ladder is not on the apparatus as manufactured.There will be one(1)10'aluminum Series 585-A Duo-Safety folding ladder provided by the dealer.The ladder will be installed in a U- shaped trough inside the ladder storage compartment. 0000000 STF Ladder,Little Giant,Revolution XE ADDITIONAL FOLDING LADDER -Model 17,12017 One(1)Revolution XE Model 12017 Little Giant folding ladder will be provided.The stored dimensions will be 55.50"high x 23.75"wide x 9.25"deep.The weight will be 31.501b. The ladder will be located Enclosure Right side hose bed. 0602690 Pike Pole,Pumper,Provided by PIKE POLE PROVIDED BY DEALER Dealer,NFPA 2016 NFPA 1901,2016 edition,Section 5.9.4 requires one(1)8'or longer pike pole mounted in a bracket fastened to the apparatus. The pike pole is not on the apparatus as manufactured.The dealer will provide and mount the pike pole. The pike pole(s)will be a Duo-Safety 8'pike pole. 0602868 Pike Pole,6',Pumper,Provided by 6'PIKE POLE PROVIDED BY DEALER Dealer,NFPA 2016 NFPA 1901,2016 edition,Section 5.9.4 requires one(1)6'pike pole or plaster hook mounted in a bracket fastened to the apparatus. The pike pole is not on the apparatus as manufactured.The dealer will provide and mount the pike pole. The pike pole(s)will be a Duo-Safety 6'pike pole. 0539402 Compt,Pike Poles/Fld Ldr In PIKE POLE/FOLDING LADDER COMPARTMENT Upper Bdy(1)DS,Long Storage One(1)pike pole compartment will be provided,recessed in the upper,inside part of body (1)PS,Sm Alum,PUC compartment on the driver's side.The compartment will be equipped with two(2)aluminum tubes to hold two(2)pike poles and a stainless steel trough for the folding ladder.The door will be made of smooth aluminum and have a lift and turn latch. One(1)compartment will be provided,recessed in the upper,inside part of body compartment on the passenger's side for storage of long handle tools.The door will be made of smooth aluminum and have a lift and turn latch. 0058193 Tubes,Alum,Pike Pole Storage, PIKE POLE STORAGE Spcl Notch,NY PP Head Aluminum tubing will be used for the storage of three(3)pike poles and will be located Above Crossley Compartment Puc.If the head of a pike pole can come in contact with a painted surface,a stainless steel scuffplate will be provided.The pike pole tube will be notched to allow a New York style pike pole to fit into the tube. 0521734 No Steps Required,Front Of Body, PUC Bid#: 886 36 0794171 Ladder,Top Access,Alum,Rear, LADDER,TOP ACCESS PUC,Opposite Ladder Storage A wide easy climbing access ladder,constructed of aluminum rungs and extruded aluminum rails,will be provided on the opposite side of the ladder storage at the rear of the apparatus.The inside climbing area of the ladder will be 13.75"wide. The lower section of the ladder will be retractable into the upper section to eliminate interference with the rear FMVSS lights.When lowered the bottom rung will be lower than the body,approximately 16.00"to 20.00"from the ground to allow a lower first step height. The ladder will be slanted when in use for easy access,and fold against the body for storage to reduce the overall length.Corrosion resistant,stainless steel spring-loaded locks will hold the ladder in place. 0515695 Pump,Pierce,1500 GPM,Single PUMP Stage,PUC Pump will be a Pierce,low profile,1500 gpm single stage midship mounted centrifugal type,mounted below the cab.The pump will have a 15 percent reserve capacity to allow for extended time between pump rebuild.To ensure efficient pump/vehicle design the capacity to weight ratio will not be less than 1.5:1. The pump casing will consist of three(3)discharge outlets,one(1)to each side in line with the impeller and one(1)to the rear.The pump casing will incorporate two(2)water strippers to maintain radial balance. Pump will be the Class A type. Pump will be certified to deliver the percentage of rated discharge from draft at pressure indicated below: -100 percent of rated capacity at 150 psi net pump pressure -70 percent of rated capacity at 200 psi net pump pressure -50 percent of rated capacity at 250 psi net pump pressure The pump will have the capacity to deliver the percentage of rated discharge from a pressurized source as indicated below: -135 percent of rated capacity at 100 psi net pump pressure from a 5 psi source Pump body will be fine-grained gray iron.Pump will incorporate a heater/cooling jacket integral to the pump housing. The impeller will be high strength vacuum cast bronze alloy accurately machine balanced and splined to a 10 spline stainless steel pump shaft for precision fit,exceptional durability,and efficiency.Double replaceable reverse flow labyrinth type bronze wear ring design will help to minimize end thrust.The impeller will be a twisted vane design to create higher lift. The pump will include o-ring gaskets throughout the pump. Deep groove radial type oversize ball bearings will be provided.The bearings will be protected at the openings from road dirt and water with an oil seal and a water slinger. The pump will have a flat,patterned area on the top of the pump intake wye to allow standing for plumbing maintenance.The main inlet manifold will be 6.00"in diameter and will have a low profile design to facilitate low crosslays and high flows. For ease of service,the pump housing,intake wye,impeller,mechanical seal,and gear case will be accessible from above the chassis frame by tilting the cab.The intake wyes will be removable without having to remove the main intake casting.Removal of the main inlet wyes will provide access to the impeller,mechanical seal,and wear ring. The tank to pump line and the primary discharge line will be the only piping required to be removed for overhaul. For ease of service and overhaul there will be no piping or manifolding located directly over the pump. PUMP MOUNTING Pump will be mounted to the chassis frame rails directly below the crew cab,to minimize wheelbase and facilitate service,using rubber isolators in a modified V pattern that include two(2)central mounted isolators located between the frame rails,and one(1)on each side outside the frame rails. The mounting will allow chassis frame rails to flex independently without damage to the fire pump. Each isolator will be 2.55"in total outside diameter and will be rated at 490 lb.The pump will be completely accessible by tilting the cab with no piping located directly above the pump. 0515822 Seal,Mechanical,Silicon Carbide, MECHANICAL SEALS PUC Pump Silicon carbide mechanical seals will be provided.The seals will be spring loaded and self-adjusting. The seals will have a minimum thermal conductivity of 126 W/m*K to run cooler.Seals will have a minimum hardness of 2800 kg/mm2 to be more resistant to wear,and have thermal expansion characteristics of no more than 4.0 X106mm/mm*K to be more resistant to thermal shock. 0515705 Gear Case,Pierce Pump,REPTO- PUMP GEAR CASE Clutch Drive The pump gear case will be a pressure-lubricated to cool,lubricate,and filter the oil.The gear case will include an auxiliary PTO opening.The gear case will be constructed of lightweight aluminum,and impregnated with resin in accordance to MIL Spec MIL-I-17563.A dipstick,accessible by tilting the cab,will be provided for easy fluid level checks.A filter screen will be provided for long life. The gear case will consist of two(2)gears to drive the pump impeller and one(1)for the auxiliary PTO. The auxiliary PTO opening will provide for the addition of PTO driven accessories. The pump will be driven through the rear engine power take-off and clutch.The rear engine power take-off drive will be live at all times to allow for pump and roll applications.Rear engine power take- offs allow for high horsepower and torque ratings needed for large pump applications,and is a proven drive system throughout the rugged construction industry. CLUTCH There will be a heavy-duty electric clutch mounted directly to the front of the pump to engage and disengage the pump without gear clash.The clutch will be a multiple disc design for maximum torque.The clutch will be fully self-adjusting to provide automatic wear compensation,and consistent torque throughout the life of the clutch.Positive engagement and disengagement will be provided through a high efficient and dependable magnetic system to assure superior performance.The clutch will have a 500 lb-ft rating.Clutch will be of a time-tested design used in critical military applications. Bid#: 886 37 0521309 Pumping Mode,Pump and PUMPING MODE Roll/Stationary,Basic,PUC Pump will provide for both pump and roll mode and stationary pumping mode. Stationary pumping mode will be accomplished by stopping the vehicle,setting the parking brake and engaging the water pump switch on the cab switch panel.The transmission will shift to"Neutral" range automatically when the parking brake is set.The"OK to Stationary Pump"indicator will also illuminate when the parking brake is set.If the vehicle is equipped with a foam system or CAFS system,these systems will be engaged from the cab switch panel as well. Pump and roll mode will be accomplished by the use of the main pump and will not require the use of a secondary pump.Pump and roll mode will use the same operation sequence as stationary pumping mode with a few additional steps.After the vehicle is setup for stationary pumping,the operator will leave the cab and set-up the pump panel to discharge at the desired outlet(s).Upon returning to the cab,the operator will disengage the parking brake.An"OK to Pump&Roll"indicator will illuminate on the cab switch panel.First gear on the transmission gear selector will be selected by the operator for pump and roll operations.The operator as needed will apply the foot throttle.Pump and roll mode will be maintained unless the transmission shifts out of first gear. Stopping either stationary pumping mode or pump and roll mode will be accomplished by pressing the"Water Pump"switch down to disengage the pump. 0515829 Pump Shift,Sure-Shift PUMP SHIFT Pump will be engaged in not more than two steps,by simply setting the parking brake,which will automatically put the transmission into neutral,and activating a rocker switch in the cab. Switches in the cab will also allow for water,foam,or CAFS if equipped,and activate the appropriate system to preset parameters. The engagement will provide simple two-step operation,enhance reliability,and completely eliminate gear clash. The shift will include the indicator lights as mandated by NFPA. A direct override switch will be located behind a door in the lower pump operator's panel. The switch will automatically disengage when the door is closed. As the parking brake is applied,the pump panel throttle will be activated and deactivate the chassis foot throttle for stationary operation. Pump and roll operation will be available by releasing the parking brake with the pump in the pumping mode. Releasing the parking brake will activate the chassis foot throttle,and deactivate the pump panel throttle. To protect from accidental pump overheating,the pump will automatically disengage when the truck transmission shifts into second gear. 0515833 Transmission Lock-up,Not Req'd, TRANSMISSION LOCK UP Park to Neutral,Pump,PUC Transmission lock up is not required as transmission will automatically shift to neutral as soon as the parking brake is set. 0515835 Auxiliary Cooling System,PUC AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system will be provided to allow the use of water from the discharge side of the pump for cooling the engine water.A water-to-coolant heat exchanger will be used. 0014486 Not Required,Transfer Valve, Stage Pump 0777650 Valve,Relief Intake,Akron, INTAKE RELIEF VALVE-PUMP w/Pressure Features An Akron Style 53 relief valve will be installed on the suction side of the pump preset at 125 psig. The relief valve will have a working range of 50 psig to 250 psig. The outlet will terminate below the frame rails with a 2.50"National Standard hose thread adapter and will have a"do not cap"warning tag. The relief valve pressure control will be located behind an access door at the right side pump panel. Bid#: 886 38 0515838 Controller,Pressure,Pierce,PUC PRESSURE CONTROLLER A Pierce Pressure Governor will be provided.An electric pressure governor will be provided which is capable of automatically maintaining a desired preset discharge pressure in the water pump.When operating in the pressure control mode,the system will automatically maintain the discharge pressure set by the operator(within the discharge capabilities of the pump and water supply) regardless of flow,within the discharge capacities of the water pump and water supply. A pressure transducer will be installed in the water discharge of the pump.The transducer continuously monitors pump pressure sending a signal to the Electronic Control Module(ECM). The governor can be used in two(2)modes of operation,RPM mode and pressure modes. In the RPM mode,the governor can be activated after vehicle parking brake has been set.When in this mode,the governor will maintain the set engine speed,regardless of engine load(within engine operation capabilities). In the pressure mode,the governor system can only operate after the fire pump has been engaged and the vehicle parking brake has been set.When in the pressure mode,the pressure controller monitors the pump pressure and varies engine speed to maintain a precise pump pressure.The pressure controller will use a quicker reacting J1939 database for engine control. A preset feature allows a predetermined pressure or rpm to be set. A pump cavitation protection feature is also provided which will return the engine to idle should the pump cavitate.Cavitation is sensed by the combination of pump pressure below 30 psi and engine speed above 2000 rpm for more than five(5)seconds. The throttle will be a vernier style control,with a large control knob for use with a gloved hand.A throttle ready light will be provided adjacent to the throttle control.A large 0.75"RPM display will be provided to be visible at a glance. Check engine,and stop engine indicator lights will be provided for easy viewing. Large 0.75"push buttons will be provided for menu,mode,preset,and silence selections. The water tank level indicator will be incorporated in the pressure governor. A fuel level indicator will be incorporated in the pressure controller. A pump hour meter will be incorporated in the pressure controller. The pressure controller will incorporate monitoring for engine temperature,oil pressure,fuel level alarm,and voltage.Pump monitoring will include,pump gearcase temperature,error codes, diagnostic data,pump service reminders,and time stamped data logging,to allow for fast accurate trouble shooting.It will also notify the driver/engineer of any problems with the engine and the apparatus.Complete understandable messages will be provided in a 20-character display,providing for fewer abbreviations in the messages.An automatic dim feature will be included for night operations. The pressure controller will include a USB port for easy software upgrades,which can be downloaded through a USB memory stick,eliminating the need for a laptop for software installations. A complete interactive manual will be provided with the pressure controller. 0072153 Primer,Trident,Air Prime,Air PRIMING PUMP Operated The priming pump will be a Trident Emergency Products compressed air powered,high efficiency, multistage venturi based AirPrime System,conforming to standards outlined in the current edition of NFPA 1901. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. One(1)priming control will open the priming valve and start the pump primer. 0780359 Manuals,Pump,(2)Total, PUMP MANUALS Electronic Copies,Pierce PUC There will be a total of two(2)pump manuals provided by the pump manufacturer and furnished with Pump the apparatus.The manuals will be provided by the pump manufacturer in the form of two(2) electronic copies.Each manual will cover pump operation,maintenance,and parts. 0602496 Plumbing,Stainless Steel and PLUMBING,STAINLESS STEEL AND HOSE Hose,Single Stage Pump,PUC All inlet and outlet lines will be plumbed with either stainless steel pipe,flexible polypropylene tubing or synthetic rubber hose reinforced with hi-tensile polyester braid.All hose's will be equipped with brass or stainless steel couplings.All stainless steel hard plumbing will be a minimum of a schedule 10 wall thickness. Where vibration or chassis flexing may damage or loosen piping or where a coupling is required for servicing,the piping will be equipped with victaulic or rubber couplings. Plumbing manifold bodies will be ductile cast iron or stainless steel. All piping lines are to be drained through a master drain valve or will be equipped with individual drain valves.All drain lines will be extended with a hose to drain below the chassis frame. All water carrying gauge lines will be of flexible polypropylene tubing. All piping,hose and fittings will have a minimum of a 500 PSI hydrodynamic pressure rating. 0795135 Plumbing,Stainless Steel,w/Foam PLUMBING,FOAM SYSTEM System All piping that is in contact with the foam concentrate or foam/water solution will be stainless steel. The fittings will be stainless steel or brass.Cast iron pump manifolds will be allowed. 0517852 Inlets,6.00"-1500 GPM, Pierce MAIN PUMP INLETS PUC Pump A 6.00"pump manifold inlet will be provided on each side of the vehicle.The suction inlets will include removable die cast zinc screens that are designed to provide cathodic protection for the pump,thus reducing corrosion in the pump. Main pump inlets will not be located on the main operator's panel and will maintain a low connection height by terminating below the top of the chassis frame rail. 0004646 Cap,Main Pump Inlet,Long MAIN PUMP INLET CAP Handle,NST,VLH The main pump inlets will have National Standard Threads with a long handle chrome cap. The cap will be the Pierce VLH,which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. 0084610 Valves, Akron 8000 series-All VALVES All ball valves will be Akron®Brass.The Akron valves will be the 8000 series heavy-duty style with a stainless steel ball and a simple two-seat design.No lubrication or regular maintenance is required on the valve. Valves will have a ten(10)year warranty. Bid#: 886 39 0004660 Inlet,Left Side,2.50" LEFT SIDE INLET There will be one(1)auxiliary inlet with a 2.50"valve at the left side pump panel,terminating with a 2.50"(F)National Standard hose thread adapter. The auxiliary inlet will be provided with a strainer,chrome swivel and plug. 0029147 Not Required,Inlet,Right Side 0520002 Valve,Inlet(s)Recessed,Side The location of the valve for the one(1)inlet will be recessed behind the pump panel. Cntrl,PUC 0521137 Anode,Zinc,Pair,Pump Inlets, ANODE,INLET PUC A pair of sacrificial zinc anodes will be provided in the water pump inlets to protect the pump from corrosion. 0004700 Control,Inlet,at Valve INLET CONTROL The side auxiliary inlet(s)will incorporate a quarter-turn ball valve with the control located at the inlet valve.The valve operating mechanism will indicate the position of the valve. 0544957 Inlet,4"to 6"Front,5"S/S FRONT INLET Plumbing,w/Bleeder Valve,Saber, A 6.00"inlet front inlet with die cast zinc screens will be provided using 5.00"stainless steel pipe and AXT,Imp,Vel a 5.00"butterfly valve.Only radiused elbows will be used in the piping,no mitered joints. Drains are furnished in all the low points of piping and have.75"valves with swing handle. A bleeder valve will be located at the threaded connection. The front suction will be located on the right side of the bumper extension. 0014823 Control,Front Inlet,Electric, FRONT INLET CONTROL w/Indicator Lights The front inlet will be gated with the control located at the pump operator's panel.The valve operating mechanism will indicate the position of the valve or an indicator will be provided to show when the valve is closed. There will be an electric valve controller provided.The control will be momentary to allow the valve to be gated for ease of operation.Indicator lights will be provided to show if the valve is open or closed. 0009620 Intake Relief Valve,Front Inlet INTAKE RELIEF VALVE An intake relief valve,preset at 125 psig,will be installed on the inlet side of the valve. Relief valve will have a working range of 75 psig to 250 psig. Outlet will terminate below the frame rails. 0004788 Cap,Front Inlet,Long Handle,VLH FRONT INLET CAP The front inlet will have National Standard hose threads with a long handle cap. The cap will incorporate a thread design to automatically relieve stored pressure in the line when disconnected. The cap will be fabricated from brass material. 0048644 Swivel,Smooth Chrome,6.00" FRONT INLET ELBOW Front Inlet The front inlet will have a 6.00"swivel with National Standard hose threads and a long handle chromed plated cap. The swivel will have a smooth surface chrome finish. A quarter-turn style bleeder will be provided on the front inlet elbow. 0092569 No Rear Inlet(Large Dia) Requested 0092696 Not Required,Cap,Rear Inlet 0064116 No Rear Inlet Actuation Required 0009648 No Rear Intake Relief Valve Required on Rear Inlet 0092568 No Rear Auxiliary Inlet Requested 0563738 Valve,.75"Bleeder,Aux.Side INLET BLEEDER VALVE Inlet,Swing Handle A 0.75"bleeder valve will be provided for each side gated inlet.The valves will be located behind the panel with a swing style handle control extended to the outside of the panel.The handles will be chrome plated and provide a visual indication of valve position.The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. The water discharged by the bleeders will be routed below the chassis frame rails. 0520277 Tank to Pump,(1)3.00"Valve, TANK TO PUMP 4.00"Plumbing,PUC The booster tank will be connected to the intake side of the pump with heavy duty 4.00"piping and a quarter turn 3.00"full flow line valve with the control located at the operator's panel. A rubber coupling will be included in this line to prevent damage from vibration or chassis flexing. A check valve will be provided in the tank to pump supply line to prevent the possibility of"back filling"the water tank. 0595508 Outlet,Tank Fill,1.50",PUC TANK REFILL A 1.50"combination tank refill and pump re-circulation line will be provided,using a quarter-turn full flow ball valve controlled from the pump operator's panel. 0516755 Outlet,Left Side,2.50"(2),PUC LEFT SIDE DISCHARGE OUTLETS There will be two(2)discharges with a 2.50"valves on the left side of the apparatus,terminating with a 2.50"(M)National Standard hose thread adapter.Discharges will be located below the cab,and will be no higher than the top of the chassis frame rail.Discharges will not be located on the pump operator's panel.Lever controls will be provided at the valve. Bid#: 886 40 0651266 Outlet,Right Side,2.50",(1), RIGHT SIDE DISCHARGE OUTLETS Electric Akron 9325 Controller, There will be one(1)discharge outlet with a 2.50"valve on the right side of the apparatus, PUC terminating with a male 2.50"National Standard hose thread adapter.The discharge will be located below the crew cab,and will be no higher than the top of the chassis frame rail. There will be an Akron®9325 Navigator Pro electric valve controller provided at the pump panel.The controller unit will be of true position feedback design,requiring no clutches in the motor or current limiting.The controller will be completely sealed with two(2)button open and close valve position capability and a full color LCD display with backlight.In addition to valve position,each controller will include a pressure display. 0651265 Outlet,Right Side,4.00"w/4.00" LARGE DIAMETER DISCHARGE OUTLET Valve,Akron 9325 Controller,PUC There will be a 4.00"discharge outlet with a 4.00"Akron valve body installed on the right side of the apparatus,terminating with a 4.00"(M)National Standard hose thread.The discharge will be located below the crew cab,and will be no higher than the top of the chassis frame rail. There will be an Akron 9325 Navigator Pro electric valve controller provided at the pump panel.The controller unit will be of true position feedback design,requiring no clutches in the motor or current limiting.The controller will be completely sealed with two(2)button open and close valve position capability and a full color LCD display with backlight.In addition to valve position,each controller will include a pressure display. 0649939 Outlet,Front,1.50"w/2.00" FRONT DISCHARGE OUTLET Plumbing There will be one(1)1.50"discharge outlet piped to the front of the apparatus and located in the center bumper tray. Plumbing will consist of 2.00"piping and flexible hose with a 2.00"ball valve with control at the pump operator's panel.A fabricated weldment made of stainless steel pipe will be used in the plumbing where appropriate.The piping will terminate with a 1.50"NST with 90 degree stainless steel swivel. There will be automatic drains provided at all low points of the piping. 0516777 Outlet,Rear,2.50",(1),Thru Tank, REAR DISCHARGE OUTLET PUC There will be one(1)discharge outlet piped to the rear of the hose bed on driver's side,installed so proper clearance is provided for spanner wrenches or adapters.Plumbing will consist of 2.50"piping along with a 2.50"full flow ball valve with the control from the pump operator's panel.Discharge will terminate with 2.50"NST thread.Discharge piping will be schedule 10 304L welded or formed stainless steel and routed through the water tank. 0516815 Outlet,Rear,2.50"w/3.00" REAR DISCHARGE OUTLET Pumbing,2.50"Valve,Thru Tank, There will be one(1)discharge outlet piped to the rear of the hose bed,on passenger's side,installed PUC,Additional so proper clearance is provided for spanner wrenches or adapters.Plumbing will consist of 3.00" piping along with a 2.50"full flow ball valve with the control from the pump operator's panel. Discharge will terminate with 2.50"NST thread.Discharge piping will be schedule 10 304L welded or formed stainless steel and routed through the water tank. 0085076 Caps for 1.50"to 3.00"Discharge, DISCHARGE CAPS VLH Chrome plated,rocker lug,caps with chains will be furnished for all side discharge outlets. The caps will be the Pierce VLH,which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. 0563739 Valve,0.75"Bleeder,Discharges, OUTLET BLEEDER VALVE Swing Handle A 0.75"bleeder valve will be provided for each outlet 1.50"or larger.Automatic drain valves are acceptable with some outlets if deemed appropriate with the application. The valves will be located behind the panel with a swing style handle control extended to the outside of the side pump panel.The handles will be chrome plated and provide a visual indication of valve position.The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage.Bleeders will be located at the bottom of the pump panel. They will be properly labeled identifying the discharge they are plumbed in to.The water discharged by the bleeders will be routed below the chassis frame rails. 0055095 Not Required,Elbow,Left Side Outlets,2.50" 0021134 Not Required,Elbow,Right Side Outlets 0045091 Elbow,Rear Outlets,45 Degree, REAR OUTLET ELBOWS 2.50"FNST x 2.50"MNST,VLH The 2.50"discharge outlets located at the rear of the apparatus will be furnished with a 2.50"(F) National Standard hose thread x 2.50"(M)National Standard hose thread,chrome plated,45 degree elbow. The elbow will be Pierce VLH,which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. 0536635 Elbow,Rear Outlets,45 Degree, ADDITIONAL REAR OUTLET ELBOWS 2.50"FNST x 2.50"MNST,VLH, one(1)discharge outlet 2.50"discharge outlets,located at the rear of the apparatus,will be furnished PUC,Additional with a 2.50"(F)National Standard hose thread x 2.50"(M)National Standard hose thread,chrome plated,45 degree elbow. The elbow will be the Pierce VLH,which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. 0699320 Adapter,4.00"FNST x 5.00"Storz, LARGE DIAMETER OUTLET ADAPTER w/Cap,PUC one(1)4.00"outlet will be furnished with a 4.00"(F)National Standard hose thread x 5.00"Storz adapter.A 5.00"Storz cap and chain will be provided with the adapter. Bid#: 886 41 0653960 Control,Outlets,Swing Handle, DISCHARGE OUTLET CONTROLS Elect PS Outlets Akron 9325 The discharge outlets will incorporate a quarter-turn ball valve with the control located at the pump w/Press Disp,PUC operator's panel.The valve operating mechanism will indicate the position of the valve or an indicator will be provided to show when the valve is closed. The passenger side discharges will be controlled by an Akron 9325 Navigator Pro electric valve controllers with the manual override located on the passenger side pump panel.The controller unit will be of true position feedback design,requiring no clutches in the motor or current limiting.The controller will be completely sealed with two(2)button open and close valve position capability and a full color LCD display with backlight.In addition to valve position,each controller will include a pressure display. All other outlets will have manual swing handles that operate in a vertical up and down motion.These handles will be able to lock in place to prevent valve creep under pressure. 0516280 Outlet,3.00"Deluge w/2.50"Valve, DELUGE RISER w/TFT Extend-a-Gun XG18,PUC A 3.00"deluge riser will be installed above the pump in such a manner that a monitor can be mounted and used effectively.Piping will be installed securely so no movement develops when the line is charged.The riser will be gated and controlled at the pump operator's panel.A 2.50"valve will be provided.The deluge riser will allow flow for 1000 GPM. TELESCOPIC PIPING The deluge riser piping will include a 18.00"Task Force Model XG18 Extend-A-Gun extension. This extension will be telescopic to allow the deluge gun to be raised 18.00"increasing the range of operation. A triangular bracing structure will be installed to support the piping.Aluminum tread plate will be placed on the forward side of the bracing structure. A position sensor will be provided on the telescopic piping that will activate the"do not move vehicle" light inside the cab when the monitor is in the raised position. 0770359 No Monitor Requested, MONITOR Customer/Dealer Furnished and A customer/dealer supplied and installed make and model Remote Control Monitor to Be Provided by Installed the Dealer monitor will be properly installed on the deluge riser. 0029304 No Nozzle Req'd 0005070 Deluge Mount,NPT The deluge riser will have male National Pipe Threads for mounting the monitor. 0516873 Crosslays,Low Mount,(2)1.50", CROSSLAY HOSE BEDS Std.Cap,W/Poly Trays,PUC Two(2)crosslays with 1.50"outlets will be provided.Each bed to be capable of carrying 200 feet of 1.75"double jacketed hose and will be plumbed with 2.00"i.d.schedule 10 304L welded or formed stainless steel pipe and gated with a 2.00"quarter turn ball valve.Crosslays will be low mounted with the bottom of both crosslay trays no more than 11.00"above the frame rails for simple,safe reloading and deployment. Outlets to be equipped with a 1.50"National Standard hose thread 90-degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The crosslay controls will be at the pump operator's panel. A removable tray will be provided for the crosslay hosebed.The crosslay tray will be constructed of black poly to provide a lightweight sturdy tray.Two(2)hand holes will be in the floor and additional hand holes will be provided in the sides for easy removal and installation from the compartment.The floor of the trays will be perforated to allow for drainage and hose drying.Trays will be held in place by a mechanical spring loaded stainless steel latch that automatically deploys upon loading the trays to hold the trays in place during transit. 0516878 Crosslay,(1)2.50"Std Cap,W/ CROSSLAY HOSE BED,2.50" Poly Tray,PUC One(1)crosslay with a 2.50"outlet will be provided.The bed to be capable of carrying 200'of 2.50" hose and will be plumbed with 2.50"i.d.schedule 10 304L welded or formed stainless steel pipe and gated with a 2.50"quarter turn ball valve. The outlet to be equipped with a 2.50"National Standard hose thread 90 degree swivel located above the hose bed so that hose may be removed from either side of apparatus. The crosslay will be mounted above the lower 1.50"crosslays.The crosslay controls will be at the pump operator's panel. A removable tray will be provided for the crosslay hosebed.The crosslay tray will be constructed of black poly to provide a lightweight sturdy tray.Two(2)hand holes will be in the floor and additional hand holes will be provided in the sides for easy removal and installation from the compartment.The floor of the trays will be perforated to allow for drainage and hose drying.Tray will be held in place by a mechanical spring loaded stainless steel latch that automatically deploys upon loading the tray to hold the trays in place during transit. 0798620 Not Required,Hose Restraint, w/Door Over Crosslay,PUC Bid#: 886 42 0692796 Doors,Crosslay,Roll-up Gortite, ROLLUP DOOR,CROSSLAY ENDS Each End,Full Height,PUC The compartment doors will be rollup style,double faced aluminum construction an anodized satin finish and manufactured by Gortite®. Lath sections will be an interlocking rib design and will be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint will be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments.Seals will allow door to operate in extreme temperatures ranging from 180 to-40 degrees Fahrenheit.Side,top and bottom seals will be provided to resist ingress of dirt and weather and be made of Santoprene. All hinges,barrel clips and end pieces will be nylon 66.All nylon components will withstand temperatures from 300 to-40 degrees Fahrenheit. A polished stainless steel lift bar to be provided for each roll-up door.Lift bar will be located at the bottom of door and have latches on the outer extrusion of the doors frame.A ledge will be supplied over lift bar for additional area to aid in closing the door. Doors will be constructed from an aluminum box section.The exterior surface of each slat will be flat. The interior surfaces will be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments,the spring roller assembly will not exceed 3.00"in diameter. The header for the rollup door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. 0535062 Deadlay(1)No Plumbing,Std DEADLAY HOSE BED Capacity,W/Poly Tray,PUC One(1)deadlay without plumbing,will be provided above the pump compartment capable of carrying 200'of 2.50"hose. The deadlay will be located directly above the lower 1.50"crosslays. A removable tray will be provided for the deadlay hosebed.The deadlay tray will be constructed of black poly to provide a lightweight sturdy tray.Two(2)hand holes will be in the floor and additional hand holes will be provided in the sides for easy removal and installation from the compartment.The floor of the trays will be perforated to allow for drainage and hose drying.Tray will be held in place by a mechanical spring loaded stainless steel latch that automatically deploys upon loading the tray to hold the trays in place during transit. Bid#: 886 43 0676021 Foam Sys,Husky 3,Single Agent, HUSKY 3 FOAM PROPORTIONER PUC,Multi Select Feature A Pierce Husky®3 foam proportioning system will be provided. The Husky 3 is an on demand, automatic proportioning,single point,direct injection system suitable for all types of Class A and B foam concentrates,including the high viscosity(6000 cps),alcohol resistant Class B foams. Operation will be based on direct measurement of water flow,and remain consistent within the specified flows and pressures. The system will automatically proportion foam solution at rates from .1 percent to 3.0 percent regardless of variations in water pressure and flow,up to the maximum rated capacity of the foam concentrate pump. The design of the system will allow operation from draft,hydrant,or relay operation. System Capacity The system will have the ability to deliver the following minimum foam solution flow rates at accuracies that meet or exceed NFPA requirements at a pump rating of 150 psi. 100 gpm @ 3 percent 300 gpm @ 1 percent 600 gpm @ 0.5 percent Class A foam setting in.1 percent increments from.1 percent to 1 percent. Typical settings of 1 percent,.5 percent and.3 percent(maximum capacity shall be limited to the plumbing and water pump capacity). Control System The system will be equipped with a digital electronic control display located on the pump operators panel. Push button controls will be integrated into the panel to turn the system on/off,control the foam percentage,and to set the operation modes. The percent of injection will have a preset. This preset can be changed at the fire department as desired. The percent of injection will be able to be easily changed at the scene to adjust to changing demands. Three(3).50 tall LEDs will display the foam percentage in numeric characters. Three(3)indicator LEDs will also be included: one(1)green,one(1)red,and one(1)yellow. The LEDs will indicate various system operation or error states. The indications will be: Solid Green-System On Solid Red-Valve Position Error Solid Yellow-Priming System Flashing Green-Injecting Foam Flashing Red-Low Tank Level Flashing Yellow-Refilling Tank The control display will house a microprocessor,which receives input from the systems water flow meter while also monitoring the position of the foam concentrate pump. The microprocessor will compare the values of the water flow versus the position/rate of the foam pump,to ensure the proportion rate is accurate. One(1)check valve will be installed in the plumbing to prevent foam from contaminating the water pump. Hydraulic Drive System The foam concentrate pump will be powered by an electric over hydraulic drive system. The hydraulic system and motor will be integrated into one unit. Foam Concentrate Pump The foam concentrate pump will be of positive displacement,self-priming;linear actuated design, driven by the hydraulic system. The pump will be constructed of brass body;chrome plated stainless steel shaft,with a stainless steel piston. In order to increase longevity of the pump,no aluminum will be present in its construction. A relief system will be provided which is designed to protect the drive system components and prevent over pressuring the foam concentrate pump. The foam concentrate pump will have minimum capacity for 3 gpm with all types of foam concentrates with a viscosity at or below 6000 cps including protein,fluoroprotein,AFFF,FFFP,or AR-AFFF. The system will deliver only the amount of foam concentrate flow required,without recirculating foam back to the storage tank. Recirculating foam concentrate back to the storage tank can cause agitation and premature foaming of the concentrate,which can result in system failure. The foam concentrate pump will be self-priming and have the ability to draw foam concentrate from external supplies such as drums or pails. External Foam Concentrate Connection An external foam pick-up will be provided to enable use of a foam agent that is not stored on the vehicle. The external foam pick-up will be designed to allow continued operation after the on-board foam tank is empty,or the use of foam different than the foam in the foam tank. Panel Mounted External Pick-Up Connection/Valve A bronze three(3)-way valve will be provided. The unit will be mounted to the pump panel. The valve unit will function as the foam system tank to pump valve and external suction valve. The external foam pick-up will be one(1).75"male connection GHT(garden hose thread)with a cap. Pick-Up Hose A.75"flexible hose with an end for insertion into foam containers will be provided. The hose will be supplied with a.75"female swivel GHT(garden hose thread)swivel connector. The hose will be shipped loose. Discharges The foam system will be plumbed to the lower rear crosslay,lower front crosslay,upper front crosslay and center of front bumper. System Electrical Load The maximum current draw of the electric motor and system will be no more than 55 amperes at 12 VDC. Bid#: 886 44 0535281 Hercules CAFS,140 CFM, FOAM GENERATING SYSTEM,CAF Hydraulic Drive,PUC A Hercules 140 cfm capacity compressed air foam,will be provided.The system will supply four(4) discharges with compressed air foam.It will be capable of providing foam solution or compressed air foam from any of the specified CAFS discharges simultaneously.In addition,the consistency of the compressed air foam(wet to dry)from each discharge will be adjustable.All CAF capable discharges will have the discharge valve control,air injection control,and discharge pressure gauge mounted in a group on the operator's panel.Each CAF capable discharge will feature a check valve to prevent reverse flows of compressed air foam that is integrated into the discharge valve.The wafer check valve will be a type and design approved by the manufacturer of the discharge valve. DISCHARGES TO CAF CAPABLE The Same as Foam discharges will be capable of discharging compressed air foam.There is a second pump on vehicle for pump and roll.Configure the CAF compressor for use with both pumps. The main pump for stationary operations,the second pump for mobile operations AIR COMPRESSOR,HYDRAULIC DRIVEN An oil flooded rotary screw compressor rated for at least 140cfm @ 150psig will be provided.The compressor will be mounted in an area that allows for proper service and maintenance of the components.The compressor will be driven by a hydraulic drive system.The hydraulic drive system will be driven by the vehicle transmission through a PTO.All components of the system will be sized and rated for the system to deliver compressed air,uninterrupted,for up to two(2)hours at a time without undue stresses,vibrations,or overheating.The air compressor will be capable of delivering the rated capacity of the compressor when the fire pump is delivering 250gpm @120psi from tank or draft. The hydraulic compressor drive system will be comprised of a variable displacement piston type hydraulic pump supplying a fixed displacement piston hydraulic motor.The displacement of the hydraulic pump will be controlled by a fixed orifice type,load sensing,hydraulic circuit.The hydraulic system will have a properly sized reservoir,cooler,filter(s)and accessory components.The components will be mounted in the vehicle body to facilitate routine maintenance operations.The hydraulic drive design will be certified by manufacturer of the primary components as suitable for the intended use and duty cycle. All components of the air compressor and drive system will be readily available on the domestic air compressor/hydraulic market(USA).The compressor will be designed and assembled by the apparatus manufacturer,using standard components available to air compressor OEM's.The hydraulic drive system will be assembled by the apparatus manufacturer using standard mobile hydraulic components. The PTO will be a 10 bolt SAE type mounted to the PTO opening of the vehicle's Allison transmission.The PTO will be rated for at least 20 percent more torque throughput than the air compressor drive system will demand. The air/oil separator for the compressor system will be easily serviced.The separator will be inside a cast iron compressor base,receiver combination.The separator will consist of two stages.The first stage being a centrifuge arrangement engineered into the compressor base.The second stage will be a cartridge arrangement inside an enclosure featuring an"inside to outside"flow of the air through the cartridge.The cartridge will be serviceable by the removal of the compressor system minimum pressure valve.The separation system will be capable of at least 140 SCFM flow at 40 psi tank pressure.The allowable oil carry over will be no more than 10 parts per million oil in air. A cast iron air/oil receiver tank will be provided.The tank will be constructed and tested to the applicable standards as addressed by NFPA 1901 for CAF system air compressor tanks.The tank will be mounted in a manner that allows easy access to the fill opening and the level sight gauges. The tank will be of the vertical type with the minimum pressure valve of the compressor system integrated into the top of the tank.The minimum pressure valve will be rotatable to facilitate different discharge arrangements from the tank. The compressor lubricant will be filtered by spin on type filter.The filter will have a 25 Micron rating and a safety bypass valve.The filter assembly will be mounted and located in a manner that allows easy service.A thermostat valve will be integrated into the oil filter and compressor base housing. The thermostat will route lubricant to the oil cooler to maintain the compressor's temperature between minimum and maximum limits. A water/oil cooler will be provided to cool the compressor.The cooler will be sized to meet the duty cycle requirements as specified. A heavy duty,automotive type,dry element air cleaner will be provided.The air cleaner will be mounted in such a manner as to be easily serviced.The air cleaner will be mounted,or the inlet of the filter routed,in such a manner that the air cleaner intakes fresh air from outside the vehicle body. In addition,the compressor air intake will be screened to prevent debris from entering the filter housing. The system will have the following safety or monitoring devices. Minimum pressure valve Compressor lube temperature gauge Compressor system pressure gauge Air flow meter Compressor lube temperature warnings,audible and visible High pressure relief valve on receiver tank Applicable warning and information decals The air compressor will be controlled by a modulating inlet valve mounted on the air compressors inlet port.A controller will be provided that senses air pressure and controls the delivery volume of the air compressor while maintaining a constant pressure.The controller will feature an automatic balancing system to maintain the air pressure within plus or minus 5%of the discharge pressure of the fire pump,throughout a pressure range of 60psi to 150psi. The compressor system will have operators controls at the pump panel for the following functions. Automatic pressure regulation,to match the compressor discharge pressure to the pump discharge pressure. Fixed pressure regulation,to set the air pressure at on pressure for the use of air tools,etc. PTO engagement switch PTO engaged indicator light AIR TOOL OUTLET A 1.00"air outlet supplied by the CAFS compressor shall be provided on the pump operators panel for a side mount pumphouse and on the left pump panel for a top mount pumphouse.This outlet will have a chrome plated 1.0"FNST swivel fitting at the panel and a valve behind the pump panel.The outlet will be capable of supplying the capacity of the compressor.A mating 1.0"MNST x 1.0"NPT fitting will be supplied with loose equipment. Bid#: 886 45 0592527 Refill,Foam Tank,Integral,Husky SINGLE FOAM TANK REFILL 3 The foam system's proportioning pump will be used to fill the foam tank.This will allow use of the auxiliary foam pick-up to pump the foam from pails or a drum on the ground into the foam tank.A foam shut-off switch will be installed in the fill dome of the tank to shut the system down when the tank is full.The fill operation will be controlled by a mode in the foam system controller.While the proportioner pump is filling the tank,the controller will display a flashing yellow LED to indicate that the tank is filling.When the tank is full,as determined by the float switch in the tank dome,the pump will stop and the controller will shut the yellow LED off.If it attempted to use tank fill and the refill valve and suction valve are in the wrong position(s),then a red LED will illuminate to indicate the improper valve position(s).When the valves are positioned properly,then filling will commence. 0617453 Demonstration,Foam System and FOAM SYSTEM AND CAFS TRAINING CAFS,At Pierce The fire department will order one(1)vehicle with this foam system and CAFS.A demonstration of these systems will be provided at the apparatus manufacturers facility. This demonstration will include: -A review of the foam system and CAFS manuals,emphasizing key areas -A walk around review of the system components on the finished truck -A hands-on start-up and foam and CAFS discharge session -Instructions on the use of the manual overrides -The proper way to shut down and flush the system. 0530519 Foam Cell,30 Gallon,Not FOAM CELL Reducing,PUC The foam cell will be an integral portion of the polypropylene water tank.The cell will have a capacity of 30 gallons of foam with the intended use of Class A foam.The brand of foam stored in this tank will be TBD.The foam cell will not reduce the capacity of the water tank.The foam cell will have a screen in the fill dome and a breather in the lid. 0697589 Drain, 1.00",Foam Tank#1,Husky FOAM TANK DRAIN 3 Foam System,Quarter Turn The foam tank drain will be a 1.00"quarter turn drain valve located inside the pump/plumbing compartment. 0091079 Not Required,Foam Tank#2 0091112 Not Required,Foam Tank#2 Drain 0515692 Pump Operators Panel,31", PUMP CONTROL PANELS(Left Side Control) Control Zone,PUC Pump controls and gauges will be located midship at the left(driver's)side of the apparatus and properly identified. The main pump operator's control panel will be completely enclosed and located in the forward section of the body compartment,to protect against road debris and weather elements.The pump operator's panels will be no more than 31.00"wide,and made in four(4)sections with the center section easily removable with simple hand tools.For the safety of the pump operator,there will be no discharge outlets or pump inlets located on the main pump operators panel. Layout of the pump control panel will be ergonomically efficient and systematically organized.The upper section will contain the master gauges.This section will be angled down for easy visibility.The center section will contain the pump controls aligned in two horizontal rows.The pressure control device,engine monitoring gauges,electrical switches,and foam controls(if applicable)will be located on or adjacent to the center panel,on the side walls for easy operation and visibility.The lower section will contain the outlet drains. Manual controls will be easy moving 8"long lever style controls that operate in a vertical,up and down swing motion.These handles will have a 2.25"diameter knob and be able to lock in place to prevent valve creep under any pressure.Bright finish bezels will encompass the opening,be securely mounted to the pump operator's panel,and will incorporate the discharge gauge bezel.Bezels will be bolted to the panel for easy removal and gauge service.The driver's side discharges will be controlled directly at the valve.There will be no push-pull style control handles. Identification tags for the discharge controls will be recessed within the same bezel.The discharge identification tags will be color coded,with each discharge having its own unique color. All remaining identification tags will be mounted on the pump panel in chrome-plated bezels. All discharge outlets will be color coded and labeled to correspond with the discharge identification tag. The pump panels for the midship discharge and intake ports will be located ahead of the body compartments with no side discharge or intake higher than the frame rail.The pump panels will be easily removable with simple hand tools. A recessed cargo area will be provided at the front of the body,ahead of the water tank above the plumbing. 0032479 Pump Panel Configuration,Control PUMP PANEL CONFIGURATION Zone The pump panel configuration will be arranged and installed in an organized manner that will provide user-friendly operation. 0516975 Material,Pump Panels,Operators PUMP AND GAUGE PANEL Brushed Stainless,Sides Brushed The pump operator's panel and gauge panels will be constructed of stainless steel with a brushed Stainless,PUC finish. The side control panels will be constructed of stainless steel with a brushed finish for durability and ease of maintenance. Bid#: 886 46 0516978 Pump and Plumbing Access, PUMP AND PLUMBING ACCESS Simple Tilt Service, PUC Simple access to the plumbing will be provided through the front of the body area by raising the cab for complete plumbing service and valve maintenance.Access to valves will not require removal of operator panels or pump panels.Access for rebuilding of the pump will not require removal of more than the tank to pump line and a single discharge line.This access will allow for fast,easy valve or pump rebuilding,making for reduced out of service times.Steps will be provided for access to the top of the pump. Access to the pump will be provided by raising the cab.The pump will be positioned such that all maintenance and overhaul work can be performed above the frame and under the tilted cab.The service and overhaul work on the pump will not require the removal of operator panels or pump panels.Complete pump casing and gear case removal will require no more than removal of the intake and discharge manifolds,driveline,coolers and a single discharge line.The pump case and gear case will be able to be removed by lifting upward without interference from piping and be removable in less than 3 hours. 0520016 Not Required,Pumphouse Structure,PUC 0618458 Light,Pump Compt,Win PUMP COMPARTMENT LIGHT 3SCOCDCR LED White,PUC There will be one(1)Whelen®,Model 3SCOCDCR,3.00"white 12 volt DC LED light(s)with Whelen, Model 3FLANGEC,flange(s)installed in the plumbing area. The light(s)will be activated by a toggle switch located in the pump compartment area. 0516983 Gauges,Engine,Included With Engine monitoring graduated LED indicators will be incorporated with the pressure controller. Pierce Pressure Controller,PUC 0005601 Throttle Included w/Pressure Controller 0549333 Indicators,Engine,Included with Pressure Controller 0778728 Cold Climate Pkg,w/Gauge Htr, ALUMINUM HEAT ENCLOSURE Hot Water Htr,2-Diesel Htrs, A heat enclosure will be installed,trapping hot air radiated from the engine exhaust system,which Rubber,Level 2,PUC will warm the fire pump.The enclosure will consist of a aluminum understructure,with easily removable aluminum panels.Also a covering above the plumbing will be provided,so warm air cannot escape freely. ELECTRIC GAUGE HEATER An MC Products electric gauge heater will be provided for all water carrying gauges. PUMP&PLUMBING COMPARTMENT HEATER A hot water heater will be installed in the plumbing compartment. Two(2)Espar diesel fired heaters rated for 7,500 BTU,will be installed in the pump compartment under the cab. Controls for the heaters will be located at the pump operator's panel. RUBBER BOOT The front,sides,and rear of the pump and plumbing compartment will be enclosed to contain the heat.The rear will have openings for the plumbing and between the tank and body only.A rubber boot will be supplied around the plumbing,at the front,sides and rear of the pump compartment,the boot will allow the plumbing to flex and keep cold air out. 0511078 Gauges,4.00"Master,Class 1, VACUUM AND PRESSURE GAUGES 30"-0-600psi The pump vacuum and pressure gauges will be liquid filled and manufactured by Class 1 Incorporated C. The gauges will be a minimum of 4.00"in diameter and will have white faces with black lettering,with a pressure range of 30.00"-0-600#. Gauge construction will include a Zytel nylon case with adhesive mounting gasket and threaded retaining nut. The pump pressure and vacuum gauges will be installed adjacent to each other at the pump operator's control panel. Test port connections will be provided at the pump operator's panel.One will be connected to the intake side of the pump,and the other to the discharge manifold of the pump.They will have 0.25 in. standard pipe thread connections and non-corrosive polished stainless steel or brass plugs.They will be marked with a label. This gauge will include a 10 year warranty against leakage,pointer defect,and defective bourdon tube. 0511100 Gauge,2.00"Pressure,Class 1, PRESSURE GAUGES 30"-0-400psi The individual"line"pressure gauges for the discharges will be Class 1©interlube filled. They will be a minimum of 2.00"in diameter and have white faces with black lettering. Gauge construction will include a Zytel nylon case with adhesive mounting gasket and threaded retaining nut. Gauges will have a pressure range of 30"-0-400#. The individual pressure gauge will be installed as close to the outlet control as practical. This gauge will include a 10 year warranty against leakage,pointer defect,and defective bourdon tube. 0539612 Gauge,Master Pump Flowmeter, MASTER FLOWMETER FRC,PUC A master pump flowmeter display will be provided the operator's panel.The flowmeter will contain solid state electronics with LED readout of total flow of the pump. An FRC X-FLC flow conditioner will be installed in the plumbing for better flow readings. Bid#: 886 47 Ink 0517009 Gauge,Water Level,Pierce,In WATER LEVEL GAUGE pressure Controller,w/Mini Slave, An electric water level gauge will be incorporated in the pressure controller that registers water level PUC by means of nine(9)LEDs.They will be at 1/8 level increments with a tank empty LED.The LEDs will be a bright type that is readable in sunlight,and have a full 180-degree of clear viewing. To further alert the pump operator,the gauge will have a warning flash when the tank volume is less than 25 percent.The gauge will have down chasing LEDs when the tank is almost empty. The level measurement will be ascertained by sensing the head pressure of the fluid in the tank or cell. MINI SLAVE UNIT An electric water level gauge will be provided in the cab that registers water level by means of five(5) LEDs.They will be at 1/4 level increments with a tank empty LED.The LEDs will be a bright type that are readable in sunlight and have a full 180-degree of clear viewing. The water level gauge in the cab will be activated when the pump is in gear. 0604028 Water Level Gauge,FRC, ADDITIONAL WATER LEVEL GAUGE MaxVision WLA280-A00 There will be two(2)additional Fire Research MaxVision model WLA280-A00 water tank remote Programable Remote Display indicators provided and installed ds and ps Rear of cab high as possible.The indicators will show the volume of water in the tank on Ninety six(96)easy to see super bright Tri-color LEDs.The indicator case will be waterproof,manufactured of Polycarbonate material with an integrated lens. The remote indicator will indicate the level as a single color in Red for 25%or less,Amber color for up to 50%volume,Blue color for up to 75%volume and Green color for up to 100%volume.When the level reaches 25%,the red LEDs will begin flashing,When the level is empty,the red LEDs will scroll in a down-chasing motion and then flash three times. It will have the program capability to adjust the brightness level for day time and night time viewing. The LEDs can also be programmed for different colors. This module will be activated when the parking brake is applied. 0517012 Gauge,Foam Level,Pierce,PUC, FOAM LEVEL GAUGE PP and Mini in Cab A Pierce electric foam level gauge will be provided on the operator's panel,that registers foam level by means of nine(9)LEDs. There will also be a mini foam level gauge with five(5)LEDs in the cab. They will be at 1/8 level increments with a tank empty LED. The LEDs will be a bright type that is readable in sunlight,and have a full 180 degree of clear viewing. The gauge will match the water level gauge in the pressure controller. To further alert the pump operator,will have a warning flash when the tank volume is less than 25 percent,and will have Down Chasing LEDs when the tank is almost empty. The level measurement will be ascertained by sensing the head pressure of the fluid in the tank or cell. This method provides accuracy with an array of multi-viscosity foams. The foam level gauge in the cab will be activated by pump is in gear. 0653081 Light,Pump Operator&Panel, SIDE CONTROL PUMP OPERATOR'S/PUMP PANEL LIGHTING Side Ctrl,PUC,60354C LED Cab Illumination will be provided for controls,switches,essential instructions,gauges,and instruments &LED OH Chr Cvr necessary for the operation of the apparatus and the equipment provided on it.External illumination will be a minimum of five(5)foot-candles on the face of the device.Internal illumination will be a minimum of four(4)footlamberts. The pump panels will be illuminated by two(2)Truck-Lite,Model 60354C,6.00"x 2.00"oval white LED lights with Model 60700,grommets and chrome covers installed on the back of the cab,one(1) on the driver's side and one(1)on the passenger's side. The pump operator's panel will utilize the same LED strip lighting at the forward doorframe as all other compartment lighting. There will be a small white LED pump engaged indicator light installed overhead. 0606696 Air Horns,(2)Grover,Stutter Tone,AIR HORN SYSTEM In Bumper Two(2)Grover,Stutter Tone,air horns will be recessed in the front bumper.The horn system will be piped to the air brake system wet tank utilizing 0.38"tubing.A pressure protection valve will be installed in-line to prevent loss of air in the air brake system. 0606832 Location,Air Horns,Bumper,Left Air Horn Location Side,Outside Frame,Same Side The air horns will be located on the left side of the bumper,outside of the frame rail. (Pos#6&#7) 0006066 Control,Air Horn,DS&PS AIR HORN CONTROL Lanyard Two(2)lanyard rope pull controls will be provided,one(1)within reach of the driver and one(1) within reach of the officer. 0525667 Siren,Win 295SLSA1,100 or 200 ELECTRONIC SIREN Watt A Whelen®,Model 295SLSA1,electronic siren with noise canceling microphone will be provided. This siren to be active when the battery switch is on and that emergency master switch is on. 0016133 Location,Electronic Siren,Swivel Siren head will be located on a swivel bracket mounted on the headliner so that it is accessible to Mount Centered Overhead both the driver and officer.The swivel bracket will be capable of rotating a minimum of 180 degrees. 0076156 Control,Elec Siren,Head Only The electronic siren will be controlled on the siren head only.No horn button or foot switches will be provided. 0601304 Speaker,(2)WIn,SA315P, SPEAKERS w/Pierce Polished Stainless Steel There will be two(2)Whelen®,Model SA315P,black nylon composite,100-watt,speakers with Grille,100 watt through bumper mounting brackets and polished stainless steel grille provided.Each speaker will be connected to the siren amplifier. 0601559 Location,Speaker,Frt Bumper, The speakers will be recessed in each side of the front bumper,inside of the frame rails. Recessed,Each Side,Inside Frame(Pos 3&5) Bid#: 886 48 116. 0545191 Siren,Auxiliary,Wln HOWLER SIREN AMPLIFIER Speaker System One(1)amplifier will be provided installed with the Whelen Howler system to be used in conjunction with the vehicle's primary electronic siren. AUXILIARY SPEAKERS Two(2)auxiliary speakers will be provided with the Whelen Howler system. These speakers will be installed behind the front bumper or cab,TBD. 0016080 Siren,Federal Q2B AUXILIARY MECHANICAL SIREN A Federal Q2B®siren will be furnished.A siren brake button will be installed on the switch panel. The control solenoid will be powered up after the emergency master switch is activated. 0006095 Siren,Mechanical,Mounted Above The mechanical siren will be mounted on the bumper deck plate.It will be mounted on the left side.A Deckplate reinforcement plate will be furnished to support the siren. 0026170 Control,Mech Siren,DS Foot Sw, MECHANICAL SIREN CONTROL PS Push Button The mechanical siren Will be actuated by a push button located on the officer's side instrument panel and by a foot switch on the driver's side. 0608616 Lightbar,Win,Freedom IV-Q,72", FRONT ZONE UPPER WARNING LIGHTS RRRRWRROptRRWRRRR There will be one(1)72.00"Whelen Freedom IV LED lightbar mounted on the cab roof. The lightbar will include the following: One(1)red flashing LED module in the driver's side end position. One(1)red flashing LED module in the driver's side front corner position. One(1)red flashing LED module in the driver's side first front position. One(1)red flashing LED module in the driver's side second front position. One(1)white flashing LED module in the driver's side third front position. One(1)red flashing LED module in the driver's side fourth front position. One(1)red flashing LED module in the driver's side fifth front position. One(1)795 LED traffic light controller sent to national standard high priority in the center positions. One(1)red flashing LED module in the passenger's side fifth front position. One(1)red flashing LED module in the passenger's side fourth front position. One(1)white flashing LED module in the passenger's side third front position. One(1)red flashing LED module in the passenger's side second front position. One(1)red flashing LED module in the passenger's side first front position. One(1)red flashing LED module in the passenger's side front corner position. One(1)red flashing LED module in the passenger's side end position. There will be clear lenses included on the lightbar. The following switches may be installed in the cab on the switch panel to control the lightbar: a switch to control the flashing LED modules. the traffic light controller will be activated by a cab switch with emergency master control, and there will be a driver's side momentary cab switch with no emergency master control to activate the traffic light controller. The two(2)white flashing LED modules and the traffic light controller will be disabled when the parking brake is applied. The eight(8)red flashing LED modules in the front positions may be load managed when the parking brake is applied. 0076317 Switch, Additional for clear strobes A switch will be provided in the cab that will allow the operator to control the clear strobes in the lightbar. 0540451 Light,Front Zone,Win M6*LED, CAB FACE WARNING LIGHTS Colored Lens,4lts Q Bezel There will be four(4)Whelen®,Model M6*,LED flashing warning lights installed on the cab face, above the headlights,mounted in a common bezel. The driver's side front outside warning light to be red The driver's side front inside warning light to be red The passenger's side front inside warning light to be red The passenger's side front outside warning light to be red All four(4)lights will include a colored lens that is the same color of the LED's. There will be a switch located in the cab,on the switch panel,to control the four(4)lights. The inside lights may be load managed if colored or disabled if white,when the parking brake is set. 0653937 Flasher,Headlight Alternating HEADLIGHT FLASHER The high beam headlights will flash alternately between the left and right side. There will be a switch installed in the cab on the switch panel to control the high beam flash.This switch will be live when the battery switch and the emergency master switches are on. The flashing will automatically cancel when the hi-beam headlight switch is activated or when the parking brake is set. 0540683 Lights,Side Zone Lower,Win M6* SIDE ZONE LOWER LIGHTING LED,Colored Lens 2pr There will be four(4)Whelen®,Model M6*,LED flashing warning lights with chrome trim installed per the following: Two(2)lights,one(1)each side on the front cab corner.The side front lights to be red. Two(2)lights,one(1)each side above rear wheels.The side rear lights to be red. The lights will include lenses that are the same color as the LEDs. 0540811 Lights,Door Interior Flash,4 Dr INTERIOR CAB DOOR WARNING LIGHTS Cab,Win M4*C LED,Clear Lens There shall be four(4)Whelen®,Model M4*C,LED flashing warning lights provided,one(1)on each cab and crew cab door pan. The color will be amber. Each light will include a lens that is clear. Each light will be activated by the door jam switch of the associated door. Bid#: 886 49 0540773 Lights,Side,Win M9*LED, SIDE WARNING LIGHTS Colored Lens There will be two(2)Whelen,Model M9*LED flashing warning light(s)with bezel(s)provided DS and PS Side high as possible. The color of the lights will be red. All of these lights will include a lens color that is the same as the LED's. These lights will be activated with the emergency master. 0564654 Lights,Rear Zone Lower,Win M6* REAR ZONE LOWER LIGHTING LED,Colored Lens,For Tail Light There will be two(2)Whelen®,Model M6*,LED flashing warning lights will be located at the rear of Housing the apparatus. The driver's side rear light to be red The passenger's side rear light to be blue Both lights will include a lens that is the same color as the LED's. There will be a switch located in the cab on the switch panel to control the lights. 0647024 Light,Rear Zone Upper,Win Rota- REAR OF HOSE BED WARNING LIGHTS Beam R316RF LED Beacon,Red There will be two(2)Whelen Rota-Beam,Model R316RF,4.00"high x 7.19"wide beacons with red LED,Red Lens LED's and red domes provided. One(1)will be installed on the driver's side rear of the apparatus. One(1)will be installed on the passenger's side rear of the apparatus. There will be a switch located in the cab on the switch panel to control the beacons. 0006551 Not Required,Lights,Rear Upper Zone Blocking 0590000 No Hose Bed Warn Light Brackets Req'd,Lights Mtd on Hatch/Body Compts,PUC 0791528 Light,Traffic Directing,Win TAL65, TRAFFIC DIRECTING LIGHT 36.00"Long,TACTL5 There will be one(1)Whelen®,Model TAL65,36.00"long x 2.87"high x 2.25"deep,amber LED traffic directing light installed at the rear of the apparatus. The Whelen,Model TACTL5,control head will be included with this installation. The controller will be energized when the battery switch is on. The auxiliary flash not activated. 0551728 Location,Traf Dir Lt,Recessed This traffic directing light will be recessed with a stainless steel trim plate at the rear of the apparatus with S/S Trim as high as practical. 0530282 Location,Traf Dir Lt Controller, The traffic directing light control head will be located in the driver side overhead switch panel in the Overhead Switch Panel DS Right right panel position. End Bid#: 886 50 0023717 Electrical System,A/C w/Customer ELECTRICAL SYSTEM GENERAL DESIGN for ALTERNATING CURRENT Installed Generator The following guidelines will apply to the 120/240 VAC system installation: General Except where superseded by the requirements of NFPA 1901,all components,equipment and installation procedures will conform to NFPA 70,National Electrical Code(herein referred to as the NEC). Line voltage electrical system equipment and materials included on the apparatus will be listed and installed in accordance with the manufacturer's instructions.All products will be used only in the manner for which they have been listed. Grounding An equipment grounding means will be provided in accordance with Section 250-62(Grounding Conductor Material)of the NEC. The grounded current carrying conductor(neutral)will be insulated from the equipment grounding conductors and from the equipment enclosures and other grounded parts.The neutral conductor will be colored white or gray in accordance with Section 200-6(Means of Identifying Grounding Conductors)of the NEC. In addition to the bonding required for the low voltage return current,each body and driving or crew compartment enclosure will be bonded to the vehicle frame by a copper conductor.This conductor will have a minimum amperage rating of 115 percent of the nameplate current rating of the power source specification label as defined in Section 310-15(amp capacities)of the NEC.A single conductor,properly sized to meet the low voltage and line voltage requirements will be permitted to be used. Will g Methods Fixed wiring systems will be limited to the following: -Metallic or nonmetallic liquid tight flexible conduit rated at not less than 194 degrees Fahrenheit(90 degrees Celsius) or -Type SO or Type SEO cord with a WA suffix,rated at 600 volts at not less than 194 degrees Fahrenheit(90 degrees Celsius) Electrical cord or conduit will not be attached to chassis suspension components,water or fuel lines, air or air brake lines,fire pump piping,hydraulic lines,exhaust system components,or low voltage wiring.In addition the wiring will be run as follows: -Separated by a minimum of 12 inches(305 mm),or properly shielded,from exhaust piping -Separated from fuel lines by a minimum of six(6)inches(152 mm)distance. Electrical cord or conduit will be supported within six(6)inches(152 mm)of any junction box and at a minimum of every 24 inches(610 mm)of continuous run.Supports will be made of nonmetallic materials or corrosion protected metal.All supports will be of a design that does not cut or abrade the conduit or cable and will be mechanically fastened to the vehicle. Wiring Identification All line voltage conductors located in the main panel board will be individually and permanently identified.The identification will reference the wiring schematic or indicate the final termination point. When prewiring for future power sources or devices,the unterminated ends will be labeled showing function and wire size. Wet Locations All wet location receptacle outlets and inlet devices,including those on hardwired remote power distribution boxes,will be of the grounding type provided with a wet location cover and installed in accordance with Section 210-7"Receptacles and Cord Connections"of the NEC. All receptacles located in a wet location will be not less than 24 inches(610 mm)from the ground. Receptacles on off-road vehicles will be a minimum of 30 inches(762 mm)from the ground. The face of any wet location receptacle will be installed in a plane from vertical to not more than 45 degrees off vertical.No receptacle will be installed in a face up position. Dry Locations All receptacles located in a dry location will be of the grounding type.Receptacles will be not less than 30 inches(762 mm)above the interior floor height. All receptacles will be marked with the type of line voltage(120-volts or 240-volts)and the current rating in amps.If the receptacles are direct current,or other than single phase,they will be so marked. Listing All receptacles and electrical inlet devices will be listed to UL 498,Standard for Safety Attachment Plugs and Receptacles,or other appropriate performance standards.Receptacles used for direct current voltages will be rated for the appropriate service. Electrical System Testing The wiring and associated equipment will be tested by the apparatus manufacturer or the installer of the line voltage system. The wiring and permanently connected devices and equipment will be subjected to a dielectric voltage withstand test of 900 volts for one(1)minute.The test will be conducted between live parts and the neutral conductor,and between live parts and the vehicle frame with any switches in the circuit(s)closed.This test will be conducted after all body work has been completed. Electrical polarity verification will be made of all permanently wired equipment and receptacles to determine that connections have been properly made. 0016691 Generator,Cust/Sales Rep GENERATOR Furnished(Installed by F.D.) Provisions will be made for the customer installation of a Smart Power Generator To be Installed By MacQueen 6KW generator. 0066645 Generator Mounting Location by GENERATOR LOCATION Customer The generator will be located Cargo Area. 0006750 Electric Start,Generator ELECTRIC START PROVISION Electric start provisions will be furnished for the generator from the chassis battery system. 0016757 Not Required,Remote Start, Generator 0016740 Not Required,Fuel System 0016767 Not Required,Oil Drain Extension, Generator Bid#: 886 51 0016771 Not Required,Routing Exhaust, Generator 0006737 Circuit Breaker Panel w/Cust or CIRCUIT BREAKER PANEL Dealer Furn Generator A circuit breaker panel will be installed in the D1 Rear Wall.A directory for each breaker will be provided adjacent to the circuit breaker panel.Identification of circuits will be done in a durable manner that provides years of service. This breaker panel will be connected to Smart Power 6KW Generator generator. 0000000 STF Reel,Elect Cable,Hannay,1600, ELECTRIC CORD REEL (3)Wire Furnished with the 120 volt AC electrical system will be a Hannay,Series 1600,cord reel.The reel will be provided with a 12-volt electric rewind switch,that is guarded to prevent accidental operation and labeled for its intended use.The switch will be protected with a fuse and installed at a height not to exceed 72.00"above the operators standing position. The exterior finish of the reel(s)will be painted#269 gray from the reel manufacturer. A captive roller assembly to be provided to aid in the payout and loading of the reel.A ball stop will be provided to prevent the cord from being wound on the reel. A label will be provided in a readily visible location adjacent to the reel.The label will indicate current rating,current type,phase,voltage and total cable length. A total of one(1)cord reel will be provided one(1)in compartment R1 high and centered. The cord reel will be configured with three(3)conductors. 0000000 STF Cord,Electric,10/3 Yellow,3 Wire CORD Provided for electric distribution will be one(1)length installed on the reel of 200 feet of yellow 10/3 electrical cord,weather resistant 105 degree Celsius to-50 degree Celsius,600 volt jacketed SOOW cord.No connector will be installed on the end of the cord. 0781579 Receptacle,15/20A 120V 3-Pr 3- 120 VOLT RECEPTACLE Wr,NEMA 5-20R SB Dup,1st, There will be one(1),15/20 amp 120 volt AC three(3)wire straight blade duplex receptacle(s)with Interior Cab interior stainless steel wall plate(s),installed PS Engine Tunnel Behind Officer seat.The NEMA configuration for the receptacle(s)will be 5-20R. The receptacle(s)will be powered from the shoreline to shoreline power transfer switch. There will be a label installed near the receptacle(s)that state the following: Line Voltage Current Ratting(amps) Phase Frequency Power Source 0779718 Receptacle,15/20A 120V 3-Pr 3- 120 VOLT RECEPTACLE Wr,NEMA 5-20R SB Dup,2nd, There will be one(1),15/20 amp 120 volt AC three(3)wire straight blade duplex receptacle(s)with Interior Body an interior stainless steel wall plate,installed P1 Rear wall as high as possible.The NEMA configuration for the receptacle(s)will be 5-20R. The receptacle(s)will be powered from the shoreline to shoreline power transfer switch. There will be a label installed near the receptacle(s)that state the following: Line Voltage Current Ratting(amps) Phase Frequency Power Source 0779722 Receptacle, 15/20A 120V 3-Pr 3- 120 VOLT RECEPTACLE Wr,NEMA 5-20R SB Dup,1st, There will be one(1),15/20 amp 120 volt AC three(3)wire straight blade duplex receptacle(s)with Interior Body an interior stainless steel wall plate,installed D3 High as possible.The NEMA configuration for the receptacle(s)will be 5-20R. The receptacle(s)will be powered from the shoreline to shoreline power transfer switch. There will be a label installed near the receptacle(s)that state the following: Line Voltage Current Ratting(amps) Phase Frequency Power Source 0519934 Not Required,Brand,Hydraulic Tool System 0649753 Not Required,PTO Driven Hydraulic Tool System 0649750 Not Required,Hydraulic Reels 0007150 Bag of Nuts and Bolts LOOSE EQUIPMENT The following equipment will be furnished with the completed unit: -One(1)bag of chrome,stainless steel,or cadmium plated screws,nuts,bolts and washers,as used in the construction of the unit. Bid#: 886 52 0602516 NFPA Required Loose Equipment, NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT Pumper,NFPA 2016,Provided by The following loose equipment as outlined in NFPA 1901,2016 edition,section 5.9.3 and 5.9.4 will Fire Department be provided by the fire department. 800 ft(60 m)of 2.50"(65 mm)or larger fire hose. 400 ft(120 m)of 1.50"(38 mm),1.75"(45 mm),or 2.00"(52 mm)fire hose. One(1)handline nozzle,200 gpm(750 L/min)minimum. Two(2)handline nozzles,95 gpm(360 L/min)minimum. One(1)smoothbore of combination nozzle with 2.50"shutoff that flows a minimum of 250 gpm. One(1)SCBA complying with NFPA 1981 for each assigned seating position,but not fewer than four (4),mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. One(1)spare SCBA cylinder for each SCBA carried,each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). One(1)first aid kit. Four(4)combination spanner wrenches. Two(2)hydrant wrenches. One(1)double female 2.50"(65 mm)adapter with National Hose threads. One(1)double male 2.50"(65 mm)adapter with National Hose threads. One(1)rubber mallet,for use on suction hose connections. Two(2)salvage covers each a minimum size of 12 ft x 14 ft(3.7 m x 4.3 m). One(1)traffic vest for each seating position,each vest to comply with ANSI/ISEA 207,Standard for High Visibility Public Safety Vests,and have a five-point breakaway feature that includes two(2)at the shoulders,two(2)at the sides,and one(1)at the front. Five(5)fluorescent orange traffic cones not less than 28.00"(711 mm)in height,each equipped with a 6.00"(152 mm)retro-reflective white band no more than 4.00"(152 mm)from the top of the cone, and an additional 4.00"(102 mm)retro-reflective white band 2.00"(51 mm)below the 6.00"(152 mm)band. Five(5)illuminated warning devices such as highway flares,unless the five(5)fluorescent orange traffic cones have illuminating capabilities. One(1)automatic external defibrillator(AED). Four(4)ladder belts meeting the requirements of NFPA 1983,Standard on Fire Service Life Safety Rope and System Components(if equipped with an aerial device). If the supply hose carried does not use sexless couplings,an additional double female adapter and double male adapter,sized to fit the supply hose carried,will be carried mounted in brackets fastened to the apparatus. If none of the pump intakes are valved,a hose appliance that is equipped with one or more gated intakes with female swivel connection(s)compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side will be carried.Any intake connection larger than 3.00"(75 mm)will include a pressure relief device that meets the requirements of 16.6.6. If the apparatus does not have a 2.50"National Hose(NH)intake,an adapter from 2.50"NH female to a pump intake will be carried,mounted in a bracket fastened to the apparatus if not already mounted directly to the intake. If the supply hose carried has other than 2.50"National Hose(NH)threads,adapters will be carried to allow feeding the supply hose from a 2.50"NH thread male discharge and to allow the hose to connect to a 2.50"NH female intake,mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake. 0067022 Hose,6.00"Soft Suction-15 Ft. SOFT SUCTION HOSE Long There will be a 15'length of 6.00"soft suction hose provided with a 6.00"long handle swivel coupling on one(1)end and a 4.50"long handle swivel coupling on the other. 0602538 Extinguisher,Dry Chemical, DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT Pumper NFPA 2016 Class, NFPA 1901,2016 edition,section 5.9.4 requires one(1)approved dry chemical portable fire Provided by Fire Department extinguisher with a minimum 80-B:C rating mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured.The fire department will provide and mount the extinguisher. 0602360 Extinguisher,2.5 Gal.Pressurized WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT Water,Pumper NFPA NFPA 1901,2016 edition,section 5.9.4 requires one(1)2.5 gallon or larger water extinguisher 2016,Provided by Fire Dept mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured.The fire department will provide and mount the extinguisher. 0602679 Axe,Flathead,Pumper NFPA FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT 2016 Classification,Provided by NFPA 1901,2016 edition,Section 5.9.4 requires one(1)flathead axe mounted in a bracket fastened Fire Department to the apparatus. The axe is not on the apparatus as manufactured.The fire department will provide and mount the axe. 0602667 Axe,Pickhead,Pumper NFPA PICKHEAD AXE PROVIDED BY FIRE DEPARTMENT 2016 Classification,Provided by NFPA 1901,2016 edition,Section 5.9.4 requires one(1)pickhead axe mounted in a bracket Fire Department fastened to the apparatus. The axe is not on the apparatus as manufactured.The fire department will provide and mount the axe. Bid#: 886 53 0559573 Paint,Single Color,Custom PAINT-BODY PAINTED TO MATCH CAB The exterior custom cab and body painting procedure will consist of a seven(7)step finishing process as follows: Manual Surface Preparation-All exposed metal surfaces on the custom cab and body will be thoroughly cleaned and prepared for painting.Imperfections on the exterior surfaces will be removed and sanded to a smooth finish.Exterior seams will be sealed before painting.Exterior surfaces that will not be painted include;chrome plating,polished stainless steel,anodized aluminum and bright aluminum treadplate. Chemical Cleaning and Pretreatment-All surfaces will be chemically cleaned to remove dirt,oil, grease,and metal oxides to ensure the subsequent coatings bond well.The aluminum surfaces will be properly cleaned and treated using a high pressure,high temperature 4 step Acid Etch process. The steel and stainless surfaces will be properly cleaned and treated using a high temperature 3 step process specifically designed for steel or stainless.The chemical treatment converts the metal surface to a passive condition to help prevent corrosion.A final pure water rinse will be applied to all metal surfaces. Surfacer Primer-The Surfacer Primer will be applied to a chemically treated metal surface to provide a strong corrosion protective basecoat.A minimum thickness of 2 mils of Surfacer Primer is applied to surfaces that require a Critical aesthetic finish.The Surfacer Primer is a two-component high solids urethane that has excellent sanding properties and an extra smooth finish when sanded. Finish Sanding-The Surfacer Primer will be sanded with a fine grit abrasive to achieve an ultra- smooth finish.This sanding process is critical to produce the smooth mirror like finish in the topcoat. Sealer Primer-The Sealer Primer is applied prior to the Basecoat in all areas that have not been previously primed with the Surfacer Primer.The Sealer Primer is a two-component high solids urethane that goes on smooth and provides excellent gloss hold out when topcoated. Basecoat Paint-Two coats of a high performance,two component high solids polyurethane basecoat will be applied.The Basecoat will be applied to a thickness that will achieve the proper color match.The Basecoat will be used in conjunction with a urethane clear coat to provide protection from the environment. Clear Coat-Two(2)coats of Clear Coat will be applied over the Basecoat color.The Clear Coat is a two-component high solids urethane that provides superior gloss and durability to the exterior surfaces.Lap style and roll-up doors will be Clear Coated to match the body.Paint warranty for the roll-up doors will be provided by the roll-up door manufacture. Each batch of basecoat color is checked for a proper match before painting of the cab and the body. After the cab and body are painted,the color is verified again to make sure that it matches the color standard.Electronic color measuring equipment is used to compare the color sample to the color standard entered into the computer.Color specifications are used to determine the color match.A Delta E reading is used to determine a good color match within each family color. All removable items such as brackets,compartment doors,door hinges,and trim will be removed and separately if required,to ensure paint behind all mounted items.Body assemblies that cannot be finish painted after assembly will be finish painted before assembly. Pierce Manufacturing paint finish quality levels for critical areas of the apparatus(cab front and sides, body sides and doors,and boom lettering panels)meet or exceed the Cadillac/General Motors GMW15777 global paint requirements.Orange peel levels meet or exceed the#6 A.C.T.standard in critical areas.These requirements are met in order for the exterior paint finish to be considered acceptable.The Pierce Manufacturing written paint standards will be available upon request. The cab and the body will be painted#10 white. PAINT-ENVIRONMENTAL IMPACT Contractor will meet or exceed all current State regulations concerning paint operations.Pollution control will include measures to protect the atmosphere,water and soil.Controls will include the following conditions: Topcoats and primers will be chrome and lead free. Metal treatment chemicals will be chrome free.The wastewater generated in the metal treatment process will be treated on-site to remove any other heavy metals. Particulate emission collection from sanding operations will have a 99.99%efficiency factor. Particulate emissions from painting operations will be collected by a dry filter or water wash process. If the dry filter is used,it will have an efficiency rating of 98.00%.Water wash systems will be 99.97% efficient Water from water wash booths will be reused.Solids will be removed on a continual basis to keep the water clean. Paint wastes are disposed of in an environmentally safe manner. Empty metal paint containers will be to recover the metal. Solvents used in clean-up operations will be recycled on-site or sent off-site for distillation and returned for reuse. Additionally,the finished apparatus will not be manufactured with or contain products that have ozone depleting substances.Contractor will,upon demand,present evidence that the manufacturing facility meets the above conditions and that it is in compliance with his State EPA rules and regulations. Bid#: 886 54 0646897 Paint Chassis Frame Assy,E- PAINT CHASSIS FRAME ASSEMBLY Coat,Standard The chassis frame assembly will be finished with a single system black top coat before the installation of the cab and body,and before installation of the engine and transmission assembly,air brake lines,electrical wire harnesses,etc. Components treated with epoxy E-coat protection prior to paint: Two(2)C-channel frame rails Components that are included with the chassis frame assembly that will be painted not e-coated are: Cross members Axles Suspensions Steering gear Battery boxes Bumper extension weldment Frame extensions Body mounting angles Rear Body support substructure(front and rear) Pump house substructure Air tanks Fuel tank Castings Individual piece parts used in chassis and body assembly The E-coat process will meet the technical properties shown. 0693797 No Paint Required,Aluminum Front Wheels 0693792 No Paint Required,Aluminum Rear Wheels 0007230 Compartment,Painted,Spatter COMPARTMENT INTERIOR PAINT Gray The compartment interior will be painted with a gray spatter finish for ease of cleaning and to make it easier to touch up scratches and nicks. 0660196 Reflective Band,12" REFLECTIVE BAND A 12.00"blue reflective band will be provided across the front of the vehicle and along the sides of the body. 0547618 Stripe,Diamond Grade,Chevron, CHEVRON STRIPING ON THE FRONT BUMPER Front Bumper There will be alternating chevron striping located on the front bumper. The colors will be red and fluorescent yellow green diamond grade. The size of the striping will be 6.00". 0593732 Stripe,Chevron,Rear,Diamond REAR CHEVRON STRIPING Grade,Pumper,PUC There will be alternating chevron striping located on the rear-facing vertical surface of the apparatus. The rear surface,excluding the rear roll up door,will be covered. The colors will be red and fluorescent yellow green diamond grade. Each stripe will be 6.00"in width. This will meet the requirements of the current edition of NFPA 1901,which states that 50%of the rear surface will be covered with chevron striping. 0027341 Jog,In Reflective Stripe,Single or JOG(S)IN REFLECTIVE BAND Multiple The reflective band located on each side of the apparatus body will contain one(1)jog(s)and will be angled at approximately a 45 degrees when installed. 0680429 Stripe,Gold Leaf Outline Above& GOLD LEAF STRIPE Below Reflective Band There will be a genuine gold leaf stripe applied above and below the reflective band. The gold leaf stripes will be.50"wide with an outline. 0065687 Stripe,Reflective,Cab Doors CAB DOOR REFLECTIVE STRIPE Interior A 6.00"x 16.00"white reflective stripe will be provided across the interior of each cab door.The stripe will be located approximately 1.00"up from the bottom,on the door panel. This stripe will meet the NFPA 1901 requirement. 0027372 Lettering Specifications,(GOLD LETTERING STAR Process) The lettering will be totally encapsulated between two(2)layers of clear vinyl. 0686426 Lettering,Gold Leaf,3.00",(61-80) LETTERING Sixty-one(61)to eighty(80)genuine gold leaf lettering,3.00"high,with outline and shade will be provided. 0685979 Lettering,Reflective,16.00",Each LETTERING There will be reflective lettering,16.00"high,with outline and shade provided. There will be two(2) letters provided. 0685985 Lettering,Reflective,12.00",Each LETTERING There will be reflective lettering,12.00"high,with no outline or shade provided. There will be six(6) letters provided. 0686026 Lettering,Reflective,4.00",(41-60) LETTERING Forty-one(41)to sixty(60)reflective lettering,4.00"high,with outline and shade will be provided. 0686202 Lettering,Gold Leaf,10.00",Each LETTERING There will be genuine gold leaf lettering,10.00"high,with outline and shade provided. There will be four(4)letters provided. Bid#: 886 55 0635769 E-Coat,Under Body/Chassis E-COATING OF STEEL COMPONENTS Component Package,PUC The following components will be treated with an epoxy E-coat to provide resistance to corrosion and chemicals: Cross members TAK-4®weldments(side plates and side plate interconnecting structure members)(if applicable) Torsion bar anchor weldments Battery boxes Bumper extension weldment Frame extensions Body mounting angles Rear body support weldment Under body support weldments(front and rear) Pump Mount Support The following components will not be e-coated: Air tanks Fuel tank Castings Individual piece parts used in chassis and body assembly The e-coated parts will have a black top coat as well to provide an additional layer of protection and provide a consistent finish. 0636438 E-Coat,Water Tank Cradle E-COATING OF WATER TANK CRADLE The water tank cradle will be treated with an epoxy E-coat to provide resistance to corrosion and chemicals.The e-coated cradle will have a black top coat as well to provide an additional layer of protection and provide a consistent finish. 0772003 Manual,Fire Apparatus Parts,USB FIRE APPARATUS PARTS MANUAL Flash Drive,Custom There will be one(1)custom parts manual(s)in USB flash drive format for the complete fire apparatus provided. The manual(s)will contain the following: Job number Part numbers with full descriptions Table of contents Parts section sorted in functional groups reflecting a major system,component,or assembly Parts section sorted in alphabetical order Instructions on how to locate parts Each manual will be specifically written for the chassis and body model being purchased.It will not be a generic manual for a multitude of different chassis and bodies. SERVICE PARTS INTERNET SITE The service parts information included in these manuals are also available on the Pierce website. The website offers additional functions and features not contained in this manual,such as digital photographs and line drawings of select items.The website also features electronic search tools to assist in locating parts quickly. 0772037 Manual,Chassis Service,USB CHASSIS SERVICE MANUALS Flash Drive,Custom There will be one(1)chassis service manuals on USB flash drives containing parts and service information on major components provided with the completed unit. The manual will contain the following sections: Job number Table of contents Troubleshooting Front Axle/Suspension Brakes EngineTires Wheels Cab Electrical,DC Air Systems Plumbing Appendix The manual will be specifically written for the chassis model being purchased.It will not be a generic manual for a multitude of different chassis and bodies. 0773381 Manual,Chassis Operation,One CHASSIS OPERATION MANUAL (1)USB Flash Drive,Custom The chassis operation manual will be provided on one(1)USB flash drive. 0030008 Warranty,Basic,1 Year, ONE(1)YEAR MATERIAL AND WORKMANSHIP Apparatus,WA0008 A Pierce basic apparatus limited warranty certificate,WA0008,is included with this proposal. 0611136 Warranty,Chassis,3 Year, THREE(3)YEAR MATERIAL AND WORKMANSHIP Velocity/Impel,WA0284 The Pierce custom chassis limited warranty certificate,WA0284,is included with this proposal. 0696698 Warranty,Engine,Cummins,5 ENGINE WARRANTY Year,WA0181 A Cummins five(5)year limited engine warranty will be provided.A limited warranty certificate, WA0181,is included with this proposal. 0684953 Warranty,Steering Gear, STEERING GEAR WARRANTY Sheppard M110,3 Year WA0201 A Sheppard three(3)year limited steering gear warranty shall be provided.A copy of the warranty certificate shall be submitted with the bid package. 0595767 Warranty,Frame,50 Year, FIFTY(50)YEAR STRUCTURAL INTEGRITY Velocity/Impel,Dash CF,WA0038 The Pierce custom chassis frame and crossmembers limited warranty certificate,WA0038,is included with this proposal. Bid#: 886 56 0595698 Warranty,Axle,3 Year,TAK-4, FRONT AXLE THREE(3)YEAR MATERIAL AND WORKMANSHIP WARRANTY WA0050 The Pierce TAK-4 suspension limited warranty certificate,WA0050,is included with this proposal. 0777368 Warranty,Axle,2 Year,Meritor, REAR AXLE TWO(2)YEAR MATERIAL AND WORKMANSHIP WARRANTY General Service,WA0328 A Meritor axle limited warranty certificate,WA0046,is included with this proposal. 0652758 Warranty,ABS Brake System,3 ABS BRAKE SYSTEM THREE(3)YEAR MATERIAL AND WORKMANSHIP WARRANTY Year,Meritor Wabco,WA0232 A Meritor WabcoTMABS brake system limited warranty certificate,WA0232,is included with this proposal. 0019914 Warranty,Structure,10 Year, TEN(10)YEAR STRUCTURAL INTEGRITY Custom Cab,WA0012 The Pierce custom cab limited warranty certificate,WA0012,is included with this proposal. 0595813 Warranty,Paint,10 Year,Cab, TEN(10)YEAR PRO-RATED PAINT AND CORROSION Pro-Rate,WA0055 A Pierce cab limited pro-rated paint warranty certificate,WA0055,is included with this proposal. 0524627 Warranty,Electronics,5 Year, FIVE(5)YEAR MATERIAL AND WORKMANSHIP MUX,WA0014 The Pierce Command Zone electronics limited warranty certificate,WA0014,is included with this proposal. 0647720 Warranty,Pierce LED Strip Lights, COMPARTMENT LIGHT WARRANTY WA0203 The Pierce 12 volt DC LED strip lights limited warranty certificate,WA0203,is included with this proposal. 0046369 Warranty,5-year EVS TRANSMISSION WARRANTY Transmission,Standard Custom, The transmission will have a five(5)year/unlimited mileage warranty covering 100 percent parts WA0187 and labor.The warranty will be provided by Allison Transmission. Note:The transmission cooler is not covered under any extended warranty you may be getting on your Allison Transmission.Please review your Allison Transmission warranty for coverage limitations. 0685945 Warranty,Transmission Cooler, TRANSMISSION COOLER WARRANTY WA0216 The transmission cooler will carry a five(5)year parts and labor warranty(exclusive to the transmission cooler). In addition,a collateral damage warranty will also be in effect for the first three (3)years of the warranty coverage and will not exceed$10,000 per occurrence. A copy of the warranty certificate will be submitted with the bid package. 0688798 Warranty,Water Tank,Lifetime, WATER TANK WARRANTY UPF,Poly Tank,WA0195 A UPF poly water tank limited warranty certificate,WA0195,is included with this proposal. 0596025 Warranty,Structure,10 Year, TEN(10)YEAR STRUCTURAL INTEGRITY Body,WA0009 The Pierce apparatus body limited warranty certificate,WA0009,is included with this proposal. 0693127 Warranty,Gortite,Roll-up Door,6 ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY Year,WA0190 A Gortite roll-up door limited warranty will be provided.The mechanical components of the roll-up door will be warranted against defects in material and workmanship for the lifetime of the vehicle.A six(6)year limited warranty will be provided on painted and satin roll up doors. The limited warranty certificate,WA0190,is included with this proposal. 0516693 Warranty,Pump,Pierce,PUC,6 SIX(6)YEAR PARTS,ONE(1)YEAR LABOR Year Parts,1 Year Labor,WA0039 The pump and its components will be provided with a six(6)year parts and one(1)year labor limited warranty.The manufacturer's warranty will provide that the pump and its components will be free from failures caused by defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate will be submitted with the bid package. 0648675 Warranty,10 Year S/S Pumbing, TEN(10)YEAR PUMP PLUMBING WARRANTY WA0035 The Pierce apparatus plumbing limited warranty certificate,WA0035,is included with this proposal. 0657990 Warranty,Foam System,Husky 3, FOAM SYSTEM WARRANTY WA0231 The Husky 3 foam system limited warranty certificate,WA0231,is included with this proposal. 0595820 Warranty,Paint,10 Year,Body, TEN(10)YEAR PRO-RATED PAINT AND CORROSION Pro-Rate,WA0057 A Pierce body limited pro-rated paint warranty certificate,WA0057,is included with this proposal. 0595421 Warranty,Goldstar,3 Year, THREE(3)YEAR MATERIAL AND WORKMANSHIP Apparatus,WA0018 The Pierce Goldstar gold leaf lamination limited warranty limited warranty certificate,WA0018,is included with this proposal. 0683627 Certification,Vehicle Stability, VEHICLE STABILITY CERTIFICATION CD0156 The fire apparatus manufacturer will provide a certification stating the apparatus complies with NFPA 1901,current edition,section 4.13,Vehicle Stability. The certification will be provided at the time of bid. 0608290 Certification,Engine Installation, ENGINE INSTALLATION CERTIFICATION Imp/Vel,Cummins L9,2017, The fire apparatus manufacturer will provide a certification,along with a letter from the engine CD0152/CD0159 manufacturer stating they approve of the engine installation in the bidder's chassis.The certification will be provided at the time of bid. 0686786 Certification,Power Steering, POWER STEERING CERTIFICATION CD0098 The fire apparatus manufacturer will provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification will be provided at the time of bid. Bid#: 886 57 0667418 Certification,Cab Integrity,Impel CAB INTEGRITY CERTIFICATION FR,CD0009 The tire apparatus manufacturer will provide a cab integrity certification with this proposal.The certification will state that the cab has been tested and certified by an independent third-party test facility.Testing events will be documented with photographs,real-time and high-speed video,vehicle accelerometers,cart accelerometers,and a laser speed trap.The fire apparatus manufacturer will provide a state-licensed professional engineer to witness and certify all testing events.Testing will meet or exceed the requirements below: European Occupant Protection Standard ECE Regulation No.29. SAE J2422 Cab Roof Strength Evaluation-Quasi-Static Loading Heavy Trucks. SAE J2420 COE Frontal Strength Evaluation-Dynamic Loading Heavy Trucks. Roof Crush The cab will be subjected to a roof crush force of 22,500 lb.This value meets the ECE 29 criteria and is equivalent to the front axle rating up to a maximum of 10 metric tons. Additional Roof Crush The same cab will be subjected to a roof crush force of 100,000 lbs.This value exceeds the ECE 29 criteria by nearly 4.5 times. Side Impact The same cab will be subjected to dynamic preload where a 13,275 lb moving barrier slams into the side of the cab at 5.5 mph at a force of 13,000 ft-lbs.This test is part of the SAE J2422 test procedure and more closely represents the forces a cab will see in a rollover incident. Frontal Impact The same cab will withstand a frontal impact of 32,600 ft-lbs of force using a moving barrier in accordance with SAE J2420. Additional Frontal Impact The same cab will withstand a frontal impact of 65,200 ft-lbs of force using a moving barrier,(twice the force required by SAE J2420). The same cab will withstand all tests without any measurable intrusion into the survival space of the occupant area. 0548950 Certification,Cab Door Durability, CAB DOOR DURABILITY CERTIFICATION Velocity/Impel,CD0001 Robust cab doors help protect occupants.Cab doors will survive a 200,000 cycle door slam test where the slamming force exceeds 20 G's of deceleration.The bidder will certify that the sample doors similar to those provided on the apparatus have been tested and have met these criteria without structural damage,latch malfunction,or significant component wear. 0548967 Certification,Windshield Wiper WINDSHIELD WIPER DURABILITY CERTIFICATION Durability,ImpelNelocity,CD0005 Visibility during inclement weather is essential to safe apparatus performance.Windshield wipers will survive a 3 million cycle durability test in accordance with section 6.2 of SAE J198 Windshield Wiper Systems-Trucks,Buses and Multipurpose Vehicles.The bidder will certify that the wiper system design has been tested and that the wiper system has met these criteria. 0667411 Certification,Electric Window ELECTRIC WINDOW DURABILITY CERTIFICATION Durability,Velocity/Impel FR, Cab window roll-up systems can cause maintenance problems if not designed for long service life. CD0004 The window regulator design will complete 30,000 complete up-down cycles and still function normally when finished.The bidder will certify that sample doors and windows similar to those provided on the apparatus have been tested and have met these criteria without malfunction or significant component wear. 0549273 Certification,Seat Belt Anchors SEAT BELT ANCHOR STRENGTH and Mounting,ImpNelNel SLT, Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be CD0018 validated through testing.Each seat belt anchor design will withstand 3000 lb of pull on both the lap and shoulder belt in accordance with FMVSS 571.210 Seat Belt Assembly Anchorages.The bidder will certify that each anchor design was pull tested to the required force and met the appropriate criteria. SEAT MOUNTING STRENGTH Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing.Each seat mounting design will be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems.The bidder will certify that each seat mount and cab structure design was pull tested to the required force and met the appropriate criteria. 0667416 Certification,Cab Heater and CAB DEFROSTER CERTIFICATION Defroster,Velocity/Impel FR, Visibility during inclement weather is essential to safe apparatus performance.The defroster system CD0015 will clear the required windshield zones in accordance with SAE J381 Windshield Defrosting Systems Test Procedure And Performance Requirements-Trucks,Buses,And Multipurpose Vehicles.The bidder will certify that the defrost system design has been tested in a cold chamber and passes the SAE J381 criteria. CAB HEATER CERTIFICATION Good cab heat performance and regulation provides a more effective working environment for personnel,whether in-transit,or at a scene. The cab heaters will warm the cab 75 F from a cold- soak,within 30 minutes when tested using the coolant supply methods found in SAE J381. The bidder will certify that a substantially similar cab has been tested and has met these criteria. 0667415 Certification,Cab Air Conditioning CAB AIR CONDITIONING PERFORMANCE CERTIFICATION Performance,Velocity/Impel FR, Good cab air conditioning temperature and air flow performance keeps occupants comfortable, CD0016 reduces humidity,and provides a climate for recuperation while at the scene.The cab air conditioning system will cool the cab from a heat-soaked condition at 100 degrees Fahrenheit to an average of 67 degrees Fahrenheit in 30 minutes.The bidder will certify that a substantially similar air conditioning system has been tested and has met these criteria.The certification will be available at the time of delivery. Bid#: 886 58 mow 0545073 Amp Draw Report,NFPA Current AMP DRAW REPORT Edition The bidder will provide,at the time of bid and delivery,an itemized print out of the expected amp draw of the entire vehicle's electrical system. The manufacturer of the apparatus will provide the following: Documentation of the electrical system performance tests. A written load analysis,which will include the following: The nameplate rating of the alternator. The alternator rating under the conditions specified per: Applicable NFPA 1901 or 1906(Current Edition). The minimum continuous load of each component that is specified per: Applicable NFPA 1901 or 1906(Current Edition). Additional loads that,when added to the minimum continuous load,determine the total connected load. Each individual intermittent load. All of the above listed items will be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition). 0002758 Amp Draw,NFPA/ULC Radio Allowance 0799248 Appleton/Florida BTO 0000048 Engineering Attribute- PUMPER/TANKER,3rd Gen 0000012 PIERCE CHASSIS 0004713 ENGINE,OTHER 0046395 EVS 3000 Series TRANSMISSION 0520324 PIERCE PUMP,PUC 0020009 POLY TANK 0028048 FOAM SYSTEM 0020006 SIDE CONTROL 0020007 AKRON VALVES 0020014 FRONT SUCTION 0020015 ABS SYSTEM 0658751 Manufacturing Attribute Bid#: 886 59 • PURCHASE AGREEMENT SINGLE UNIT This Purchase Agreement(together with all attachments referenced herein,the"Agreement"), made and entered into by and between MacQueen Equipment, Inc., a Minnesota corporation d/b/a MacQueen Emergency Group ("MacQueen"), and The City of Farmington is effective as of the date specified in Section 3 hereof. 1,Definitions. a. "Product"means the fire apparatus and any associated equipment furnished for the Customer by MacQueen pursuant to the Specifications. a. "Specifications"means the general specifications,technical specifications,training,and testing requirements for the Product contained in the MacQueen Proposal for the Product prepared in response to the Customer's request for proposal. b. "MacQueen Proposal"means the proposal provided by MacQueen attached as Exhibit C prepared in response to the Customer's request for proposal. c, "Delivery"means the date MacQueen is prepared to make physical possession of the Product available to the Customer, 2.)purpose.This Agreement sets forth the terms and conditions of MacQueen's sale of the Product to the Customer, 3.Term of Agreement. This Agreement will become effective on the date it is signed and approved by MacQueen's authorized representative and the City of Farmington pursuant to Section 20 here of 4/9/18 and,unless earlier terminated pursuant to the terms of this Agreement,it will terminate upon the Customer's Acceptance and payment in full of the Purchase Price. 4.Purchase and Payment The Customer agrees to purchase the Product specified on Exhibit A for the total purchase price of $712.024 Prices are in U.S.funds. 5.Agreement Changes. The Customer may request that MacQueen incorporate a change to the Products or the Specifications for the Products by delivering a change order to MacQueen;provided,however,that any such change order must be in writing and include a description of the proposed change sufficient to permit MacQueen to evaluate the feasibility of such change ("Change Order").Within seven(7)business days of receipt of a Change Order,MacQueen will inform the Customer in writing of the feasibility of the Change Order,the earliest possible implementation date for the Change Order,of any increase or decrease in the Purchase Price resulting frons such Change Order,and of any effect on production scheduling or Delivery resulting from such Change Order. MacQueen shall not be liable to the Customer for any delay in performance or Delivery arising from any such Change Order, A Change Order is only effective when signed by customer and counter-signed by MacQueen's authorized representative. 6.Cancellation/Termination. In the event this Agreement is cancelled or terminated by a party before completion, MacQueen may charge a cancellation fee. The following charge schedule based on costs incurred may be applied:(a)10%of the Purchase Price after order is accepted and entered by MacQueen;(b)20%of the Purchase Price after completion of approval drawings, and;(c)30%of the Purchase Price upon any material requisition.The cancellation fee will increase accordingly as costs are incurred as the order progresses through engineering and into manufacturing,MacQueen endeavors to mitiv:te any such costs through the sale of such Product to another purchaser;however Customer shall remain liable for the difference between the Purchase Price and,if applicable,the sale price obtained by MacQueen upon sale of the Product to another purchaser,plus any costs incurred by MacQueen to conduct any such sale, 7. Delivery.Inspection and Acceptance.(a)Delivery. Delivery of the Product is scheduled to be within)Eleven(11)months of the Effective Date of this Agreement. Risk of loss shall pass to Customer upon Delivery.Delivery shall be made and title shall pass upon Customer's complete fulfillment(alit obligations arising under Section 4 hereof.(b)Inspection a►ld Acceptance,Upon Delivery,Customer shall have fifteen(15)days within which to inspect the Product for substantial conformance to the material Specifications,and in the event of substantial non-conformance to the material Specifications to furnish MacQueen with written notice sufficient to permit MacQueen to evaluate such nonconformance("Notice of Defect"). Any Product not in substantial conformance to material Specifications shall be remedied by MacQueen within thirty(30)days from the Notice of Defect. In 1 the event MacQueen does not receive a Notice of Defect within fifteen(15)days of Delivery,Product will be deemed to be in conformance with Specifications and Accepted by Customer. 8, Notice.Any required or permitted notices hereunder must he given in writing at the address of each party set forth below,or to such other address as either party may substitute by written notice to the other in the manner contemplated herein,by one of the following methods: hand delivery; registered, express, or certified mail, return receipt requested, postage prepaid; or nationally-recognized private express courier: Dealer: Customer: MacQueen Equipment Inc. The City of Farmington 1125 7a`Street East 430 3'St. St.Paul,MN 55106 Farmington,MN 55024 9. Standard Warranty.The equipment sold herein will be manufactured by Pierce Manufaoturing,Inc,and any warranties are attached hereto as Exhibit1 and made a part hereof. Any additional warranties must be expressly approved in writing by Pierce's authorized representative and MacQueen, a.Disclaimer. OTHER THAN AS EXPRESSLY SET FORTH IN THIS AGREEMENT,NEITHER PIERCE, ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, LICENSORS, SUPPLIERS, DISTRIBUTORS, DEALERS, INCLUDING WITHOUT LIMITATION, MACQUEEN EQUIPMENT, INC., OR THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES, MAKE ANY EXPRESS OR IMPLIED WARRANTIES WITH RESPECT TO THE PRODUCTS PROVIDED HEREUNDER OR OTHERWISE REGARDING TIIIS AGREEMENT,WHETHER ORAL OR.WRITTEN,EXPRESS,IMPLIED OR STATUTORY.WITHOUT LIMITING THE FOREGOING,ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY,THE IMPLIED WARRANTY AGAINST INFRINGEMENT,AND THE IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONS iji UTE WARRANTIES. b.Exclusions of Incidental and Consequential Damages. In no event shall MacQueen be liable for consequential, incidental or punitive damages incurred by Customer or any third party in connection with any matter arising out of or relating to this Agreement,or the breach thereof,regardless of whether such damages arise out of breach of warranty,tort,contract,strict liability,statutory liability,indemnity,whether resulting from non-delivery or from MacQueen's own negligence,or otherwise. 10. Insurance, MacQueen maintains the following limits of insurance with a carrier(s)rated A-or better by A.M.Best: Commercial General Liability insurance: Products/Completed Operations Aggregate: $2,000,000 Each Occurrence: $2,000,000 Umbrella/Excess Liability Insurance: Aggregate: $5,000,000 Bach Occurrence: $5,000,000 The Customer may request MacQueen to provide the Customer with a copy of a current Certificate of Insurance with the coverages listed above. 11, Indemnity, The Customer shall indemnify,defend and hold harmless MacQueen,its officers,employees,dealers,agents or subcontractors,from any and all claims,costs,judgments,liability,loss,damage,attorneys'fees or expenses of any kind or nature whatsoever(including,but without limitation,personal injury and death)to all property and persons caused by,resulting from, 2 arising out of or occurring in connection with the Customer's purchase,installation or use of goods sold or supplied by MacQueen which are not caused by the sole negligence of MacQueen or Pierce. 12.Force Majeure.MacQueen shall not be responsible nor deemed to be in default on account of delays in performance due to causes which are beyond MacQueen's control which make MacQueen's performance impracticable,including but not limited to civil wars,insurrections,strikes,riots,fires,storms,floods,other acts of nature,explosions,earthquakes,accidents,any act of government,delays in transportation,inability to obtain necessary labor supplies or manufacturing facilities,allocation regulations or orders affecting materials,equipment,facilities or completed products,failure to obtain any required license or certificates,acts of God or the public enemy or terrorism,failure of transportation,epidemics,quarantine restrictions,failure of vendors (due to causes similar to those within the scope of this clause) to perform their contracts or labor troubles causing cessation,slowdown,or interruption of work. 13.Default.The occurrence of one or more of the following shall constitute a default under this Agreement: (a)the Customer fails to pay when due any amounts under this Agreement or to perform any of its obligations under this Agreement;(b)MacQueen fails to perform any of its obligations under this Agreement;(c)either party becomes insolvent or become subject to a bankruptcy or insolvency proceedings;(d)any representation made by either party to induce the other to enter into this Agreement is false in any material respect; (e)the Customer dissolves, merges, consolidates or transfers a substantial portion of its property to another entity;or(f)the Customer is in default or has breached any other contract or agreement with MacQueen. 14. Relationship of Parties.Neither party is a partner,employee,agent,or joint venturer of or with the other. 15. Assignment.Neither party may assign its rights and obligations under this Agreement unless it has obtained the prior written approval of the other party. 16. Governing Law:Jurisdiction, Without regard to any conflict of laws provisions,this Agreement is to be governed by and under the laws of the state of Minnesota. 17. Facsimile Signatures. The delivery of signatures to this Agreement by facsimile transmission shall be binding as original signatures. 18. Entire Agreement. This Agreement shall be the exclusive agreement between the parties for the Product. Additional or different terms proposed by the Customer shall not be applicable, unless accepted in writing by MacQueen's authorized representative, No change in, modification of, or revision of this Agreement shall be valid unless in writing and signed by MacQueen's authorized representative. 19. Conflict. In the event of a conflict between the Customer Specifications and the MacQueen Proposal,the MacQueen Proposal shall control.In the event there is a conflict between the MacQueen Proposal and this Agreement,the MacQueen Proposal shall control. 20.Signatures, This Agreement is not effective unless and until it is approved,signed and dated by MacQueen Equipment,Inc.'s authorized representative. Accepted and agreed to: MACQUEEN EQUIP, ENT, C. CUSTOMER:THE CITY OF FARMINGTON Representative: . . , T d Larson Mayor District Sales Manager David vsdgait, City Administrator 3 I I 1 • EXHIBIT A PURCHASE DETAIL FORM MacQueen Equipment,Inc. 1125 7'h Street East St,Paul,MN 55106 Date:April 9,2018 Customer Name:The City of Farmington Quantity Chassis Type Body Type... Price per Unit 1 Pierce Impel Puc Pumper $ 712,024 $ 75%oKthe price totalis Slue witblgontract,willt the remainder of the balance due upon delivery Warranty Period: Unit Holds a 1-Year Bumper to Bumper warranty.Additional component warranties please refer to section 6 of the proposal booklet Training Requirements:1 Pull Day of Training Will be provided by a MacQueen Representative. Trade in Value:A Value of$15,000 dollars has been offered to the customer for Trade in of current Tender Truck This contract is available for municipal corporations and others to utilize with the option of adding or deleting any available options,including chassis models. Any addition or deletion may affect the unit price. Payment Terms: Prepayment Discounts are as follows,Prepayment Discounts are as follows,Chassis Prepayment Discount=$10,094 75%pre-payment Interest discount $15,121 After all prepayment Discounts the price is deducted to$712,024 A performance bond is accompanied with this prepaid price.This price is based on a 11 month lead time as well as a 75 Percent payment of the truck with contract. [NOTE:If deferred payment arrangements are required,the Customer must make such financial arrangements through a financial institution acceptable to MacQueen.l All taxes,excises and levies that MacQueen may be required to pay or colleat by reason of any present or future law or by any governmental authority based upon the sale,purchase,delivery,storage,processing,use,consumption,or transportation of the Product sold by MacQueen to the Customer shall be for the account of the Customer and shall be added to the Purchase Price.All delivery prices or prices with freight allowance are based upon prevailing freight rates and,in the event of any increase or decrease in such rates,the prices on all unshipped Product will be increased or decreased accordingly.Delinquent payments shall be milli cot to a carrying charge of 1.5 percent(1.5%)per month march lesser amount permitted by law.MacQueen will not be required to accept payment other than as set forth in this Agreement. However,to avoid a late charge assessment in the event of a dispute caused by a substantial nonconformance with material Specifications(other than freight),the Customer may withhold up to five percent(5%)of the Purchase Price until such time that MacQueen substantially remedies the nonconformance with material Specifications,but no longer than sixty(60)days after Delivery. If the disputed amount Is the freight charge,the Customer may withhold only the amount of the freight charge until the dispute is settled,but no longer than sixty(60)days after Delivery,MacQueen shall have and retain a purchase money security interest in all goods and products now or hereafter sold to the Customer by MacQueen or any of its affiliated companies to secure payment of the Purchase Price for all such goods and products. In the event of nonpayment by the Customer of any debt,obligation or liability now or hereafter incurred or owing by the Customer to MacQueen,MacQueen shall have and may exercise all rights and remedies of a scoured party under Article 9 of the IJnifomr Commercial Code(UCC)as adopted by the state of Minnesota. • • • THIS PURCHASE DETAIL FORM IS EXPRESSLY SUBJECT TO THE PURCHASE AGREEMENT TERMS AND CONDITIONS DATED AS OF APRIL 91'11 2018 BETWEEN MACQUEEN EQUIPMENT, INC. AND THE CITY OF FARMINGTON WHICH TERMS AND CONDITIONS ARE HEREBY INCORPORATED IN,AND MADE PART OF,THIS PURCHASE DETAIL FORM AS THOUGH EACH PROVISION WERE SEPARATELY SET FORTH HEREIN,EXCEPT TO THE EXTENT OTHERWISE C.HEREIN. SUPPLEMENTED BY MAC UEENU EQUIPMENT,IN STATED OR Q Q '1 • Exhibit B LIMITED WARRANTY Limited Warranty Terms and Disclaimer: Pierce warrants that all new and unused goods furnished by Pierce are free from defect in workmanship and material as of the time and place of delivery by Pierce in accordance with its Standard Limited Warranty in effect at the date of contract formation and stated below. Pierce's obligation under this Limited Warranty is subject to the following qualifications: a)Pierce or its authorized Dealer shall have been notified of such claimed defect within thirty(30)days of its discovery or such later date as is specified in the Standard Limited Warranty;b)the vehicle shall have been subject only to proper use normal for similar vehicles; and c) it shall have been regularly maintained and serviced in accordance with the Manufacturer's Service Manual. No defective part may be returned to the factory without Pierce's prior written consent, or that of our authorized representative. Any return must be with transportation prepaid,which may be refunded at the discretion of Pierce. The Standard Limited Warranty for the goods is incorporated herein by reference. It is the exclusive warranty given by Pierce. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY IMPLIED WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE,notwithstanding any knowledge of Pierce regarding the use or uses intended to be made of goods,proposed changes or additions to goods,or any assistance or suggestions that may have been made by Pierce personnel. Exhibit C April 9,2018 RE: Proposal for the City of Farmington MacQueen Emergency Group,("MacQueen"),the licensed and authorized dealer for Pierce Manufacturing Inc. ("Pierce") in the State of Minnesota,is pleased to provide the following proposal for the City of Farmington,This proposal is based on the accompanying proposal specifications,which are tailored to meet your needs. The proposal pricing is based on current HGAC(Houston Galveston Area Council)FS 12-15 contract pricing and includes the fees associated with an HGAC purchase. Description Sale Price $735,875 HGAC Pee $2,000 HGAC Discount $6,421 Chassis Prepay Discount_ $10,094 75%Prepay Interest Discount $15,121 Trade Value $15,000 Added 3% for Build Process Changes $20,663 Price Total After Discounts $712,024 To take advantage of all prepayment discounts, 75% the total of$712,024 must be paid within fifteen(15)days of purchase order issued to MacQueen. The proposal pricing includes the delivery cost from Appleton, Wisconsin. Included in this price are travel expenses for truck committee personnel to travel to our factory for preconstruction,post paint inspection and final acceptance. { Delivery time for the proposed unit will be within Eleven Months from the date of order which will be the date a Purchase Agreement is executed between Buyer and MacQueen in substantially the form attached hereto as Exhibit 1. Tax is excluded from this proposal. In the event the purchasing organization is not exempt from Sales Taxes or any other applicable taxes and/or the proposed apparatus does not qualify for exempt status, it is the duty of the purchasing organization to pay any and all taxes due. Balance of sales price is due upon delivery.Payment must be remitted to MacQueen. Any changes to the original specification will be invoiced or credited as a separate transaction from the original proposal. A late fee of.033% of the sale price will be charged per day for overdue payments beginning ten (10) days after the payment is due for the first thirty(30)days. The late fee increases to .044% per day until the payment is received. In the event of a Prepayment received after the due date above, the discount will be reduced by same percentages above increasing the cost of the apparatus. In the event this proposal is accepted and a purchase order is issued then cancelled or terminated by the City Of Farmington before completion, MacQueen may charge a cancellation fee. The following charge schedule based on costs incurred may be applied: (a) 10%of the Purchase Price after order is accepted and entered by Pierce; (b) 20% of the Purchase Price after completion of the approval drawings; (c)30%of the Purchase Price upon any material requisition. The cancellation fee may increase accordingly as costs are incurred as the order progresses through engineering and into manufacturing. MacQueen endeavors to mitigate any such costs through the sale of such product to another purchaser; however, the customer shall remain liable for the difference between the purchase price and, if applicable,the sale price obtained by MacQueen upon sale of the product to another purchaser,plus any costs incurred by MacQueen to conduct such sale. In an effort to ensure the above stated terms and conditions are understood and adhered to, MacQueen requires an authorized individual from the purchasing organization to sign and date this proposal and include it with any purchase order. • Exhibit D The following Equipment listed below is included in the quoted price of this apparatus and will be supplied and installed by Macqueen Emergency Group in Apple Valley.This will result in a cost savings over having this equipment installed by the manufacture, 1 Generator Installed By MacQueen $ 15,000.00 1 CL 3442D-RT Command Light Tower $ 16,500.00 1 Ladder, 24'Duo-Safety 900A 2- , $ 1,000.00 1 Ladder, 16'Duo-Safety 875A 2 $ 500.00 1 Ladder, 10"Duo Safety 585A Folding $ 540.00 1 Pike Pole 6'Duo Safety $ 100.00 1 Pike Pole 8'Duo Safety $ 110.00 1 TFT Hurrican XFIH-E $ 10,000.00 2 (2)TFT Low Profile Intake Valve $ 4,750.00 1 Hannay Cord Reel W/Card $ 2,700.00 DIF-E List Total j ; I $ 51,200.00 { r f • Upon signing of this proposal, the terms and conditions stated herein will be considered binding and accepted by the City of Farmington. The terms and acceptance of this proposal will be governed by the laws of the state of Minnesota. Venue of any claim regarding this proposal will lie in the county Customer is located. No additional terms or conditions will be binding upon MacQueen unless agreed to in writing and signed by a duly authorized officer of MacQueen. Sincerely, MACQUEEN EMERGENCY GROUP ,r, ByeX.1 I, Todd Larson Mayor agree to purchase the 2019 Pierce ImpelTM Puc Pumper Description and agree to the terms of this proposal. Todd Larson, Mayor Date Cf,-,:=1 o?0,5- (!lam C David McKni. . ity Administrator Dated/4 a61g' { 1 fIGACB49, THE SMART PURCHASING SOLUTION Contract Pricing Worksheets Rev 02-05-07 NOTE: Purchase Orders are not valid unless a copy of the completed worksheet and the customer's order are faxed to HGACBuy at: 713-993-4548 This Workbook contains three versions of HGACBuy's Contract Pricing Worksheet. One is for Standard Equipment / Services, one is for Catalog or Price Sheet type purchases, and the third is for Motor Vehicles only. See tabs at bottom to select appropriate Worksheet. Please contact H-GAC staff about use of the worksheets if you have any questions. CONTRACT PRICING WORKSHEET Contract Date 04/10/18 IIIIIMM FS12-17 �� No.: Prepared:�j�/ For MOTOR VEHICLES Only p �/ Y This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly. Buying Farmington Fire Department Contractor: Siddons-Martin Emergency Group Agency: Contact Adam Fischer Prepared Jeff Doran Person: By: Phone: (651)344-7231 Phone: 800-784-6806 Fax: Fax: 281-442-0850 Email: Email: jdoranaslddons-martin.com Product TC-06 Description: 'Enforcer,4-Door,Full-Tilt,Aluminum Cab,Aluminum Body,Single Axle,1250 GPM Pump,Mid-Mounted PI Code: A.Product Item Base Unit Price Per Contractor's H-GAC Contract: $416,850.00 B.Published Options-Itemize below-Attach additional sheet(s)if necessary-Include Option Code in description if applicable. (Note:Published Options are options which were submitted and priced in Contractor's bid.) Description Cost Description Cost See Attached Sheet Subtotal From Additional Sheet(s): $267,833.98 Subtotal B: $267,833.98 C.Unpublished Options-Itemize below/attach additional sheet(s)if necessary. (Note:Unpublished options are items which were not submitted and priced in Contractor's bid.) Description Cost Description Cost See Attached Option Sheet Subtotal From Additional Sheet(s): $71,854.02 Subtotal C: $71,854.02 Check:Total cost of Unpublished Options(C)cannot exceed 25%of the total of the Base Unit For this transaction the percentage is: 10.49% Price plus Published Options(A+B). D.Total Cost Before Any Applicable Trade-In/Other Allowances/Discounts(A+B+C) Quantity Ordered: 1 X Subtotal of A+B+C: 756538 = Subtotal D: $756,538.00 E.H-GAC Order Processing Charge(Amount Per Current Policy) Subtotal E: $2,000.00 F.Trade-Ins/Other Allowances/Special Discounts/Freight/Installation Description Cost Description Cost Chassis Pre-Payment Discount -$10,094.00 Trade-in Allowance -S15,000.00 75%Pre-Payment Discount -$15,121.00 Pierce HGAC Discount -$6,299.00 Subtotal F: -$46,514.00 Delivery Date: G. Total Purchase Price(D+E+F): $712,024.00 Pulse Published Number Qty Description Options 106 TAK-4 Suspension $15,969.00 114 Aluminum Wheels, front $2,187.00 115 Aluminum Wheels, Rear Single Axle $3,874.00 119 Mud Flaps $578.00 125 Air inlet-outlet $690.00 131 Cummins L9 400hp to 450hp SL9 $1,666.00 135 Emergency Shutdown for Engine, Air w/reset $1,324.00 143 Add Extended Bumper $2,641.00 145 Bumper tray with cover $1,014.00 151 Raised roof, custom cab $1,907.00 153 Mounting plate on engine tunnel $404.00 154 Electric Windows $1,565.00 156 Safety System $9,643.00 157 Driver Safety Seat $738.00 158 SCBA Safety Seat $873.00 164 Upgrade SCBA Bracket to Hands Free $731.00 171 Upgrade Enforcer to Impel $18,925.00 179 Spare radio wiring $120.00 191 Camera System, Sides and rear to mux $2,151.00 203 Kussmaul Charger $1,746.00 209 Auto-eject 30 amp $770.00 210 Batteries 6 total $1,163.00 213 430 amp Delco alternator $3,730.00 214 LED under cab lighting $748.00 215 LED pump-body $1,834.00 216 LED Headlights $1,869.00 217 12 volt LED Scene $1,270.00 218 12 volt LED Flood Brow light $2,136.00 223 Tail lighting LED Upgrade $1,471.00 229 Hose Bed Cover, Aluminum $5,582.00 233 PUC Body Configuration $18,072.00 241 Catwalk-Hatch Compartment $14,152.00 246 Ladder Storage next to tank $4,653.00 250 Increase Booster Tank to: 1000 Gallons $1,360.00 264 3 Slide-out tool board $3,279.00 265 1 Swing-out tool board $1,665.00 266 1 Slide-out floor tray $803.00 267 1 Adjustable slide-out tray $899.00 268 2 Tilt-out adjustable tray $3,492.00 269 3 PacTrac in compartment $2,688.00 271 3 Drawer C-Tech 36 Wide $1,926.00 273 2 SCBA Cylinder storage in fender panel double $1,716.00 274 2 SCBA Cylinder storage in fender panel triple $1,826.00 277 Increase Pump from 1250 to 1500 gpm $5,974.00 281 Add Mechanical Seal to Pump $842.00 282 Flow Meters, each $1,778.00 287 Add Front Suction Inlet 4-6" $7,470.00 285 Preconnect 1.5"with 2.0" plumbing -Speed or cross $2,365.00 286 Preconnect 2.5 or 3" plumbing - Speed or Cross $3,166.00 298 Extenda-gun 18" $4,297.00 306 Crosslay roll-up door enclosure $2,310.00 307 Poly Tray additional $868.00 318 Pierce Husky 3, Single Agent (3) discharges $10,086.00 322 Foam Cell 20 Gallons $1,495.00 326 Pierce Hercules CAFS to (3) Discharges $30,269.00 330 Tank Level LED Group $1,261.00 345 LED Emergency Light Package $12,118.98 368 Q2B Siren $4,051.00 431 E-Coat Under bodyChassis $1,740.00 103 upgrade to 22,800#front axle $2,203.00 105 upgrade to 31,000# rear $3,158.00 232 NY Hose Bed $2,193.00 245 Full Height- Depth Compartments $6,498.00 263 Adjustable Compartment shelves $190.00 280 add pump anodes (pair) $337.00 292 2.5" Discharge $1,747.00 295 Add Large Diameter Side Discharge $5,173.00 324 Foam system by-pass to deck gun or aerial $4,436.00 433 Painted Grill $1,218.00 369 GTT Emitter Roof/remote mounted $4,740.00 Total Published Options $267,833.98 1 Harrison Generator Installed by Macqueen 1 CL S442D-RT Command Light Tower w/Backlight 1 Ladder, 24' Duo-Safety 900A 2-Section 1 Ladder, 16' Duo-Safety 875A 2 Section 1 Ladder, 10"Duo Safety 585A Folding 1 Pike Pole 6' Duo Safety 1 Pike Pole 8' Duo Safety 1 TFT Hurrican XFIH-E 2 TFT Low Profile Intake Valve 1 Hannay Cord Reel W/Cord 1 3% for Build process changes Total Unpublished Options Base Bid $416,850.00 �J Published Options $267,833.98 Total Published Options $684,683.98 Unpublished Options $71,854.02 Total Options w/o HGAC Fee $756,538.00 $15,000.00 $16,500.00 $1,000.00 $500.00 $540.00 $100.00 $110.00 $10,000.00 $4,750.00 $2,691.02 $20,663.00 $71,854.02 4_ Li 8CC g A 8 zs � r ac s g u _ �=Yl .''. E z r—Ilt,6.31.----- ----- �� S z al Al , = III _ -s Cr. gws • ,„,. _a 1 0"I I I a@ g �l <;: I oe'eA �I III IIII - 8$ s I A_lL4I ' a§ ellf' rat-- Iliiii -I tl g a og of Lc,.,._ o ..3 IE. W.§ w W age .1y W s W W I i y� sg gq gY. iE5 gP g" gg a� ' .. 2 d a "� GI. a g a Eli le! A al El 6p- a� sl s �e a — 84_ / ;I ^ � l_. _ _„ :11 ' , a / I 1U I — ,, ,l, 1 1111 . , ., , ,_ _- i...o e d 8 rgl VIII IIIIIIIIIIIII Illlllllllhl11111'i:-;; iT 0 . °° m , s II IIII I:IIIIPii N"'� ..„. ,, ' 114.: e .- ,_, i 7— ' 1111 rilis. ...-. ® I, mii , E IIII In- :I I - 4_, ilii i = VIIIIM ' 8 11 (1II n ® z----7-,-a--- f - ll el � " ;_. -_ v l ; .y„IN / ---� '4rH._ `1yr�_---.1 ___= II Il ; ._ _ 4 ; .s., L V � __ i Y i g II k ei �_ . I • MIiIILt I L . r.g ''6 1\r”'�- :A�I $.- Wig IP POP!0.117 1 MO g sil 0414 F' £ 6c 81$ cn o •.'•'..8 u°�' k d gO� ` � .. �E. 0.Q ok .-o �g :& 2 ' � d _ amm m o. di � xgm4 • s3 F 3 wa m �I g. � •E � � .. 8 4 m . .e 'o f a c. o F'gEg v o� m 'f,'le �g w - M L A P •?: ' r ` _ L`_, .. iIlllliD1� . o _ to Ail Mal 0 w En s s 8 MI t o a a 0 . I1. •' 0 Pti I .,.a "A' 2/I' (._ le ..: t i , . • i " p,, 1,11 ,-" - ISO —— o „ w—� J $ II op n i '� a ® : Q, . . .. .. P 1 ; I Hyd I , ce.••••. NI r n . : • --11 T=nol ‘,n,sni o ., si l:),• I ,00 kNq r uilVrarai a l _— ' II. .. _ v. .,0 U � °i! e E iii :VI s°s° e*::11'1 t MDam k� V IP I 611 Fl � Ms 'Q _ si,r, 1,,, - - = ii„:„, • Will) -'I ( 111101111111 CUSTOMER APPROVAL NOTE: PLEASE REVIEW CHEVRON COVERAGE AND DOOR MATERIAL PER APPROVED BY: PULSE OPTIONS. NON-RELATED OR NON-CRITICAL MINOR DEVIATIONS DATE: MAY EXIST. JOB NO. 401Ct " MANUFACTURING INC . SCALE 1 : 24 CHEVRON DRAWING DRAWN By TITLE Farmington Fire Dept DATE FOR 08FEB1 8 DWG SHEET SIZE SHEET NO. NO. CH VRO \ - CD A 1OF1 Created 08-FEB-2018 15:49:34 ENGINE EQUIPMENT PRICE RADIO EQUPMENT (6) MOTOROLA APX 4000 RADIOS $17,040.00 (6)APX 4000 CORDED MICS $540.00 (6)APX 4000 SPARE BATTERIES $696.00 SURFACE PRO MDT $1,600.00 MOTOROLA MOBILE RADIO SINGLE HEAD REMOTE MOUNT ATX 6500 $4,100.00 BOSTON LEATHER RADIO STRAP $100.00 RESCUE HOLMATRO HYDRAULIC TOOLS $26,646.95 JUNKYARD DOG RESCUE STRUTS $2,645.00 JUNKYARD DOG RESCUE STRUTS MOUNT KIT $89.50 1 PAIR POWER HAWK AUTO CRIBBING AC-17 $119.25 GLASS MASTER SAW $191.00 LIFE SAFETY ROPE KIT $1,289.80 ICE WATER RESCUE KIT $5,486.04 OCEANID FORTUNA $4,700.00 EMS LA RESCUE EMS BAG $159.95 FRX AED WITH PELICAN CASE $1,650.00 RAD 57 W/SPCO $6,649.00 02 REGULATOR $59.95 MANUAL SUCTION KIT $103.00 GLUCOMETER $43.95 SAFETY (6)STREAMLIGHT L.E.D.VULCAN W/CHARGING MOUNTS (ORANGE) $1,047.00 STREAMLIGHT L.E.D. PORTABLE SCENE LIGHT $595.00 (6) BREAK-AWAY TRAFFIC SAFETY VESTS (FIRE) $233.94 (5) 28"TRAFFIC CONES $137.50 BOX OF ORION 30 MINUTE ROAD FLARES W/WIRE STANDS $83.70 ROAD FLARE STORAGE TUBE,SCREW TOP $19.53 TASK FORCE TIPS (3)TFT 1.5" SMOOTHBORE NOZZLES W/7/8"TIP $1,005.00 (2)TFT 1.5" METRO 1 FIXED GALLONAGE FOG NOZZLES 150GPM @ 50PSI., PISTOL GF $1,225.00 TFT 2.5" PLAYPIPE W/STACKED TIPS AND REMOVABLE HANDLES $681.75 TFT BLITZFIRE OSC PACKAGE XXC-53-HE $4,127.65 TFT TRANSFORMER PIERCING NOZZLE W/CELLAR NOZZLE $1,075.00 TFT QUARTER TURN 2.5" BALL VALVE $341.25 TFT HAND-HELD HOSE ROLLER $151.90 TFT GATED WYE 2.5"x 1.5" x 1.5" $320.65 TFT GATED WYE 2.5" x 2.5"x 2.5" $893.75 TFT 2.5" MALE TO MALE ADAPTER $23.80 TFT 2.5" FEMALE TO FEMALE ADAPTER $36.40 TFT 1.5" MALE TO MALE ADAPTER $16.80 TFT 1.5" FEMALE TO FEMALE ADAPTER $26.65 TFT(3) 2.5" FEMALE TO 1.5" MALE ADAPTERS $71.40 TFT 5"TO 4" STORZ ADAPTER $140.00 TFT 5" STORZ TO 2.5"ADAPTER $124.90 (3)TFT JUMBO SPANNER WRENCH SETS AND BRACKET A3810 $330.00 (2)TFT JUMBO SPANNER WRENCHES A3090 $49.00 POWER EQUIPMENT LEADER ELECTRIC PPV FAN,VARIABLE SPEED $2,153.00 STIHL CHAIN SAW MS460 $900.00 SPARE BLADES FOR CHAIN SAW AND CUT-OFF SAW $200.00 HONDA EU2000i GENERATOR W/ L.E.D. LIGHT $2,650.80 MILWAUKEE CORDLESS M18 SAWZALL $300.00 SAWZALL BLADES $30.00 LOOSE EQUIPMENT 2.5 GALLON WATER EXTINGUISHER $110.00 WATER EXTINGUISHER HD BRACKET $35.00 10LBS. DRY CHEM FIRE EXTINGUISHER $72.00 DRY CHEM EXTINGUISHER HD BRACKET $34.00 (2) RUBBER MALLETS $96.98 (4)SPANNER BELTS $840.00 (2) HYDRANT WRENCH SETS W/SMALL SPANNER WRENCHES $254.80 HYDRANT WRENCH $37.30 PIKE POLES W/D-HANDLE 3' $48.51 PIKE POLES W/D-HANDLE 4' $52.30 DRYWALL RAKE 8' $74.30 (2) NEW YORK HOOKS 8' $173.20 (2) IRONS SETS W/30" HALLIGAN BAR AND FLATHEAD AXE $497.10 51" PRY BAR $42.90 8LBS. SLEDGE HAMMER $44.50 36" HD BOLT CUTTER $67.60 HYDRANT BAG-YELLOW $34.65 HYDRANT CHUCK STRAP $58.24 (2)WILDLAND FIRE SWATTERS $97.80 TOOL KIT $150.00 FLATHEAD SHOVEL $30.00 SCOOP SHOVEL $30.00 STEP LADDER 3' FIBERGLASS $50.00 (2) PUSH BROOMS $200.00 (2)SQUEEGEES $80.00 UTILITY ROPE KIT $190.75 BATTERY CABLE CUTTER $39.95 BINOCULARS $50.00 ARGUS THERMAL IMAGING CAMERA $5,560.00 HONEYWELL BW MICRO5 GAS MONITOR $1,254.00 SCOTT RIT PAKIII $2,543.00 SCOTT 4500 60MIN. CARBON CYLINDER&VALVE $1,084.00 SCOTT TOOL ADAPTER, QUICK CHANGE TO CGA 347 $459.00 CLEVELAND HIGH RISE HOSE STRAPS 3PK $34.45 6" HOSE CLAMP AND BRACKET $225.00 (6)WEDGE-IT DOOR STOPS $54.00 TALON FIRE SPRINKLER TOOL $89.95 HOOD LATCH RELEASE TOOL $20.00 PAC MOUNTS $1,200.00 TURTLE TILE $1,000.00 HAZMAT PIG MATS $64.00 TOTAL $109,980.04 ARif4 City of Farmington sty p. 430 Third Street ca .1C Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 4.awry ,., www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Tony Wippler, Planning Manager SUBJECT: 2040 Comprehensive Plan Update DATE: April 16, 2018 INTRODUCTION The city is required to update its Comprehensive Plan every ten years per the Metropolitan Council and state statute. Over the past year city staff and its consultants have been working to update the various components of the Comprehensive Plan. As part of the approval process for the update the city is required to provide the update to adjacent jurisdictions and agencies for a six month review period. Staff and consultants are in the process of completing the chapters and will have a draft ready for distribution by the end of April. Attached to this memorandum is an outline for the various chapters of the 2040 Comprehensive Plan update. The outline explains the various components of each chapter within the plan and further identifies areas and/or subjects within each chapter that are new or being modified with the 2040 update. Also for reference are some of the key maps that will be included in the 2040 update. DISCUSSION NA BUDGET IMPACT NA ACTION REQUESTED Authorization to finalize the chapters of the 2040 Comprehensive Plan based on the provided outline and to distribute the draft 2040 Comprehensive Plan to adjacent jurisdictions and agencies for the required six month review period. ATTACHMENTS: Type Description ❑ Backup Material Outline report ❑ Backup Material Future landuse map D Backup Material Anticipated development phasing map o Backup Material Ag preserve map ❑ Backup Material Park and trail map D Backup Material Infrastructure maps Plan Purpose&Vision Chapter VISION Farmington will continue to grow as a community in ways that are high quality, balanced, and enhance our hometown feel. Farmington will be a desirable community for its friendly, safe, and well-maintained neighborhoods for residents of all ages. Farmington's hometown feel is also based on the community's natural open space character which entails strategic preservation of the community's natural and rural character.The community's continued growth will bring opportunities for adding and locating schools, recreational facilities, retail businesses,job opportunities, and other community assets convenient for neighborhoods. Balancing the community's residential growth with business growth will improve residents'access to desired retail,employment opportunities, and the residential/business tax ratio. GUIDING PRINCIPLES • Balance the Mix of Land Uses for Economic Vitality and Growth • Provide a Variety of Well Maintained Housing Choices • Protect and Conserve Natural Resources • Promote an Interconnected Community • Ensure Quality and Controlled Growth Land Use Plan Chapter The following table shows projections for 2020, 2030 and 2040 population, households, and employment, which are the foundation for the proposed 2040 Future Land Use Plan Map's growth and land use designation changes. Change 2010 2014 2020 2030 2040 2014- Census (Est.) 2040 Population 21,086 22,386 24,300 28,300 32,500 10,114 45.18% Households 7,066 7,557 8,500 10,100 11,800 4,243 56.15% Employment 4,438 4,595 5,600 6,200 6,800 2,205 47.99% Since the current 2030 Plan defines the city's zoning districts rather than land use plan categories, draft land use plan categories have been added to the 2040 Plan. In addition,a new land use category has been added, Mixed Use (Commercial/Industrial),to address the city's desire for increasing flexibility of the types of future commercial and industrial uses allowed in the Spruce Street Master Plan/Pilot Knob Road area. 1 The key factors driving the proposed updates shown on the attached 2040 Future Land Use Plan Map include the following: • 2040 population, households,and employment projections • Quantity of vacant developable land within the city • Significant quantity and location of land (approximately 800 acres)that will expire in 2019 and 2020 from the Agricultural Preserve Program,which means the property owners may be interested in developing this land • Planned future roadways network • Planned sanitary sewer system expansion (MUSA) • Location of sensitive water resources,e.g. creeks,floodplains,wetlands • Community's interest in adding commercial areas near existing and new neighborhoods • Guiding land to accommodate the city's portion of the metro region's affordable housing needs Significant changes to land use designations on the 2040 Future Land include the following: 1. Recommended changes from the 2016 Downtown Redevelopment Plan, primarily Commercial to Residential land uses in areas on the edge of downtown and near the river 2. Spruce Street Master Plan Area, Commercial to Mixed Use (Commercial/Residential) and Mixed Use(Commercial/Industrial) 3. North side of Hwy 50/Flagstaff,Agricultural to Residential, Mixed Use (Commercial/Residential) and Industrial 4. 195th St/Flagstaff,Agricultural to Residential (Low, Low/Medium, Medium and High Density Residential, and Commercial) Anticipated Development Phasing map developed to show phases in 10-year increments on the attached 2040 Anticipated Development Phases map. The eight draft land use goals are: 1. Efficient,well-planned land use expansion and development that meets the needs of the city's projected population, household and employment growth. 2. Balance of residential,commercial,employment,and public land uses that promotes the city's long-term economic stability. 3. Farmington's existing hometown character is maintained and strengthened through its future growth. 4. The diversity of housing options available is expanded as part of the community's growth and redevelopment. 5. A mix of convenient and attractive commercial areas are distributed around the city. 6. Employment centers are expanded in the community to increase job opportunities as well as increase and diversify the tax base. 7. Downtown is reinvigorated as the community's commercial,cultural, and recreational center as well as a great place to live. 8. Natural resources are protected for the benefit of the overall health of the community's natural and human environment. 2 9. Farmington's significant,scarce, and non-renewable heritage resources are preserved, protected and used in appropriate ways to reflect the community's shared values (public and private sectors)for its unique heritage. Housing Plan Chapter The current 2030 Housing Plan chapter identifies a number of housing issues in the city and focuses on the Livable Communities Act programs as ways to address affordability.The draft 2040 Housing Plan chapter keeps many of those items in place, but has shifted focus towards a variety of housing tools that can be used to meet the identified housing needs of the city. Many of the tools are through the Dakota County Community Development Agency(CDA),which the city will continue to support. In addition to housing tools,the chapter also analyzes the affordable allocation need,which is a new requirement of the Metropolitan Council. In coordination with the draft 2040 Land Use Plan,we found that in the decade between 2021-2030, Farmington will have development of land uses in high enough densities to meet the affordable allocation need for the city.The tables below show the analysis: ACRES(NET) MINIMUM MINIMUM FUTURE LAND USE 2021-2030 UNITS PER o:o RES. UNITS AFFORDABILITY LEVEL ACRE MEDIUM DENSITY 41.21 6.0 100% 247 51%-80%AMI HIGH DENSITY 28.10 12.0 100% `: 337 50%AMI and Below MIXED-USE(COMMERCIAL/ 37.24 9.0 50% 168 51%-80%AMI RESIDENTIAL) TOTAL 106.56 752 Source:HKGi,City of Farmington,Metropolitan Council Tri ht �I '21 fimL,t n iiiinm.tod ft!,. ffntrf= ility IP fir HOUSEHOLD INCOME LEVEL UNITS UNITS REQUIRED ALLOCATED At or below 30%AMI* 317 337 -31 to 50%AMI 51to80%AMI 124 415 TOTAL UNITS 441 752 Source:J-lKGi,Cityof Farmington The five draft housing goals are: 1. Maintain high-quality housing options 2. Provide a wide variety of housing types for people in all stages of life 3. Have housing that is affordable to all residents at all stages of life 4. Ensure that housing is located within livable,well-connected neighborhoods 5. Encourage measured residential growth that meets pent-up regional demand for housing while also recognizing the regional constraints for unchecked growth 3 Parks&Recreation Chapter The draft 2040 Parks& Recreation Chapter has been updated to reflect the following: • The Existing and Proposed Park,Trail and Open Space Plan Map further refines and adds new neighborhood park locations so that future neighborhood parks are no more than one mile apart and provides to future residents no more than a half-mile walking distance to future neighborhood parks,which is a standard created by the National Recreation Park Association. • The Existing and Proposed Park,Trail and Open Space Plan Map was refined to show future trail corridors aligning with future minor arterial and collector streets,which normally trails and/or sidewalks are constructed within the rights of way in these types of streets. • The goals have been updated to reflect addressing the community's population aging in the next 20 years. The city's current population has a relatively young median age, but this will change in the next 20 years. • The demographic information has been updated to reflect the current profile of the residents who live in Farmington. • A section on trails has been added,which was not included in the 2030 Comprehensive Plan. Sustainability Plan Chapter The current 2030 Sustainability Plan chapter simply consists of a brief history of the city's sustainability efforts and an extensive description of the Minnesota GreenStep Cities program.The draft 2040 Sustainability Plan chapter focuses on Farmington's participation in the GreenStep Cities program since 2011,when the city joined this program.The chapter identifies the sustainability best practices that have been achieved by the city up to now as a Step 2 GreenStep City as well as the city's goal to adopt additional sustainability best practices to achieve a Step 3 designation.The city's existing sustainability conditions are described,generally related to energy use and generation: building energy use, transportation energy use,greenhouse gas emissions,energy efficiency options,solar resources,and wind resources. Sustainability goals and policies have been added to this chapter,which are missing from the current Sustainability Plan chapter. The five draft sustainability goals are: 1. Achieve recognition as a Step 3 Minnesota GreenStep City 2. Reduction of environmental impacts in Farmington 3. Increased conservation of non-renewable energy 4. Increased use of renewable energy 5. Reduction of greenhouse gas emissions Economic Development Plan Chapter The current 2030 Economic Development Plan chapter consists of a lengthy history and descriptions of the Farmington's past economic development efforts.The draft 2040 Economic Development Plan chapter provides an overview of the purpose of municipal economic development planning,the role and powers of the Economic Development Authority(EDA), a brief history of Farmington's past economic development planning,the city's existing economic conditions,the Spruce Street Area Master Plan,the Downtown Redevelopment Plan,the city's three-year strategic planning process,and the city's key 4 economic development partnerships. Economic development goals and policies have been added to this chapter,which are missing from the current Economic Development Plan chapter. The eight draft economic development goals are: 1. Healthy and diversified growth of existing and new businesses to achieve the community's 2030 and 2040 employment projections 2. A desirable commercial environment for residents is created through growth from existing and new businesses 3. Redevelopment of vacant and underutilized properties in older areas to revitalize these vital community areas 4. A well-trained and adaptable workforce is maintained within the community to support the projected business and job growth 5. Diverse housing options and quality of life amenities that support the needs and preferences of the community's workforce into the future 6. A three-year Strategic Plan for Economic Development that provides a dynamic and actionable tool for achieving the community's economic development vision 7. Public and private sector reinvestment in downtown to revitalize it as the community's commercial,cultural,and recreational center 8. Cultivation of strong relationships between existing businesses and the city to increase business retention Comprehensive Sanitary Sewer Plan The 2040 Comprehensive Plan Update is to include a sanitary sewer element covering the collection and disposal of wastewater generated by the community.Similarly,the Metropolitan Sewer Act requires local governments to submit a Comprehensive Sewer Plan (CSP)which describes the current and future service needs required from MCES. The City of Farmington's existing and proposed sanitary sewer system for the 2040 development of the city is shown on the attached maps.The city has eight major sewer districts, named Districts 1 through 8,which each define the limits of service for a separate trunk system. Modeling of the sanitary sewer system was based on a variety of parameters,such as: land use, population density,standard wastewater generation rates,topography, and future land use plans. Based on development patterns, two of the trunk lines were given more detailed capacity consideration. This includes deploying meters in key manholes to calibrate the design assumptions against actual flows. Initial findings indicate actual available capacity in these lines could be greater than previous assumptions. Water Supply and Distribution Plan This section of the Plan develops the performance criteria under which the water system will be evaluated and designed.This involves an evaluation of historical population and trends,water use patterns and projections,water supply requirements,water storage requirements, required fire flows, and distribution system pressure requirements. 5 Supply(Wells) Farmington's existing water supply consists of seven (7)active wells. There is currently sufficient water supply capacity for the existing system; however,a few of the supply wells have surpassed or will surpass their typical life expectancy during the 20-year design period.With the loss of these wells, it is recommended that the City install at least one replacement well having a capacity of 1.10 MGD or a 770 gpm well prior to all three wells being removed from service. This well is planned for replacement over the next few years. It should be noted that Farmington also shares an interconnection with the City of Lakeville, but this interconnect is limited to emergency use only due to pressure and water compatibility issues. Storage The City of Farmington has two storage tanks: a 1.5 MG elevated storage tank at the municipal campus and a 0.67 MG standpipe in Daisy Knoll Park. While the total storage capacity is 2.27 MG,the effective storage capacity is 1.79 MG, as the standpipe has an effective storage capacity of 0.29 MG. Farmington's existing recommended storage volume is 2.49 MG and the future recommended storage volume is 3.65 MG. It is recommended the City install a 2.0 MG storage tank which is currently planned starting in 2019. Water Treatment The City's drinking water meets all primary drinking water standards, as indicated in historical Consumer Confidence Reports.The City also meets most secondary aesthetic water quality standards,except for iron and manganese. Treatment of raw water is currently limited to the addition of fluoride and chlorine at each well house prior to entering the distribution system. At this time,feedback on the aesthetics of the water due to iron and manganese do not support the significant expense to add a water treatment plant to filter the water. Water Distribution The existing distribution system consists of watermains varying from 4 to 24 inches in diameter. Most of the City's watermains are constructed of ductile iron pipe (DIP),with older parts of the city being served by cast iron pipe (CIP).The city should consider replacement of 4-inch diameter pipes as part of overall street reconstruction projects. The distribution system exists on a single pressure zone with static pressure readings ranging from approximately 45 pounds per square inch (psi)to 100 psi. Pressures are dictated on the system primarily by elevation. Considering the developing areas,the system will continue to operate on a single zone in the future. As part of the water system evaluation,there was discussion with Empire Township regarding potential water sharing. The township water system operates at a lower pressure than the city's. That being said, there is an area in the township,adjacent to the city,that will require a new pressure zone on their system. This area could be served from the Farmington system through a water sharing agreement in the future when it is ready to be developed. Surface Water Management Plan The Surface Water Management Plan serves as a comprehensive planning document to guide the conservation, protection and management of surface waters within Farmington. As a growing 6 community, development and changes in land use will have the potential to decrease water quality, increase flooding, impact water resources and increase public expenditures on surface water management. The goals identified in this LSWMP are to: • Effectively and responsibly manage local water resources. • Protect and enhance surface water quality in the city. • Provide flood risk reduction measures for persons and property, and manage the rate and volume of runoff entering rivers,streams, lakes,and wetlands within the city. • Protect groundwater quality and quantity to preserve it for sustainable and beneficial purposes. • Maintain and enhance the functions and values of wetlands within the city. • Preserve floodplains and manage adjacent uses to minimize flood risks and associated damages. • Develop or improve recreational open space areas,fish and wildlife habitat,and public accessibility in conjunction with water quality improvement projects. • Protect and conserve water and natural resources by promoting sustainable growth and integrated land use planning. • Increase public awareness of the function and value of surface water resources and the impacts associated human activities. • Maintain adequate funding for surface water management. The more significant updates to the 2018 SWMP include the following topics: Updated Hydrologic/Hydraulic Modeling Using Atlas 14 Precipitation • Precipitation data used to complete hydrologic analysis was updated in 2014. The new standard rain events increased across the board. • This increase not only has implications as it relates to stormwater facilities in newly developing areas, but also areas where development has occurred. For new ponding facilities,sizing will be determined using the new data. For existing areas,the city will consider increasing capacity with typical pond maintenance projects. • The City is reviewing areas of potential flooding concern and considering working with FEMA to accelerate the updating of official floodplain maps Change in the City's approach to Regional Ponding • The 2008 SWMP anticipated the use of a number of regional stormwater ponds with property acquisition and construction costs contemplated and set with the Surface Water Management development fee. • Since the last plan,there are new regulatory requirements for volume control in addition to rate control. Volume control is currently accomplished on a site/development basis. • The SWMP update shifts to development-level ponds/BMPs to address both rate and volume control requirements. This approach allows for ease of phasing and property acquisition in line with the pace of development. • Costs for the construction of surface water management facilities is borne directly by the developer,therefore the City's development fee will be reduced. • This approach gives developers more control over placement of BMPs as an amenity to their developments, however the city will still seek to limit the overall number of ponds/BMPs that are implemented. 7 MS4 General Permit To meet federal requirements,the city develops a local Stormwater Polluntion Prevention Plan (SWPPPs) meeting MPCA requirements under the State's MS4 general permit. This permit is on a five year cycle expiring in 2018. The first round of the permit focused on program development meeting the six control measures. The second round shifted focus from program development to measuring program implementation. The MPCA is in the process of issuing a new MS4 General Permit.The 2018 update is expected to include additional requirements tracking performance of water quality ponds and other stormwater management BMPs. Transportation Plan The current 2030 Transportation chapter was last updated in 2011 and incorporated topic specific transportation studies completed in collaboration with Dakota County and MnDOT. The draft 2040 Transportation Plan builds off of the last update identifying a number of considerations to continue to build the transportation network.This chapter updates traffic forecasts and modeling based on the most current metro wide traffic analysis and changes to the overall land use. The overarching goals that will guide further development of the City's transportation system are to: • Provide a transportation system that is integrated with City land use and development plans, that preserves City historical resources,and conserves and,where possible,enhances environmental features and resources. • Provide a system which supports the efficient and effective movement of people and goods in a comprehensive yet cost-effective manner. To realize these goals,the City will address more focused objectives as summarized below: • Work with MnDOT and Dakota County on implementing access management principals. • In collaboration with Dakota County, review the role Diamond Path plays in the overall transportation network. • Further coordination and study with the City of Lakeville regarding timing and design considerations of 202nd/208th Street as it extends from CR 50 in Lakeville to the Industrial Park. • Further coordination and study is warranted regarding the connection of 208th Street from its current terminus at Riverview Elementary to CR66. • Further consideration of the travel/connectivity value of the 200th/203rd Street to 197th Street connection. • A commercial node adjacent to the CSAH 64/Flagstaff Ave intersection has been identified in the Land Use chapter. The City will continue to coordinate with the County regarding roadway timing and design considerations. 8 Proposed Changes to 2040 Future Land Use .-o-c---- mitfo m__ = . : • i4'' _..a , i� / °=I ;fat MVP* ;�� ; '= !"1„,,„:1,,L,.....:*;;;„W I AA ILI U n^.,4 y:....: g7.W r �t� T '� 7i 41,]3Rp' - IV ;'''' i .1:‘''""'''‘---‘ itE-1111 4.I / • • .9TH•.\ . u .,, • 1 .4. • # unl R s1 ®® _ �♦ "•' I,�:�:.�777)5 `1� ,'.■ n4 • • • ■ -moi m v Pldl :II 1 x \ • �7.. S Li- 1... I 1 y z� . n \ uo 1 \ '1' wt's :4' M.svrH 9ry I • i W�Mo ....> �...�...�..�...L... ,''''A""' �;,. `r]W •� ...n l m uy •.cr /1 !(.;' 1 •� i•K•#,. reP3 ;�•..pi.•' ,. r,°_nl a gol _ ■ , : ..n . ] . � , 'IIII ";Ili 1 i IS 'rr ' T= I I L ii I -�� . - .F F II -tel -}- .:„.„: /$,- 70 l--•� ....-.888 r s .-tar r SPRUU limb % - - �� 74 ® s SIP :� �1�5 Fes . mii O. - 0 320TiHIS.W 0'-m ®�O rn -lH 1gN1111 11 r� a-- MIMI _ C m:.�:._. y— ._. MIlii . ill 3, is-■„ 78 L U 1 pi I. 1 c Miles Li]rJ 1 JI —�—' 0.5• 1 2 --o I I \ I L T - Change in Future Land Use Other Arterial Agriculture MI Mixed-Use(Commercial/Industrial) OMajor Intersection •■■■ Future Other Arterial Low Density - Industrial A Minor Expander Major Collector Low Medium - Public/Semi-Public ■•■■ Future A Minor Expander •••• Future Major Collector - Medium Density - Park/Open Space ▪ A Minor Connector Minor Collector - High Density ROW •■■■ Future A Minor Connector •••• Future Minor Collector Mixed-Use(Comm./Res.) ® Non-Designated - Commercial .,',.i.ifiszizi_0 - i�0 ijJ''- c,sa.k-k' ,11 • L >erHsrlvN-_.1, ;:.;-:;,gip • 1111 SNI �jy�n'I 'Egll'_ �,w•`La �_4.;' ■' r .�• e ;' Z lill d "'M'1 err ` ��d_;;•-; ..i a45. `I'd". tN1: Ji JET ta, _ :::, - j ,ir -_:"p iii_"5 Km 1 ,.'.,N { tl Ttn1tH1 W N, .' '• INN 11111 i il xxx 4 Vit/ yam ..� 190;:y S1'W n 1 IIP 1111 .■1• =`�I-.%-",:31.x.::).j %"� y ♦i4911i1);itetp,--:1111.- .-v.i.- 1 )i?■r...111110 II It JAY d a \, Y""f'R�ing- •:.n': 4 11117":,!..=.,'‘ •n■mnA ►�-I. ga j►,ice nP1- ^,, \\ 1..113 �i t i l ago�®/• ,w :�'• • ux'•= pa+ \ m'4+111:O;Cio=�1L� s„� pli ,0 •,1'•••"a` ,x �' � ►...a:�►pOo:.�� _ . "rear :::■�nma Np.•. ,, ,, — I fl Jr. ille.‘!..1.0 ,--' Y,N.ti L 6' 1. _ I W __ I rrrIr.,1.11;7 . . a • --;_::_,,s---1-7;\ -vim•,m •e 2 :,11.,41 i—'tis- p ya:..,• •,9�♦ .i Ilk. -. ml .2,„ ,"11140 / lotus. -5 1:12 II ,,,:?Iii. e t44 iliii ,Pluiiii o. IN nV _ 011,111110 mil "9 ri;.94 „la joilmi.... . p N ........, ¢� I �2 31N,5'i.W I.�.wm J. 1 y LL oirx 14, p `*' 1-..if iMill I� kii gyp, rr L-17-,:: ; __u I ,ills J • na■1 - �...' ' l._ 1 H.i ---._. R 50 1 IIIII JIII d1.11111 ■MIIIII _L- LIP r-•m nm nm m 4 s r',..'43,'-'`:-.."4-%,-' �i y . ON R. m /4:U, „,.name„Ipl '® nna n� ■11 uu1:u m1 g�q�^',] '” s.d`t1 3 r'=' O I ,4:ii01i i0,'„h nIII..a'�'i� �+ ..,.. � *'• vrsucc sr fr.7.7..a,W 1 r."1 lai...!?1,:.E....-:,... 11.111 11.14' ®1111 (�E'�' IIIl�a� .141111111.111M a p Ill MIlliMr, .....gffl! Dj-01118' 113-tr-H.''' , ■ zaon+srw ■ 3F1�= �= T, 50 i —' •m/H I1' LI `SF J} 1 II �� ! ice•-"�F� ti G -[L �. 1-7 14 t ::enu■: r� 1 - �,;. f rFfff i� '''T'''. 1� iii I/ I /' J I A 7 — 111111111111■u.■n■■■■.■u I� 11111111111Miles 2 0.5 SII I L 71 I I I L U N Anticipated Development Phase 2030-2040 Developed Post 2040 Inn 2017-2020 11.1/ Township ® 2020-2030 - park/Open Space iralt= °., +f s ° 39'"x•• :,,.�C,� la a•`=k I I 0 ® oh;'"''''✓ c / : 'p p + n_ + M i p4\7Pw r . Y 1l 1 u1 10 : � .hi 1r� , .- 1: Ll r � A • l "w , r� a� 4 '!lest, t EM E 3 r 2x_ � . 4 � l rH sr :�.�_ stir.. � g s , moi nyy}m=iz ac '� ,Li., . • "."---P.,-- 0.,4,....". ' •' - Fmk\ r, . w " Nub\\Qllll7j.1 I �' \... : 111_i' ,.. m 111 .°Y.r.mff.”*'11. 1.44, -/%1M,,'-'r4, 1 A IWPIrl:41.51 '46IP L" . ,,,, t y � i') �� \ 5:C� if �,. " Q CNAM \ Ili , ., 0.;'''',,,, t\ r 7 °'" •Ia 14 " �� r 4.,,,...7'.." m 1 ( 1....„.„,..„ .,,,_,_ E V frl 1_ O4 ., 1. I • ...i.,.....4 1.„„,,...ro 1014-1..!:. In."1:--- Ill ri�\ a ~� `o a ___... p ` '�1UNTrl,t V.'� Viae vo�� " ■■ I mi �tllli4❑�-�� • _, �� / i . 11 50 1��n■ r l i0 �74,"!., o ',70 tan �L'rl6 � sr! ®� ftl�r "I r- moan IIIII .rvv 444—4 1111 Millm 50 L� w .�1 ,� 11 r. A � �� � -,'- , ipi �r. . .... Nam . ‘„,,,.. ....-Altiowil - it, a C sr ¢ _ gym, - 3 �� r,,,,„._ _, .,,L --, ,, , ,--„,,,,..,,, ,,_. ,. , ......„4,-, a . ,, tgr,--./ij '--\ ,--.2 r '.-� ' G h — -`� ' € li ,, ..... ft.ffis ME (p, oar il) 1)a grs: ,-,i- T •,: g2 p,- • Nom rte * u 0 it 0.5441 �.� '2 MI ' trii Lakes&Rivers National Wetlands Inventory Agricultural Preserve Parcels Expiration Date Expiration in 2019/2020 No Expiration Draft 2040 Existing and Proposed Park, Trail and Open Space Plan Map City of Farmington M1 -_.. 1 v r I „,-.„7".„. , Y�i \ 1T i I INV I- .." + \\ �`�,I i f//frl l '�-? •` •',\':'., \ II 1 1 1 N. I '111 _�f € �" I7tC.C'1I „,-. &REERP R l 11 i•\ I ____� W '11,1 1 E / '' ,{fat-L +ir \ ��� v \1 1 J Cly' {. op \V I \ \ "�_ _ _, / 4 •'•Eng . ....:• •.,,P� I I 1 ;. 1V 1 .. 1 1 - EJU'RI ,„,,,,,, e 1iVA \ A I A _ _( .4/-„ PARC \\ \ \ I i. I 1 t... �_ta- ' ._ /I.. ,plc`I \\ \1 \\1, ! - ` k --t/ — i r •``r-,.\ i\ --1 \ I I 1 �• /n .1.=3( \ _ .. 1 I A rills /�/ V♦ IN A\ ILt'� I I\\ -'t 'd_-I '- t nrri rr r rte_ t.. r I �. S •VE \ / 4F • r0 t, i i ( Y. 1 I �` I .. • i 11 MI TE?J l - • 41 ' I I :i 1 ~ I`' y >. `� ,♦ PRPS _.t1 1 I IV GT L }iir11 j 1 �\` ' _ r • I L \ • ._. VEERRMI LIO - _ y r•`•_.y1 l _I I 1i"- '- Grrp�1rE Ar,.. 1 - ..........1 i \ 1 r PARI \ i I -1 \ f • 11 i y v\ s 1\ ", l.. k7✓T.-' ) 11 I I -.w rliji I I i' \ \ � i � 11 I /� II • (�J� 1 f ) f le 1 ._ .4 . - ';/ 1 � 1 iv1 U,r,hoer�^PTY' L i/' 1 f I : J`1 • ,.pD� J ` I1 a'1\ -J" '/ • I / ,1 / -- / \ et I- 'IT�� I I ,,,,,,,,,S?„, I v - ---r--- a---1 !\ 1 ----mstJ ! v I v� .� r. v _ o I / i'lyi I I \ I —=—e° r r 1-�r I r- --—tet 1 ":x� - r— _ _.._.. 1 if; _ _- .,:,__L i • IPJ . .ER PAR .1 1 - 041 1 I I _ ,ie .I w v / ' 1 � / ( \ i 4' � ;I \ / I• .a...� wv,141MN70M o . C�y4-4:CdId74.A5'L.C/1 147014 �,c fv�i" wlit 1 I �"�'°a . I r��rr l 1 _ � I I • I I ,a ,<.;I 1 I R 1 a AI'l //1 t�� I tir �1 �t:l\ I .''1 I't ._, 4_____7_ : . ai Legend "' d = g I I _ . Existing City Trails Schools Proposed Parks •.-moos—i 'fir i •_€ i ,c �� Existing Regional Trail - City Parks * Community E Proposed City Trails Private Parks Neighborhood t - - Proposed Regional Trail Greenways I I . Prepared for the Farmington Parks Department Map dated March,2018 0 1 2 Miles by the Dakota County Office of GIS. o ti co U U U N N y ❑ ❑ ❑ 2 I— 5 U U ›- (1)) iii U) to (,/) o ❑ ❑ ❑ N ^� ULLJ !, vr: ! N ri J +-' U U 'tr.; a -4111) O c 0 y rn U 4 N L ❑ ❑ N `.. N O N �"� CD CC Q� % N a m LU `n_ d g _ 65 W N 2 N _ f6 Eco 65 N > L (n a) LL • �, '2 > OM ›- C 3 C7 N 7 . d hill , O O ci L Q n' ` 'O % L I— I N CN — O : Qa 3 in m a uand auleos18 m (r) N Z m 8 CD; p LoO !- 41E4r �liekit�e6 ... -• t m ei I LL 0 a40 _ )aanS ylZ l " IIII _ — 4aLl _ ir h ita)111 ✓ ?, enpany a�epuel ';aa�;g y)2• all6laaai,„q.;aS q3S Iti)s(Up t a Iw �3S Pa£L. � • dnnl andu�� - ► 3.��•dmi aiidLu -- �i ,, 1 I ' - I .1 _ Et-,0,,,) apina'el 7 a , anuanV V I enren/411 \(D 4 1, r < 4 1•417PE.lho Dnve m �e`c'WIDE --- lit - . h' �� T �►`� •pvenuea� �� �� Eng h� ��cLA fl-r ■peo�l qou�{ ;old �.® —- "_; ��' (C'? �. 1=uclld Path �i �y - � N ..‹...- ./.....01____ O ts y, , L 7% ill \ ' q)ed. ass )sa�an� N �► m s It 14 iidillki. II. ...{ -.E. .,N i t P anuany a;s6el� ► ► 10. O• ® ► r %.,..,,, "y;ed aulpiab✓ elllna)lel eir *Iillim 1 ''''. s- Y 8 5 g L g z r EE 0 H O O N LL O W CC U 411111 ?L w v V) C F } 1OP O m 1 z , ,,•-''------- , p . 0 / 0 • h 03 ti .b- .3 .n 00 W ♦ n 0 'aa�SAY ie ' '1112 ,,,_.,..,, ,,„.....„.. :„,,,,:,,„. ,......,„*:, .'.1...,,,, ,.. ..,_,,_. .,„,,.,,...,_,..., ' , '-' ,......,..„, ,,.•••,, 01 c ' co: CO _ 1 op . • � Pv` ► cv CO.V1 l N ,ll f:1 V 81. ' E 1 �nyau(e3sg ! endaude�sig \ .............,....._.. 651 3 N t . >-.�. •: 7 eny a pogwe3 •! -„ ;_'1 • msS4t CB ,a- TE : • ,,. '4J ,� / Icp 8 w y �40C449.1033:O 40 !Sy�i <1 C )' /gfiS ` ,... i••••t • 9ZW �K r, •1SUOAJ ( i m J _ : .1!''y16 Vi; �� � � .... I Menyelepueddlyo , ,- 31S �► � .I 1; oti �., _ ... ' • 0J :11,,,,1410:., s �OaG�1S41w�' i,_ L o N 0 $a mI Q p to . c o c o 0 .6 N o w2 0 o m = d E a a00 .4 •4 Uo o r a F a a n .a o s ')1 �o o c • • IZ?(Zil To z LU . 'a,k; 5 0 5 g C) 2 g V Z H -3 .. 2 (1) >" 'ci <it 0 'E 0 io .3 0 (TI . u_a:, ar 0 -J CC U- U)(-) CC a Z c Z 1:1-1-*-Ibilk c' 0 1:21) H _ G „._ , a a 'a a a g. :::;- il) — 0 It8 8 8 8 8 8 8 ..... 0 ,-, ‘r, ,r, U) I- co a, .e"..._ H - 0 _ 2 . D E ci CI s a, CO 0 finZ1). 0- 1111111 0 .- ' D 12 5 ci c) 01 c v, 66, Z `1' •-• 6 f0 I--< lii tf - i, r, f<, (a 3 ........ CI E 2 .c. (1) (S) ! ILAJ al Cr) ll el 0 2 I I I I . (0 ..._ z• il I I 1 i 2 -J co co 2 If) ....•„L.., -• . \ N Eu 11 1.1co lipqr3 3. IT.L.4'9211J •414$,P4q4j*3 I 'SUM '''.:241. rt,' 4 4.%I t,-. VIA vOlvt) 1, i —.,,,..... _ Ei in i Q `).\ rt. 1 "--- • .\\voivemiugu• .". nil 17,3sti-1,-05.....top- . : "----) ..:-.-, _ C, i ! IIr--,,i i —\111 ____ . 1-- ----------- ....,..... ,•.. Jig ma sa g as sang*:It en:Vtrgar tn. !mg -6: IllffArti!!-In n'It. .... = i it Et)18 ir . t-F ,., A ._....._....._..-,..7 — .•..". ''... '''::: - , l thoso i andui3 11111 1 I, It ill II '1' * 1 ' , dH,s„moi 9,,,,„, \:3 r---, A ......,_ 1 -,-,-- ------ C, _ — a _ ........ _ ............_ ........... - 0110.9487 I IP. Ili. \, - 1 i \r".1 i ... -1; T. ....4..) ,o`:` 1 P › ..--IA 1 0 f,° 1 i ‘N. sk ° 0 Ft ve - r 11!."''''l < I h"(".''. Q 4,4.4" Z'it i t '.- .1 DA17c. - . ) , 11E\ , _,.... i i I I I .,*' .:. 't•-. .,.. ; : • • •, t • It.. . . I i .....__I, ) - ------1- L:-Ir.' ---- i' li 1-----1 \_ I 0 ,,. 1 "„1,:ii,11 co. 1- ii ,t'- . '''' • ''' ° i ' .--,g4- Eo 1 ,Ik' 1 protA qou pm: i E •... i e .-.• . 13 V4-- --* chd 9 i.•, I. ) ...e , .. p 1:06 I •C V) X l I !'t - ___1 ....±..t..5.1-, I 3 g 0 . , i T.; :., ,i * ___, r n 4_.1 l__ t . S .- i RI , ) i 6 al Iscl-I 1)11 C'-" CI Ct__.:„...,dell I' A .1 3 II 0 ✓ i z 14 .9.th a.1' ..I.1 .............., a . i aa• ‘,.1- ji „O fol',;_---I rt. i 4. FOi* '; 1-4 {-_-'-'-1 Ili" t It; 1 i .... _ . ... .0.4 PIIIIII =1 ... • wrioeu f (t., ! • ...,_, lip ----15- / 1 1 _ , 1 ... z.: _____ kol ....„„s pei.... „, ! 1,3) .. ___. .... 1 , p <,,,., ,.? i , _0.,..,. .,-,,,es „? ,... • i allorwiel a ..,a ..........:, t 9 0• 1 Arm-mo g 1,1>1 1-1 g2 IArm Jesorio 0 0:e ..., a) 4 0 I E . -1 .5:Ul I i 2 H LU > < Cl- CC oC = m Z Q J O O U H cc w w c[ Q a J W Q H Z W H O Cl- - n „•° _ _.4 31W 3NAVOSI9 ii t3 2 - littamegme4'' '. ,. % . ' , i g - '... ,a" .,,. .,, .• ' IL or . ,.,-1 wanly • .�. ao ;• €3 . ,,Iiikicsg€ d r5175 U t3 A m gien- g.,:rta) go • g % ,„ 44> - 3113A3H ► • TALINA p Vis. •` i• ma' 3AV I11H3 �S 'WAY i' :` f �' . ' �: `__ • . 30y31VON3ddIHO --Z3AV�31V4N3ddIHJ«r----^- ___ • • n g ( � Q j �; � 03; i_ zncr h �. ;:• ., . �� 1S H15 � ISH14 N a O y� e.:r`°' C _ • IS 011E C O) .ae e o Z. `c r L' ' P—- ° c --II o 0 - a Nrc 0 O a t o in m 0 2 - o� '" g Cam tn o �, g' w C (V !r•)- > C g` �' C c ` N M . d= cV �,.,,_ ' O_ N O U lL O c. CC o co_. gtlr s u3 3 E > c « rn _ h rn N ••. I'D H1Vd ONONvIO I45 E d CO -Oi E CO CO O s- o = = N cO m x ` d E ;; (� Ctb g o =. a E d CI en 131 g 47'- $ C o y o d H Q 1 w CIP , J a O OL• 9� 9.30 3NVH' , w H E.' a, _ a, Ha c E, E 4I ! /w1 E E' : -'g3 8. m° g Q Lt cc in a Ln2 lJ V D :i n ',:',.-, n ri til IF „ -1 ,, ',-,,r-i...,:iii-„,4 1 '. i .4, 1 f j 1--1 !.;\,.., ' i;:sir:Sittf'difillftl; . p...„7.,.:'„::.f.E.,.,,- ',.,,,'-:' '.. ' 1 ;4.0.. . - '- :; ;1 ittil.A7tr, ,, ;;;4i. , %. , , ,;, , . , ._ , 1 ,i , , —4.„ III,,,41,,----', .;' 41,17, 4 ''''. , '''' -- . ';'. :1 ii - ,, i: -75.174-r,,,,q4.7",,,°647,17..,t,'", 17 J e er drtE - .6 1-t 1t fff ,, ;1 di 'I to ,./ ,f 1 1 4..,..:7,z.:,:7,,,..: , ' i .i 'i i1 ii i1 'A ---- i --. 1: j, .. ' i :k 1 11 ` ai :1 1 x .I t$ i 3 ;I i i 2 1' 1 Y r m 3' i i - .1 i It i it . f t ;t k t fir '1 . . k s ti ,11 1 ;, 1 'g is : M s xsw4 i 1 — _. I PO aP,1 17 op 7 a+ el .X a U v O A a Ceo N c c c O O O Q N N N O -0 O O O O c To. LL W z o O 1 = I N .-i 2 LL fn Q J � � z CL = r, 0 15 v E O agSc° O T u E � J > a a Z• o U- c2 f:, 'VI v v r..l[ J 3 • • • e\:,}zi- 0 • • cr• N 9 . u a", . _ ".. r, ...., _. ,„, , ir.,C ' t . , Y . 1-1" � 4 � �n ti �.., ,r1)____ • i t'- '.4 SSS1"PP,11*5�4.¢i 4 `1�. .,2• Ki'.. re' r J r1E'i �.1 f 24. a .... , 0 n y GO�l/,,,, L9 "�`' _ ` "�`llf • pfd ,a. i } ��{,.+rcc.pou , yam `y`� - - fir'' 'd t ff_, . f. ..(..,„ .*,.,„„,-,:/-*.'.* .. ,,. Vt,„ ,t , - . .,,, .. .. .„ .ca • 7 0—"Ni) i 4 if J 2 g l0 P. 0 Wili m g f— N <O ` 0 `o 00 >- L W O N C (/_i O a 2 cj z 7 O° 3 8 O IL 2 lL s li I I ^ 1—�.�/ 2 O a_ d Cq Z O C 1 O O C p - X U v w Q c n c € O X @ U < ui - r W c c N O Q Q C 0 C_ a Ca < TT N _ V 2 5 g 5 .. —I Io . O) e \ , i « I t. -i ) - a ti �- _.� li II t 1 �i ,p Qom , III - i i7 --4 t 1s f i , i r 1 0,.. 1 _iiit \,•-•_,&• e .» i e _ _ — • �e ,t t `,i ) -); H 6 � ,E ) L a . I t ! y... t 4 _ (, wa 1, .. / " / j U11 a rt _ to o a o __ ... . 2 V d I ••-, 3' ,f ao • • jif AR'ui, City of Farmington � r �► 4 CO 430 Third Street Farmington, Minnesota 651.280.6800 -Fax 651.280.6899 "7'.4 wow www.ci.farmington.mn.us TO: Mayor, Councilmembers and City Administrator FROM: Teah Malecha, Finance Director SUBJECT: 2017 Draft Financial Statements Review DATE: April 16, 2018 INTRODUCTION Financially, 2017 was a good year for the city. Staff was able to provide services within budget, you were able to continue to make progress on long-term funding for various capital improvement plans, and maintain the city's fund balance while addressing some unbudgeted or under budgeted items.You continue to take steps to make Farmington a city of fiscal excellence. Attached you will find draft 2017 financial results for the following funds: • General Fund • Other funds: Rambling River Center, the pool, EDA, Park Improvement Fund, and the arena. • Liquor Stores • Sewer, Solid Waste, Storm Water, Water, and Street Light Funds DISCUSSION General Fund Revenues 2017 General Fund revenues totaled $11,250,549 and were 102% or$197,409 more than budgeted. The following details the actual versus budgeted variances: General Fund Actual Versus Budget Property Taxes $46,372 Intergovernmental Revenue 79,494 Charge for Service 36,962 Other, combined 34,581 Net Revenues, over budget $197,409 The final General Fund revenues were close to the budgeted numbers when compared to the previous years. In 2016, revenues were$748,664 higher and in 2015 they were$889,285 higher. Property taxes— This line item has several different components:current property taxes, fiscal disparities, and delinquent property taxes/penalties/interest. Intergovernmental Revenue—Consists primarily of transfers from the state for local government aid(LGA), road maintenance(MSA), and police and fire aid. Receipt of federal and county funds are also recorded in this line item. The most noteworthy items were$26,598 in state reimbursement for eligible fire department training and the receipt of a$16,000 grant to pay for a portion of the 2040 Comprehensive Plan. Charge for Service— This category consists of multiple items such as:fire charges,recreation, the school resource officer, and the Rambling River Center membership fees among other items. This amount is slightly lower than last year,but was anticipated and the budget was reduced to account for the changes such as the temporarily vacant recreation supervisor position. General Fund Expenditures 2017 General Fund expenditures were 96% of budgeted amounts or$478,804 under budget and totaled $10,772,344. General Fund Actual Versus Budget Human Resource Costs $327,808 Snow Removal 87,624 Utilities (Electric and Natural Gas) 43,839 Fire Pension(pass-through) (15,488) Other, combined 35,021 Net Expenditures, under budget $478,804 Human Resource Costs—Across all General Fund departments human resource costs, excludes fire pension, were$327,808 below budget. The largest decreases were in salaries and employee benefits. Patrol Services & Investigations—One employee moved from patrol services to investigations resulting in an open position and the large budget variance in the two departments. Snow Removal—There was more snow in January of 2017 than in 2016. It resulted in additional costs for sand, salt, vehicles, and staffing. The increase from 2016 was minimal at$6,969 and $87,624 below the 2017 budget. Utilities—The General Fund benefitted from a mild winter and cooler summer temperatures with the actual amount$43,839 lower than the budgeted amount. That continues trend down from 2016. Fire Pension,pass-through—The city received $15,488 more in fire aid than was budgeted. This amount was passed-through to Fire Relief for firefighter pensions; it is budget-neutraL Other Financing Transfers Out—Actual transfers were$29,428 more than budgeted.All of the 2017 interfund transfers during the regular March 19, 2017 council meeting. General Fund, Fund Balance For 2017,. the fund balance in the General Fund increased approximately$648,434 to $5.7 million or 45% of the 2018 General Fund budgeted expenditures. This meets the minimum fund balance set forth in the city's Fund Balance policy. The historical Fund Balance chart is included in your packet for reference. General Fund Actual Versus Budget Net Revenues,more than budgeted $197,409 Net Expenses, less than budgeted 478,804 Net Transfers Out,more than budgeted (27,779) Net Increase in General Fund fund balance $648,434 Other Funds Rambling River Center(included in the General Fund) Overall, the Rambling River Center revenues totaled $50,059 and were$1,141 less than budgeted amounts. In addition, because we have to track federal grants separately, there was an additional$7,698 in CDBG funds attributable to the Rambling River Center,recorded elsewhere. The 2017 expenditure amounts were $10,558 less than budgeted. Pool(included in the General Fund) Swimming Pool revenues were$16,442 less than budgeted and $7,384 less than the prior year. Meanwhile, expenditures were also less than budgeted by$18,860 and less than the prior year by$1,082. Some possible reasons for these variances include the pool being open seven days less due to cooler weather and the age of pool compared to competition in neighboring communities. The pool is scheduled to close permanently in 2018. EDA— Special Revenue Fund Revenues and expenditures are significantly higher than budgeted due to the receipt and subsequent pass- through(i.e. budget neutral)of CDBG funds for the following commercial rehabilitation projects:209 Oak Street and the Cakery. Park Improvement— Special Revenue Fund The Park Improvement Fund revenues totaled $48,791 which was $39,791 more than budgeted. Revenues are a combination of special assessments,park development fees related to residential new construction, rental income, and investment income. Expenditures were primarily related to new pavement for the basketball court, the playground border, and the Prairie View Park shelter. Ice Arena— Special Revenue Fund Ice Arena revenues were$354,725 which was $20,939 above budget. The expenditures were$12,171 over budget. The ice arena finished 2017 with a positive bottom line$28,602 compared to 2016 which was $13,131 ahead. Liquor Operations The downtown store's sales totaled $2.3 million and were$93,331 higher than the previous year,while the Pilot Knob store's sales were$2.6 million or$134,086 more than the previous year. During the summer of 2017, Sunday liquor sales began bringing a slight increase in sales. Both stores met their gross profit margin target of 25%. The combined profit as a percent of sales was 6.9% for the year, which is an increase of 0.5% over 2016 exceeding the sales benchmark of 6.5%. There is an impact on it that is unrelated to liquor operations. It caused the benchmark to not be reached in 2016,but the effect was minimized in 2017. The relatively new GASB 68 Pension Accounting rules require that each affected entity record its proportionate share of the state's unfunded pension liability. This resulted in a $16,401 charge in the liquor store's financials for 2017. The proportionate share of the unfunded liability is recorded where employees are paid. For the city, these costs are recorded in the Liquor Operations Fund, Solid Waste Fund, and the government-wide financial statements. The operating transfers were more than budgeted. The overage represents an investment of nearly$154,000 of liquor stores community investment fund in the following items:a building maintenance vehicle, trail maintenance, wayfaring signage, and park benches. Utilities Sewer Fund The 2017 revenues were higher than budgeted and higher than in 2016. The rates were increased in 2016. There was a residential meter issue in that was fixed in 2016,but may have had a small overall effect on the final revenue. There was a net residential WAV increase of one percent for 2017. Sewer expenses were less than budgeted amounts, but higher than 2016 expenses. The primary reason for the increased expenses relative to 2017 is the budgeted increase in MCES (Metropolitan Council Environmental Services) fees. Meanwhile,while revenues were higher and expenses less than budgeted, revenues were insufficient to cover both operations and depreciation of the underlying infrastructure. The transfers out were higher than in 2016 due to the redemption of the Series 201013 bonds that was paid for with utility funds. Solid Waste Solid Waste enterprise revenues exceeded budgeted amounts by$110,664 and were slightly lower than the previous year. A billing error in early 2016 caused the additional revenue in 2016 over the 2017 amount. There was a transfer in for 2017 to account for a portion of a shared staff person's time. The transfer in was new for 2017 accounting for the higher revenues. Solid Waste expenses were less than budgeted amounts. The 2017 increase in expenditures, relative to 2016, relates to tipping fees and increased tonnage. The fund balance in the solid waste fund decreased $61,673,but it included a transfer out to pay for the redemption of the Series 2010B bond. Storm Water Storm Water enterprise revenues were less than budgeted and $16,407 less than the prior year. The decrease was due to the disposal of an asset. Overall, enterprise sales remained similar to 2016. Storm Water expenses were less than budgeted amounts and $16,813 higher than than the previous year. There was an increase in depreciation in 2017 that was accounted for in the budget and also a transfer out to pay for the redemption of the Series 2010B bond. The Storm Water fund recorded a net decrease in fund balance of$351,311. Water Revenues consist of not only water bills, but also special assessments,permits, water availability charges, interest on investments,marked-to-market on investments and rental income. The 2017 revenue overall was more than the previous year. There was a rate increase in 2017 which resulted in an increase in enterprise sales over 2016. There was an increase in interest income and also a payment received for the water main trunk charge for the Nicolai addition. Overall, there was a decrease from the budgeted amount of$57,503. The 2017 expenses were higher to the prior year, but lower than budgeted. There was an increase in chemicals purchased from 2016, but 2016 was low due to the timing of when they were purchased. There was also a reduction in professional services that were charged for water main work completed in conjunction with the Legacy of Farmington development in 2016. There was a transfer out to pay for the redemption of the Series 2010B bond. The Water fund recorded a net decrease in fund balance of$88,011. Street Lights Revenues exceeded expenses in 2017 by$29,255. The utility bills were lower than in 2016. Phase 2 of the conversion to LED lights was completed in 2017 following phase 1 completion in 2016. The final total of phase 2 came in lower than the original estimate. Debt The debt financial statements are not included in your packet. They will be included in the Comprehensive Audited Financial Report(CAFR)that you will receive in May. BUDGET IMPACT Explained in the discussion section of the memo. ACTION REQUESTED Review the financial reports and ask questions of staff. ATTACHMENTS: Type Description ❑ Backup Material 2017 General Fund Draft Fund Balance Chart ❑ Backup Material Other Funds -2017 Year-end Review ❑ Backup Material Enterprise Funds - 2017 Year-end Review ❑ Backup Material Liquor Stores -2017 Year-end Review ❑ Backup Material General Fund -2017 Year-end Review CL X w • m 0 N C 0 w • • d) O 0 0 o 0 } • • O lila a x +., w ■ . OU co Ii.. N N 1-r w Q. "(3 • • a) o `m` _ w 0) o03 ■ m C m ■■�� Q ALL ■ I Cti LL c/ ■�mm 0 4.1 -, Li ■ c aD C N .� c _ M — I • 0 >, iii ca En Ilk& ... 0 ■ • L • • a N Iii. a ... . . . •I•i. '� MN • ♦ (a ' O O O O O O O O O O O O O O O O O O O O O O O O O O O O ' O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O• O O• O O O O• O O O O O O O O O O O O O O O O O O O Lf) O L0 O Ln O LO O L() O LO O 10 LO O CO CO L6 L6• d C• O- C'7 N N €FirEA E} EA EzA '1 U 4f} EA EA EA ba K• 3 Cf} CA aaueias pun j in a6uego RRC,Pool,EDA,Park Improvement,Arena December 2017 YID Operating Report Quarter 1 Quarter 2 Quarter 3 Quarter 4 Budyet YTD Act Company Actual Actual Actual Actual Actual Actual Budget vamance as%of Comment 2016 2017 2017 2017 2017 2017 2017 2017 Bud 2017 „ ,,y, 27s�# w �. � ,j .�'.,t � ._.�..� a .d c c__ Rec Fees-Sr Ctr(Excludes CDBO) 17,438 4,690 3,571 6,239 4,643 19,143 19,000 143 101%There has been en Increase in the use of budgeted CD0O funds(federal grant)to pay for memberships and programs when compared to the prior year.Federal grants are accounted for separately.Amounts are listed above. Membership Fees(Excludes CDBO) 9,274 5,311 1,031 715 615 7,671 9,000 (1,329) 85%There has been an Increase in the use of budgeted CD130 funds(federal grant)to pay for memberships and programs when compared to the prior year.Federal grants are accounted for separately.Amounts are listed above. Advertising 2,272 1,092 1,272 0 0 2,364 2,200 164 107% Rental income-RRC 25,485 4,670 5,495 5,403 5,312 20,880 21,000 (120) 99%The increase In rental rates appears to have resulted In reduced rental activity. Subtotal Rambling River Center Revenues 54,470 15,764 11,370 12,357 10,589 50,059 51,200 (1,141) 98% Rambling River Center Expenses 134,976 39,004 37,025 40,386 44,384 160,800 171,358 (10,558) 94% RRC Net RevenueslExpendhures (80,507) (23,241) (25,656) (2x,830) (33,316) (110,742) (120,158) 9,416 92% - +Pool Admissions 32,106 0 10,080 17,618 0 27,698 37,000 (9,302) 75%Overall pool revenues are down from the previous year. Pool is much older and has fewer amenities than neighboring conxnuness.DSbcut to compete.Plan is to close the pool at the end of the 2017 season. Swimming Lesson Fees 7,792 0 3,352 3,353 0 6,705 11,000 (4,295) 81% ConceeakMs 10,803 0 2,222 7,224 0 9,446 11,000 (1,554) 86% Rental Income-Pool 1,361 0 535 525 (150) 910 2,200 (1,290) 41% Subtotal Swimming Pool Revenues 52,142 0 16,189 28,719 (150) 44,758 61,200 (16,442) 73% Pool Expenditures 119,561 2,797 46,399 87,594 1,690 118,479 137,339 (18,880) 86%Comparable to the previous year. Subtotal Pool Revenues Over(Under)Expenditures (67,419) (2,717) (30,209) (38,876) (1,840) (73,721) (78,139) 2,416 97% EDA Revenues 45,014 5,783 10,050 (2,651) 200 13,382 2,374 v 11,008 564%Revenues include 209 Oak St purchase deposit end receipt of Bakery CDBO reimbursement EDA Expenses 69,174 21,186 4,168 11,271 28,441 65,086 45,255 19,811 144%Includes Coker)?COBG pass-through and Open to Business fee. EDA Net Revenues/Expenditures (24,159) (15,403) 5,682 (13,922) (28,241) (51,684) (42,881) (8,803) 121% Tnnsfen te 40,000 10,000 10,000 10,000 10,000 40,000 40,000 0 100% Transfers Out 0 (827) 0 (775) (15,230) (16,832) 0 (16,832) Transfer to Trident 11Fdisbict for Dakota County TIF maintenance fees Subtotal Other Financing 40,000 9,173 10,000 0,225 (5,230) 23,168 40,000 (18,632) 58% Net Change M EDA Fund Balance 15,841 (6,230) 15,683 (4,697) (33,471) (26.510) (2,201) (25,635) 690% ._ . . Park Improvement Revenues 127,771 8,515 10,797 5,047 24,433 46,791 9,000 39.791 542%Includes Nicolas Addition Park Dedication Fees Park Improvement Expenditures 78,985 4,545 38,947 72,351 14,309 130,152 150,000 (19,648) 87%Includes new pavement for basketball court playground border,prsrrieview park shelter materials,and labor shelter const Park Improvement Nat Change In Fund Balance 50,787 3,670 (28,150) (67,304) 10,124 (81,361) (141,000) 59,639 58% lee Anna Revenues 330,126 128,725 10,369 50,993 158,638 354,725 333,786 20,939 106%Amounts comparable to the prior year.Fee Increase went into affect July 1,2016.Ice rental revenue from 2017 was higher than 2016. Ice Arena Expenditures 318,995 97,454 47,236 03,427 98,007 326,123 313,952 12,171 104%Amounts higher ban the previous year primarily due to various naintenena and rnechanscsl repairs. Ice Anna-Rev Over(Under)Expenditures 13,131 31,271 (28,866) (32,434) 58,831 26,802 19,834 0,708 144% Ice Anna-Tnnefen In 0 0 0 0 0 0 0 0 Ice Arena-Transfers Out 10,000 0 0 0 0 0 0 Ice Arena Net Transfers (10,000) 0 0 0 0 0 0 0 Ice Arena Net Change In Fund Balance 3,131 31,271 (28,868) (32,434) 56,631 28,602 19,834 8,766 144% 4/10/2018 9:32:05 AM Page 1 of 1 Sewer,Solid Waste,Storm Water,Water&Street Lights December 2017 YTD Operating Report Quarter 1 Quarter 2 Quarter 3 Quarter 4 Actual YTD Act Company Actual Actual Actual Actual Actual Actual Budget Budget as%of Comment 2016 2017 2017 2017 2017 2017 2017 Variance Bud 2017 2017 Revenues(Sewer) 2,069,783 397,935 528,238 462,713 705,581 2,094,468 2,060,012 34,456 102% Commercial usage is similar.Net WAV increased for the residential cycles approximately 1%.Month-to-month comparison difficult because the February 2016 invoices, included an incorrect invoice fora resident.Her sewer amt was 835K.Meter had been hit by lighting.Incorrect read. Fixed May 2016.Overall,2017 trending higher than 2016. Expenses-(Sewer) 2,051,152 390,071 374,287 379,609 965,851 2,109,818 2,231,750 (121,932) 95% There was a budgeted increase in MCES(Metropolitan Council Environmental Services)fees. Revenues Over Expenses(Sewer) 18,631 7,864 153,951 83,104 (260,270) (15,350) (171,738) 156,388 9% Transfers Out(Sewer) 316,747 79,532 79,532 79,532 190,782 429,376 318,126 111,250 135% See detailed transfers worksheet. Net Change In Fund Balance(Sewer) (298,116) (71,668) 74,420 3,573 (451,051) (444,726) (489,864) 45,138 91% Sewer had a net operating loss of$444,726 which Is higher than last year,but lass than budgeted.A portion of the expenses were for redemption of the Series 20108 bond.Depreciation totaled 5597K. Setting rates to cover depredation is Important as it helps ensure the city recoups at least the original replacement cost of its sewer Infrastructure which will be needed to pay for sewer replacements in the futures. Revenues(Solid Waste) 2,101,175 407,241 518,200 524,425 647,001 2,096,867 1,986,203 110,664 106% Neg Jan revenue reflects crediting the 2015 portion of Jan and Feb revenues back to 2015.2016 YTD revenue higher than expected due to two billing errors which occured during the first half of 2016.Situation has been remedied and did not occur in 2017. Expenses-(Solid Waste) 1,775,162 388,485 587,523 367,373 520,794 1,864,176 1,905,011 (40,835) 98% Revenues Over Expenses(Solid Waste) 326,013 18,756 (69,323) 157,052 126,207 232,691 81,192 151,499 287% Transfers In(Solid Waste) 15,962 15,962 15,962 15,962 63,849 63,849 0 100% Per detailed transfers worksheet.New in 2017.Other enterprise funds reimbursing Solid Waste for a portion of ine shared start person's time. Transfers Out(Solid Waste) 128,595 45,335 45,335 55,335 212,210 358,213 181,338 176,875 198% See detailed transfers worksheet. Net Change In Fund Balance(Solid Waste) 197,418 (10,616) (98,696) 117,679 (70,041) (61,673) (36,297) (25,376) 170% The large transfer out M December Is to account for an Interfund loan for the Series 20108 bond. Revenues(Storm Water) 654,666 135,344 163,604 165,012 174,299 638,259 650,003 (11,744) 98% Expenses-(Storm Water) 534,982 26,678 28,222 60,519 436,375 551,795 690,995 (139,200) 60% Revenues Over Expenses(Storm Water) 119,684 108,665 135,382 104,493 (262,076) 86,464 (40,992) 127,456 -211% Transfers Out 342,511 93,038 93,038 103,038 148,663 437,775 372,150 65,625 118% See detailed transfers worksheet. Net Change in Fund Balance(Storm Water (222,827) 15,628 42,344 1,455 (410,738) (351,311) (413,142) 61,831 85% The large transfer out M December is to account for en interfund loan for the Series 20108 bond. ,.n.��+✓�i�{4 �:ami�e .vale��G,M1.., �shsr.''4�+erw4�"a�FEi. .J:+x „ .`,Y ., r c,.,�n 6 Errs i'.� :+.'�.»r:..�cve u�.Fe' � F.' c *��,f�.-z.,, ...a ,_..,z„ ,>. Revenues(Water) Water Availability Charges 84,085 21,335 17,570 13,805 2,510 55,220 65,000 (9,780) 85% Correlates to building permit activity.2017 building permit activity is behind 2016 activity levels. Net Interest Income 72,998 18,552 24,747 26,818 4,402 74,518 55,191 19,327 135% 4th quarter low due to mark-to-market adjustment which will be reversed in beginning of 2018.Overall,2017 is higher than 2016. Rental Income 204,543 84,438 48,621 45,291 39,750 218,100 203,700 14,400 107% Reflects wireless companies(ex.Sprint,ATT,Verizon) rental of space on tite city's water towers.Increase in revenue for the first six months of 2017 compared to 2016 represents a timing difference related to the receipt of ATT lease payments. Enterprise Sales 1,216,468 188,402 262,503 506,172 406,690 1,363,768 1,457,808 (94,040) 94% Increase in Enterprise Sales reflects a rate increase which went into effect 1-1-17,which was mitigated by a reduction in the number of gallons consumed(i.e.billed). All Other Revenues 126,546 10,409 7,400 6,220 19,961 43,990 31,400 12,590 140% Trident/Legacy fees received in 2016. Total Revenues 1,704,640 323,135 360,841 598,307 473,313 1,755,596 1,813,099 (57,503) 97% Expenses-(Water) 1,359,211 134,842 131,603 173,606 873,690 1,313,740 1,506,024 (192,284) 87% Revenues Over F-xpenses(Water) 345,429 188,294 229,238 424,701 (400,377) 441,856 307,075 134,781 144% Transfers Out(Water) 436,140 104,654 104,654 104,654 215,904 529,867 418,617 111,250 127% See detailed transfers worksheet. Net Change In Fund Balance(Water) (90,711) 83,639 124,584 320,047 (616,281) (88,011) (111,542) 23,531 79% lex 1 Revenues(Streetlight) 226,464 40,339 56,164 56,313 73,590 226,406 220,838 5,568 103% Rates remained the same. Expenses 288,925 41,860 52,000 44,697 58,594 197,150 266,200 (69,050) 74% Revenues Over Expenses(Street Light) (62,461) (1,521) 4,164 11,616 14,996 29,255 (45,362) 74,617 -64% 4/11/2018 11:24:06 AM Page 1 of 1 Liquor Stores Statement of Revenue & Expenses December YTD 2017 Company Actual Actual Actual Actual Actual Budget Actual Budget ACTBUDGET% Comment 2013 2014 2015 2016 2017 2017 Variance 2017 2017 Revenues'.Downtown Total Revenue-Downtown 2,080,722 2,163,826 2,221,066 2,222,128 2,316,469 2,206,640 109,819 104.98% Downtown store's sales are$93K higher than a year ago. Cost of Goods Sold-Downtown Cost of Goods Sold 1,554,967 1,622,549 1,669,646 1,659,631 1,728,059 1,650,268 77,791 104.71% Gross Profit-Downtown Gross Profit 625,755 641,277 651,410 662,497 587,400 555,372 32,028 106.77% Gross Profit%-Downtown 25.3% 25.0% 24.8% 25.3% 25.4% 26.2% 0.2% 100.8% Met benchmark. Expenses-Downtown Total Expenses-Downtown 415,943 426,033 464,010 476,533 497,989 479,468 18,620 103.86% Revenues(Losses)Before Transfer Revenue(Loss)64 Trans-Downtown 109,812 115,244 87,400 86,964 69,412 75,903 13,509 117.50% Revenues.Pilot Knob Total Revenues-Pilot Knob 2,440,731 2,475,368 2,394,242 2,529,076 2,663,162 2,468,547 204,615 108.32% PK store's sales are$134K higher than a year ago.Sunday liquor sales began in 2017. Cost of Goods Sold-Pilot Knob Cost of Goods Sold-Pilot Knob 1,823,289 1,845,248 1,797,841 1,878,227 1,979,304 1,841,448 137,856 107.49% Gross Profit-Pilot Knob Gross Profit-PK 617,441 630,120 696,401 650,849 683,859 617,099 66,760 110.82% Gross Profit%-PK 25.3% 25.5% 24.9% 25.7% 25.7% 25.1%' 0.6% 102.3% Met benchmafk. Expenses-Pilot Knob. .. Advertising 2,174 3,462 4,393 5,198 4,282 3,900 382 109.79% Total Expenses-Pilot Knob 411,857 421,999 421,108 435,498 429,131 481,484 (52,353) 89.13% Revenues(Losses)84 Transfer Revenues(Losses)84 Trans-Pilot Knob 205585. 208,121 175,293 215,351 '.254,727 135,615. 119,112 187.83%$391(higher than 2016. Combined Inc(Loss)Before Transfers Combined Inc(Loss)B4 Transfers 315,396 323,365 262,693 302,315 344,139 211,518 132,621 162.70% Profit(Loss)As A%of Sales 7.0% 7.0% 5.7% 6.4% 6.9% 4.5% 2.4% 152,4% Operating Transfers ... ... Operating Transfers-Out 70,000 70,016 91,504 204,113 248,592 94,630 153,962 262.70% Reflects approx$56K for admin transfer to the Genz Fund,$40K to Park Improvement Fund and 8152K in investment in community projects( $90K trails,$53K bldg main vehide and$9K wayfaring signs and park benches) c 4/10/2018 12:05:58 PM Page 1 of 1 General Fund December 2017 YTD Operating Report Quarter Owner Quarter Quarter 4 AMIN Budget YID Acta Company Actual Actual Actual Acetal Acral Actual Budget Sof Bud Comment. 1011 2017 2017 2017 2017 2017 2017 Variance 2017 0017 Revenges Properly Taxes 8573,626 0 4.732516 0 4,400.207 0.112,125 9,095,753 46.372 101%Property taxes higher than expected.Delinq taxes are the lowest they have been since 2011. U ceneas 43900 22,038 6,205 11,783 5945 50,971 30.340 12531 1301 Includes iquor,beer 6 wine,dub arcade,message, gentling,animal,eta 57K increase in ighor hotness due to four new customers and one customer paying the fee for the entre year upfront This was offset by a modest decline in other types of icenses. Permits 406.412 100,677 130,890 40.220 12693 361204 156,215 4,750 101%Includes bdktng,plumbing and heating,electric,etc. permits.Fewer residential buldng permit have been issued in 2017(42)compared to 2016(85).Last year also included several permit for school construction projects. Intergovernmental Revenue 937,425 126.076 6,713 620.484 165614. 926.928 e47.432 76.94 140%Includes Local Government Aid(LGA).Municipal State Aid (MSA)Maintenance,Police and Fe Aid,etc.A Metropolitan Grant Planning Assistance Grant for the dl)+s comp plan work was recdved charge for Samlea 577.904 111551 114.078 119,223 203,359 510512 461,950 39562. 106%Indudes Ire,recreation and pod,school resource oIlcer, etc.charges.Castle Rock and Eureka are tied quarterly for fire charges/contract.Empire,largest S amount tiled annualy,after year-end/contract has not been billed yet Non-contract(i.e.legal,hazardous)Ire charges are bled as they occurred.Recreation and pod programs primarily held in the summer.School resource officer Is Nled quarterly.YTD revenues leu than last year.RIO suer position was vacant most of the first quarter.Asa result roc program offering.were lass than a year ago.The city also changed the way it til for SRO hours,evenly over 4 quarters in 2017,rather than based on hours worked per quarter,to reduce revenue fluctuations. Fins 41.750 9,061 11.031 12,241 12.750 45,102 405013 5.102 113%Fine revenue was the lowest in 20161 has been In over 10 years end'anticipated to remain law.The 2017 revenue was reduced to reflect the reduclon t cost. brvaatmem Interest 41970 6.115 6,602 14,635 (1,786) 27580 23.005 4555 120%Intestmsnt earnings attributable to General Funds proportionate share of investment balances.Nag amount reflects yearaM detrioion of mark-to-market adjwtmam (0461);that will be reversed in Jan 2018.Toed Westmont income would be over 2017 budget amount without the mark-to-market adjustment Miscellaneous 75539 12.e12 12,963 11.112 17,011 54,917 47,355 7.532 118%Includes Sr Center,Pod,City Hal rental income and donations.2016 included 841.2K related to a donation from the '.. Rotary,redemption 012015 VISA card rewards point sod Aggregate Tax Credt These Items old not occur during 2017. Franchise Fav 100.000. 0 60265 55.711 0 120,000 120,000 0 100%A porion of the city's franchise feet used t pay for she city's General Fund operations.The remainder is used to pay for the city's cede operation. Subtotal Revenues 11,351,6/1 200,710 5011201 50µ3 4505552 11,250,640 11503,110 197,445 102% Eependluras Legislative 55203 15,135 15.157 34211 15140 51,1115 90,121 (5175) 516 aetedarPreseavation 4,200 6 6 u 0 u 13 o. Administration 329104 58588 52950 66,985 65.183 255,571 3 5,400 (39537) a7%Decrease,when compared to the prior year,primarily reflect a reduction in gaffing coat related to the realgrsnent of reporting Ines with Planting and Finance. E lections 27,364 3.753 as 42 33 3942 31,370 00,4281. 11%.Provision for annual election equipment maintenance fee and ongoing training. Communications .97.94 30.540 23.101 24.119 25,603 104,365 100,072 (4.707) u%. City Nab 154,641 48,775 96.475 42,91 41903 161553 150,035 (28.475) 116%2017 includes a generator repair. Finance and Rik Mgmt 186,441 173357 167,651 163,781 146,133 671225 740,102 (6o577) 51%2017 increase reflects the addition 0110i-time front desk staff person mid-year 2016 and payment of compensated absences payment for an employee who retired. Human Resesm. 242307 61,405 70,102 71,067 78232 284.706 294,175 (9,470) 97%. Police Administration 740.986 202,479 lee.0115 218,044 230567 437.494 123,892 13,502 102%One combined base Police Admin,Patrol&Invest are 40%, New carpet was installed In November,painting was completed in December. Patrol services 2510.159 60.869 696205 669.958 765,844 2501367 2,620,418 123.910 105%On a combined basis Police Admin,Paid&West are 40%. 2017 includes police command ached,additional K-a expenses,also a transfer from Investigations In ApriL Investigation 783,675 185,570 158,015 134337 146,478 624,407 620,923 (180,512) 76%Ona combined basis Polos Admin,Patrol&Invest are 40%. One person moved to Patrol in April leaving one position vacant Emergency Management 3548 54 54 54 sae al 4,900 (4,4c5) 10%2016 Included siren repair for 3sirens. _. . Fire 1231732 220,271 226,911 318180 131.082 1.191,557 1,145104 45,153 104%2018 included a concrete apron at station l and engine 2 pump repairs.ISO review completed in 2017 along with both pension contributions,and turnout gear(moved to General Capital Equipment Fund in 2017) Engineering 480.758 109260 114,946 116,636 151.168 s05241 543,757 (55515) 50%.City Engineer position was vacant Intl mid-February. Assistant Engineer position had also been vaunt for several months. Planning 331912 43,473 112.612 65.534 103,655 399244 420.914 (21.670) 05%2017 includes the realignment of the administrative staff person's salaries which is offset In part by burr professional services expenditures.2018 induded the downmron redevelopment study.2017 Indudes some initial comp plan expenditures. B uilding Inspection 280,136 54.018 137.49 61,427 63,336 356,728 304.107 52,621 117%Decision to change PT Bldg Inspector to F(was made after adoption of 2017 budget Natural Resources 120518 27.e54 21.700 19.362 33,031. 102.030 142,151 (40.121) 72%Position open as or May.It has been restructured fon 2018. Streets 544.367 230,011 245831 250.298 213.122 1,005,032 1,17583 (42961) 18%Streets added a position midyear 2016.Asa result 2017 expendtres are NEM.than 2016. Snow Removal 135.946 83,00 9,731 8.207 41,685 142915 230,530 (57.624) 62%Mora snow in January 2017,than 2016.Asa result sand salt,vecNle parts and staff time were higher than•year ago. Park Meintenanea 599.566 134,337 151501 195,157 118.177 627,679 631.213 (3534) ate%2017 included repair at Northcreek playground and basketball court resurfacing Rambling River Center 134,076 39,001 37525 40.386 4404 160,800 178356 (10555) 94%. P aha Ree Admin 251,637 43,611 62231 61,468 64.778 232,351 271,040 (31115) 86%Park and Ree Suer position was Vacant for the first 2 months of the year. Recreation Programa.... 102,210 6.261 34.621 35501. 13,301 92,719 113.822 (21,103) 21%NAth the Park and Rec Supr vacancy early in the year,tare were fewer program offerings to-date. aatnaNngPpel 119.681 2707 48,388 17.581 1,890 118,479 137}68 fte5s5) as% ... Interest Paid 1,178 0 0 0 o 0 x x Fire truck ban wee paid In full December 2016. . Bad Debt Expense 6420. 0 0 0 13.763 13,763. 13.763.. subtotal Expenditures 10,160511 2,600542 2,681,186 2,740,620 2,519.ea4 10,772,3/4 11,251,10 (471,404) 58% Revenues(Over)under Expenditures 147,6117 (2,140,053) 2.4 3,111 (1511,1271 1,515307 a7e,20a (149908) 576,213 -242% Other Financing Transfers In 1,150,183 207,560 287,993 268,825 210,000 1.152930 1,150,350 1550 100% Transfers Out (1,777308) (237.240) (231.630) (231.530) (274.618). (801.770) 0852.312) (29.420) 193% Subtotal Other Financing 1127,1211 10307 52,767 53905 13,170 170,230 156,006 (27,779) 81% Net Change in Fund Balance 320,443:(2,089,754) 2,646,176 (1,700,1]2) 1,512477 648µ4. 0 548µ/ 4/10/2018 8:59:59 AM Page 1 of 1