HomeMy WebLinkAbout09.03.91 Council Packet AGENDA
COUNCIL MEETING
REGULAR
SEPTEMBER 3, 1991
1. CALL TO ORDER
2. APPROVE AGENDA
3. APPROVE MINUTES
a. August 19, 1991
4. CITIZENS COMMENTS
5. PUBLIC HEARINGS
6. PETITIONS, REQUESTS AND COMMUNICATIONS
a. Petition to Eliminate Certain Sidewalks - Spruce Street Project
7. ORDINANCES AND RESOLUTIONS
8. UNFINISHED BUSINESS
a. Project 91-1 - Spruce Street Improvement
b. Youth Recreation Facilities Ordinance
c. Project 91-10 - Middle School Street and Utility Improvement Project
d. Fall Survey Questions
e. Evergreen Knoll Park Shelter
9. NEW BUSINESS
10. MISCELLANEOUS
11. CONSENT AGENDA
a. Capital Outlay Request - Parks - PULLED
b. Resolution Relating to Financing of Middle School and Elm Park Project
c. Dismissal of Part Time Employee - Police - EXECUTIVE SESSION
d. Certification of Notice of Public Levy Hearing
e. Purchase of 1991 Certificate of Indebtedness
f. Public Works Personnel - Part Time
g. School/Conference Request - Fire
h. Tuition Reimbursement Request - Finance
i. Amend Middle School Development Agreement
j . Equipment Purchase - Approve Specifications - Backhoe
k. Equipment Purchase - Approve Specifications - Tractor and Flail Mower
1. Proclamation - Constitution Week
m. School/Conference Request - Parks
n. Final Payment - 1991 Seal Coat Project
o. July Budget Adjustments
p. Temporary Building Inspection Services
q. Approve Payment of the Bills
12. ADJOURN
THE AGENDA IS CLOSED OUT AT NOON ON THE TUESDAY PRECEDING THE MEETING.
{
AGENDA REQUEST FORM
ITEM NO.
(SCL'
NAME: Tom Kaldunski L-71214)--- e
DEPARTMENT: Public WorksIF
DATE: August 21, 1991
MEETING DATE: September 3, 1991 OACI)44)\-1- 73tjkitt-e424,01,
CATEGORY: Unfinished Business /
V
SUBJECT Project 91-1 - Spruce Street Improvements
EXPLANATION: I will be presenting several change orders for this
project concerning water service insulation, gate
valve installation and sanitary sewer on 6th Street.
REFERENCE MATERIAL/RESPONSIBILITY: Memo/Change Orders - Tom Kaldunski
REFERRED TO: (NAME) DEPARTMENT:
Larry Thompson Administration
Wayne Henneke Finance
Tom Kaldunski Public Works
-12
SIGNATU
MEMO TO: MAYOR AND COUNCIL
SUBJECT: PROJECT 91-1 STREET AND UTILITY IMPROVEMENTS - SPRUCE STREET
DATE: AUGUST 27, 1991
Attached are Change Orders 1,2 and 3 for the above referenced project. They
are self explanatory. Change Orders 1 and 3 have been submitted to the Water
Board for their approval (see attached) . Enclosed is a plan of the work
for Change Order No. 2. This change order is recommended because the 3 houses
near the alley on 6th Street all utilize the existing services of the adjacent
houses. This practice is no longer allowed by City Code.
The City has eliminated this type of sanitary service connection on other
projects (i.e. Anderson on 4th Street Project) . The house at 506 6th Street
(north of alley and west of 6th) will be assessed as part of the Spruce Street
Project. It is recommended that the City install sanitary sewer service
lines to 512 and 517 6th Street (south of alley, west and east of 6th Street)
at this time. These improvements could not be assessed with this project.
However, deferred assessments should be put in place until reconstruction
of Walnut Street occurs in the near future.
I hereby recommend that the City Council approve Change Orders 1,2, and 3
as outlined herein.
1:14XIL74;‘
Thom J. Kaldunski
City Engineer
cc: file
Larry Thompson
Wayne Henneke
Karen Finstuen
TJK
TJK/mh
CHANGE ORDER
DATE: August 20,1991
PLACE: Farmington, Minnesota
PROJECT: 1991 Street and Utility Improvements - Spruce Street
PROJECT NO.: 91-1
CONTRACTOR: Rice Lake Contracting, P.O. Box 100, Hinckley, MN 55037
CHANGE ORDER NO.: 1
DESCRIPTION OF WORK
This change order provides for the installation of high density polystyrene insulation
over the existing water service lines on Spruce Street from 4th to 8th Streets.
Insulation to be installed on all services that go under the proposed storm sewer.
This insulation will reduce the potential for freezing.
This change order also provides for the additional of a gate calve. at 5th and Spruce
Streets.
CHANGE ORDER ITEM
Part I - Deduct
NOT APPLICABLE
Part II - Add
A. Spruce Street Qty/Unit $/Unit Total
Install 2" T X 8' W high density insulation 445 sy @ $16.90/sy $7,520.50
Add 6" Gate Valve 1 ea @ $550.00/ea 550.00
Total Add - Change Order No.1 $8,070.50
Part III - Summary
Deduct .00
Change Order No. 1 - Add 8,070.50
Original Contract Amount $469,386.00
Previous Change Orders .00
Revised Contract Amount $477,456.50
This Change Order Approved by:
City of Farmington Engineering Department
City Engineer
Rice Lake Contracting
City. of Farmington
Mayor
City of Farmington
City Administrator
CHANGE ORDER
DATE: August 26, 1991
PLACE: Farmington, Minnesota
PROJECT: 1991 Street and Utility Improvements - Spruce Street
PROJECT NO.: 91-1
CONTRACTOR: Rice Lake Contracting, P.O. Box 100, Hinckley, MN 55037
CHANGE ORDER NO.: 2
DESCRIPTION OF WORK
Provides for the installation of 8" sanitary sewer from Spruce Street, south on
6th Street, to alley including 4' manhole and three 4" sanitary services. This
will provide proper sanitary services to three residences who are currently tied
into either another residents service or the current service runs through someone
elses property.
CHANGE ORDER ITEM
Part I - Deduct
NOT APPLICABLE
Part II - Add
A. Spruce Street Qty/Unit $/Unit Total
4' dia. San. M.H. 1 ea 1000. $ 1000.00
8" PVC 220 LF 20. 4400.00
4" PVC 160 LF 14. 2240.00
Mech. Trench Comp. 380 LF 1. 380.00
Connect to Exist. M.H. 1 ea 400. 400.00
Total Add - Change Order No. 2 $ 8420.00
Part III - Summary
Deduct .00
Change Order No. 2 - Add 8,420.00
Original Contract Amount $ 469,386.00
Previous Change Order (1) 8,070.50
Revised Contract Amount $485,876.50
This Change Order Approved by:
City of Farmington
City Engineer
Rice Lake Contracting
City of Farmington
Mayor
City of Farmington
City Administrator
--c� -�_-�- 4b�'� 15" �.� 811
`-a9 r H'1 ; 'pig. 8-- - 411 H �� o
Z�
VtIl
4 OA
N �.. N v~ at w ; Q)i 3. 3! 1.v..,N -0�
-t----‘,, �- -
-J CO (.) O ' 3,•z „. .-- t .04-' 3 °D 01 -
z2-.1.7 —p----,k b_+ev
_
. 004 _.41 - -,.- ----9 ' 2,19 (0 '� �'-s. / 3 ci,
4.m. +1 0kc
_ au tr4- • µW 1,7 ' 1z� rO W ..,S , .L R
,�y� / 69 1 = +B�
W m
4). 40 — N *La ' aza — N _ . s
4.1
t—, _3 T'
0f93 +. , I -0
w i ^ P e 047..cy r-
4 ::�o
e
6e so .7.• e T
�
l
+v
16p• '„ k' t's' �z
+ H
v ,
3 9.
d
11
.•,.. W of
to
• M it of1S
r.Lb ♦ 7- r.1/-4---- -4
COcto N 95 „4
INW _ _ "c A
_ 2r0/—I X - --i.y.oi -.Or
'o c tit - � � ;,-
�-
-
z.4/•
w �
�//�� ..7,---- 4 —o
_ - - 1- N- - - . 3"
• f.23
• ,.I.__y o)
14
N--
F° , IA W4. 3B. ST. 9.. rx1 a N� �J 1 = �0
8„ T 411j x
O • 1 4fa 1 ,o.d.'/e, et. -O Pan? s
.t 1f bq N °R` 1
! 811 z4.()-
7o 4a 1 4 e• bo i>•' I 6'u
i
A is T
A w A + x N I a)T oris u .•••••""Zo 0) o o_9f.• rzY-- .117 1
U./ V W 71H�°J.rs1C_�vl.. Net,SE 'iT _ • z
N W 0 ,. I
',to/ -‹C1 11',1 Cp 1 O ni • cji rf;r //t! ''ww (,n /r 36 z /..,,,)I• I v, _�. t+-. /r.M
rt79 C -'/f'-4 h`-- N71
2/!3N
W 2ff! 2+P3 O N W < V Z/47
Y ungkrants - r______ u =
o v4,,,,i_
249
a -P coN N 3y.7 ; �3.aS—N NAdd.
—
\ • 3.41_ ---0--'' .-< 3r33 5
N
art? e •
, N .� e
I
J811
t 9 ' -_,••'-j•vcn ta,, elf. 014 O
Y 8 V�i0
6+r
N
4 , C o • 1r
�1 (o n L h
I 431 , • a) C, ,-,z9 '',�m 4
• CHANGE ORDER
DATE: August 23, 1991
PLACE: Farmington, Minnesota
PROJECT: 1991 Street and Utility Improvements
PROJECT NO.: 91-1
CONTRACTOR: Rice Lake Contracting, P.O. Box 100, Hinckley, MN 55037
CHANGE ORDER NO.: 3
DESCRIPTION OF WORK
This change order provides for the installation of one 12" gate valve at the
intersection of Spruce Street and Eighth Street, north of the cross. This
will provide control of the 12" watermain along the westerly side of T.H. 3
at this point.
CHANGE ORDER ITEM
Part I - Deduct
NOT APPLICABLE
Part II - Add
' A. Spruce Street
Qty/Unit $/Unit Total
12" Gate Valve 1 each 1700.00 1700.00
Total Add - Change Order No. 3 1700.00
Part III - Summary
Deduct .00
Change Order No. 3 - Add $ 1700.00
Original Contract Amount 469,386.00
Previous Change Orders 1&2 16,490.50
Revised Contract Amount $487,576.50
This Change Order Approved by:
City of Farmington Engineering Department
City Engineer
Rice Lake Contracting
City of Farmington
Mayor
City of Farmington
City Administrator
e
4, AGENDA REQUEST FORM
ITEM NO. q (i'
NAME: Larry Thompson
DEPARTMENT: Administration
DATE: -Amiguct 43, 1991 02_0/57
MEETING DATE: Auguc t 19, 1s39-1 9A/2.7
CATEGORY: Unfinished Business
SUBJECT: Fall Survey Questions
EXPLANATION: Per Co ireatIve
REFERENCE MATERIAL/RESPONSIBILITY: - Larry Thompson/442N-,,L ,
REFERRED TO: (NAME) DEPARTMENT:
Larry Thompson Administration
Department Heads
/212.75"
SI
MEMO TO: MAYOR AND COUNCIL
SUBJECT: FALL SURVEY
DATE: AUGUST 16, 1991
Per Council directive, staff has considered possible topics for the fall survey
and have the following recommendations:
1. Animal Control - Since this topic received the lowest rating, it
is felt that a series of follow up questions should be asked.
(eg. Do you feel animal control is enforced. . too strictly?
not strictly enough?)
2. Administration - Comments were made by some staff as to why
administration/finance were the only departments not rated.
3. Park & Rec - Possibility of a Parks referendum.
/ 4(. City Hall - Longer houxs. Remote billing drop box in the north
part of the city.
1276b4..
arry Thompson
City Administrator
LT/sm
cc: Department Heads
file
9
AGENDA REQUEST FORM
ITEM NO. (6EL°'
NAME: Larry Thompson
DEPARTMENT: Administration
DATE: July Tb, 199'1
Mr'c
MEETING DATE: AttS444-4-4 /1.04(bly
CATEGORY: Unfinished Business
SUBJECTi Evergreen Knoll Park Shelter
EXPLANATION: Update of funding design.
REFERENCE MATERIAL/RESPONSIBILITY: Update - Larry Thompson
REFERRED TO: (NAME) DEPARTMENT:
Larry Thompson Administration
Wayne Henneke Finance
Jim Bell Parks and Recreation
Karen Finstuen Administration
Dan Nicolai Beautification Committee
MEMO TO: MAYOR AND COUNCIL
SUBJECT: EVERGREEN KNOLL PICNIC SHELTER
DATE: JULY 31, 1991
I discussed the status of the Chamber of Commerce donation for the shelter with
Chamber President Bill Pollock. Mr. Pollock indicated the Charitable Gambling
Board will meet this Thursday and give its recommendation. I will update the
Council as information is received.
L ry Thomps
City Administrator
cc: Karen Finstuen
Jim Bell
Wayne Henneke
file
LT/mh
•
` AGENDA REQUEST FORM
ITEM NO.
� 1
NAME: Tom Kaldunski pqf
DEPARTMENT: Public Works �I .c
DATE: August 20, 1991
MEETING DATE: September 3, 1991
CATEGORY: Consent Agenda
SUBJECT: Equipment Purchase - Public Works
EXPLANATION: The Council is being asked to approve the specifications
for the backhoe purchase and authorize the Advertisement
for Bids
REFERENCE MATERIAL/RESPONSIBILITY: Memo/Specifications - Tom Kaldunski
REFERRED TO: (NAME) DEPARTMENT:
Larry Thompson Administration
Wayne Henneke Finance
Tom Kaldunski Public Works
Jerry Bauer Public Works
,J
SIGMA
MEMO TO: MAYOR AND COUNCIL
SUBJECT: EQUIPMENT PURCHASE - PUBLIC WORKS
•
DATE: AUGUST 28, 1991
Attached you will find a copy of the specifications for the proposed backhoe
purchase for the Public Works Department. This equipment is being purchased
through the 1991 Budget as outlined in my August 2, 1991 memo.
The Council should approve the specifications and authorize the advertisement
for bids. The bid date has been set for September 25th at 2:00 P.M. It is anti-
cipated that an award will be made at the October 7th Council meeting.
Thoma . aldunski
Public Works Director
cc: file
Larry Thompson
Wayne Henneke
Jerry Bauer
TJK
TJK/mh
SPECIFICATIONS FOR
INDUSTRIAL WHEEL BACKHOE LOADER
FARMINGTON, MINNESOTA
AUGUST, 1991
I hereby certify that these plans and
specifications were prepared by me or
under my direct supervision and that
I am a duly registered professional
engineer under the Laws of the State
of Minnesota.
7:271:01 "6()/Z/44(4.0/1
Thoma J. Ka ,:e sk
Reg. No. 16798
Dated: August 28, 1991
Engineering Department
City of Farmington, Minnesota 55024
325 Oak Street
(612) 463-7111
INDEX
Title Sheet
Index
Advertisement for Bids
Proposal
Special Provisions
Equipment Specifications
Conditions of the Contract
Advertisement for Bids
Sealed bids will be received by the City of Farmington, Minnesota, in the City
Hall at 325 Oak Street until 2:00 P.M. on September 25, 1991 at which time they
will be publicly opened and read aloud for the furnishing of all labor, materials
and all else necessary for the following:
Industrial Wheel Backhoe Loader — 72 H.P., 14'6" Digging Depth, Extended Boom
Specifications, proposal forms and contract documents may be seen at the office
of the City Clerk, 325 Oak Street, Farmington, Minnesota, 55024.
Each bid shall be accompanied by a bidder's bond naming the City of Farmington
as obligee, certified check payable to the Clerk of the City of Farmington, or
a cash deposit equal to at least five percent (5%) of the amount of the bid,
which shall be forfeited to the City in the event that the bidder fails to enter
into a contract.
The City Council reserves the right to retain the deposits of the three lowest
bidders for a period not to exceed 60 days after the date and time set for the
opening of bids. No bids may be withdrawn for a period of sixty (60) days after
the date and time set for the opening of bids.
Payment for work will be by cash or check.
Contractors desiring a copy of the specifications and proposal forms may obtain
them from the office of the City of Farmington Engineering Department.
The City Council reserves the right to reject any and all bids, to waive irregularities
and informalities therein and further reserves the right to award the contract
to the best interests of the City.
Thomas J. Kaldunski
Public Works Director
PROPOSAL FOR
INDUSTRIAL WHEEL BACKHOE LOADER
- 72 H.P., 14'6" DIGGING DEPTH, EXTENDED BOOM -
Farmington, Minnesota
August, 1991
Opening Time: 2:00 P.M. CDST
Opening Date: Wednesday, 9/25/91
Honorable City Council
City of Farmington
325 Oak Street
Farmington, Minnesota 55024
Gentlemen,
The undersigned, being familiar with your local conditions, having made the in-
vestigations deemed necessary, having studied the plans and specifications for
the work including Addenda No. and being familiar with all factors and
other conditions affecting the work and cost thereof, hereby proposes to furnish
all labor, tools, materials, skills, equipment and all else necessary to completely
construct the project in accordance with the specifications on file with the
City Engineering Department, 325 Oak Street, Farmington, Minnesota 55024 as follows:
BID PROPOSAL
1. Make and Model of Equipment Being Bid:
2. Less Trade In:
1978 Massey Ferguson 50C Tractor Loader Backhoe (-) $
•
3. Purchaser Pays Only This Amount $
4. Optional Air Conditioning (Add/Deduct) $
5. Optional Extended Warranty (Add/Deduct) $
Delivery Date:
P-1
Note: All bidders shall use spaces in right hand column on each sheet to state
compliance or exception to each specification. Any omission or exception to
each specification. Any omission or misrepresentation will constitute justification
to reject the entire bid. The City of Farmington has the option to purchase
equipment based on Line 1 or Line 3.
The final amount of the contract shall be determined by multiplying the final
measured quantities of the various items actually constructed and installed by
the unit prices stated therefor, in the manner prescribed in the specifications.
However, the low bidder shall be determined by adding the sums resulting from
multiplying the quantities stated by the unit prices bid therefor.
Accompanying this bid is a , certified check or cash deposit
in the amount of Dollars Cents
($ ) which is at least five percent (5%) of the amount of
my/our bid made payable to the City of Farmington, Minnesota, and the same is
subject to forfeiture in the event of default on the part of the undersigned
or failure on the part of the undersigned to execute the prescribed contract
and bond within fifteen (15) days after its submittal to me/us.
In submitting this bid, it is understood that the Owner retains the right to
reject any and all bids and to waive irregularities and informalities therein
and to award the contract to the best interests of the Owner.
In submitting this bid it is understood that payment will be by cash or check.
It is understood that bids may not be withdrawn for a period of 90 days after
the date and time set for the opening of bids. It is understood that the Owner
reserves the right to retain the certified check or bond of the three lowest
bidders as determined by the Owner for a period not to exceed ninety (90) days
after the date set for the opening of bids.
Respectfully submitted,
(A Corporation)
(An Individual)
(A Partnership)
Name of Bidder
Signed by
Title
Printed Name of Signer
Address
D_7 TGl PThnna
Special Provisions
1. Project Description
This project provides for the purchase of a complete industrial wheel backhoe
loader - 72 H.P. , 14'6" digging depth with extendable boom by the City of
Farmington.
2. Owner
The City of Farmington is designated as Owner. The Contractor is advised
to coordinate the work with Thomas Kaldunski, Director of Public Works and
City Engineer.
3. Completion Date
The Contractor shall begin work after award of the contract, but not later
than October 15, 1991. Completion date shall be indicated by the bidder
on the proposal.
4. Liquidated Damages
Liquidated damages as specified in the Conditions of the Contract shall be
in the amount of One Hundred Dollars ($100.00) per calendar day.
5. Changes
The Owner reserves the right to select alternatives as shown on the proposal
without changing the unit prices bid to stay within the amount budgeted for
the purchase.
6. Overruns
No quantity overruns shall be paid for without prior authorization by change
order.
EQUIPMENT SPECIFICATIONS
310D INDUSTRIAL WHEEL BACKHOE LOADER
72 SAE NET HP & 14-FOOT 6-INCH DIGGING DEPTH CLASS
Unit described below shall be a new, current year manufacture, Backhoe Loader that is manufacturer's latest
design and production, complete, serviced, ready for work, and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
1. SIZE.
Equipped per following specs, unit shall have a maximum SAE digging
depth of at least 14 feet 6 inches. ------------
2.
- --2. OPERATING WEIGHT.
SAE minimum operating weight of 15,500 pounds exclusive of tire
ballast and equipped per the followinu specs. - ----
3. ENGINE.
Four cylinder diesel.
Wet-sleeve cylinder liner design. -- —
Minimum SAE net hp - 72 H.P.
Equipped with a turbocharger, unit shall develop a minimum of
72 SAE net horsepower and shall need no derating of horsepower
up to 10,000 feet altitude
4. TRANSMISSION.
Transmission shall be equipped with a full power shift direction
reverser. Minimum 4F-4R fully synchronized speeds.
Maximum transport speed shall be no less that 19.5 mph.
5. STEERING.
Full power steering with emergency dead engine steering capability. -
Turning clearance circle to outside bucket edge shall not exceed
34 feet 8 inches without brakes applied.
Turning radius to outside tire edge shall not exceed
13 feet 6 inches without brakes applied. -
6. DRIVE AXLES.
Inboard planetary gear drive to each wheel. -- -
Foot-operated, automatic release, rear axle differential lock
engageable under full engine rpm required. Torque proportioning
rear axle not acceptable due to the tire scuffing and work surface
damage it can generate. -
7. BRAKES.
Service brakes shall be 2-wheel, wet disk type, sealed and fully
enclosed to allow operation in water, mud, snow and other adverse
conditions without encountering brake fade. --- - --
Service brakes shall be pressure lubricated and cooled.
Service brakes shall be self-adjusting. - -
Service brakes shall be self-equalizing. ------------
---
310D INDUSTRIAL WHEEL BACKHOE LOADER
72 SAE NET HP & 14-FOOT 6-INCH DIGGING DEPTH CLASS
Unit described below shall be a new, current year manufacture, Backhoe Loader that is manufacturer's latest
design and production, complete, serviced, ready for work; and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
Service brake engagement shall be all-hydraulic. ---------- ------------
The
--- —The parking/secondary brake system shall be independent of service
brakes and be of sufficient design to hold weight of machine on slope. ------- --
The parking/secondary brake system shall be equipped with a warning
light or buzzer. — --
The parking/secondary brake shall automatically apply when
the engine is stopped. -
8. TIRES
Front tires shall be a minimum of 14-17.5 8 Ply traction type.
Rear tires shall be a minimum of 21L-24, 10PR, R4.
9. VEHICLE FRAME.
Unit shall feature a single piece weldment, full-length unitized
main frame for increased operating reliability and component
serviceability. -
10. FRONT WHEEL DRIVE.
Front axle shall be equipped with a limited slip differential. - --
Turning clearance circle to outside bucket edge shall not exceed
35 feet 4 inches without brakes applied. --
Turning radius to outside tire edge shall not exceed 13 feet
9 inches without brakes applied. -
11. LOADER.
Loader shall be self-leveling. —
Equipped with an automatic return-to-dig and one lever control.
Equipped with a multi purpose bucket rated at a minimum 1.25 cubic
yards SAE heaped capacity and cuts the full width of rear tires.
Equipped with cutting edge. - --
Minimum SAE J732C bucket breakout force of 9,300 lbs required. -
Minimum SAE loader lift rating of 5,600 pounds to full height required. - -
12. HYDRAULIC SYSTEM.
System shall have a minimum flow of 35 gpm to the backhoe and
provide adequate cooling for hydraulic tools and attachments. ---
Backhoe stabilizer hydraulic lock-outs shall be provided in
both the working and transport positions. - ----
31OD INDUSTRIAL WHEEL BACKHOE LOADER
72 SAE NET HP & 14-FOOT 6-INCH DIGGING DEPTH CLASS
Unit described below shall be a new, current year manufacture, Backhoe Loader that is manufacturer's latest
design and production, complete, serviced, ready for work, and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
------------
13. BACKHOE. •
SAE maximum digging depth of at least 14 feet 6 inches. - ------
Two lever control. -- --- - ----
SAE J31 minimum backhoe lifting capacity of 3,800 pounds to 12 foot
lift height through the full 180 degree swing arc. - ---
Backhoe to be equipped with 24" H.D. bucket with quick coupler. — -------
Adco 18" frost bucket to be provided. - ------------
Minimum backhoe bucket cylinder digging force of 11,500 pounds. --
Equipped with reversible stabilizers.
14. EXTENDABLE DIPPERSTICK.
Extendable dipperstick shall have a minimum extension of 4 feet. - — — —
A minimum of 180-degree bucket rotation shall be maintained to
help decrease bucket spillage during truck loading operations. ---- - --- ---
15. COOLING SYSTEM.
Pressurized liquid cooling system with thermostat. Radiator shall
be filled with manufacturer's approved anti-freeze solution that
provides protection to at least -30 degrees F. 7,4A// 46'473;,' K'6.6?'J
16. ELECTRICAL.
Batteries shall have a minimum reserve capacity rating of 160
minutes. Alternator shall be a minimum of 78 amps. Unit shall
have a minimum of two front halogen work/driving lights, two
combination stop/tail lights, and a lighted instrument panel. —
17. STANDARD INSTRUMENTATION.
Unit shall have side mounted gauges and/or monitoring system that
will include: transmission temperature, engine coolant temperature,
engine oil pressure, parking brake engagement, hydraulic filter
restriction, air cleaner restriction, fuel, alternator, and electric
hour meter. Engine coolant temperature and engine oil pressure and
parking brake system shall include audible and visual warning. ------
18. CAB.
Cab shall be SAE ROPS/FOPS certified. Fully enclosed cab
shall be isolation mounted and include seat belt with retractors,
heater/defroster, front and rear windshield wipers, tinted safety
glass, latched windows, and lockable cab doors. Must also include
additional lighting package of: two rear halogen work lights, two
front and two rear turn and flashing lights, two stop lights, two
tail lights, dome light. AM-FM radio and strobe light with blue
lens also to be supplied.
310D INDUSTRIAL WHEEL BACKHOE LOADER
72 SAE NET HP & 14-FOOT 6-INCH DIGGING DEPTH CLASS
Unit described below shall be a new, current year manufacture, Backhoe Loader that is manufacturer's latest
design and production, complete, serviced, ready for work,' and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
A minimum of one cab entry door shall open within width of machine
to avoid opening into traffic lanes for improved operator safety. -- - -----__—
Optional: Air conditioning. ----------- ------------
19. ADDITIONAL EQUIPMENT.
Unit shall be equipped with all standard equipment and shall
include: key ignition switch w/safety start, hand and foot
throttle, horn, cold weather starting aid, dry-type air cleaner
and restriction indicator, muffler, lockable engine service doors,
reverse warning alarm and SMV emblem, engine fuel filter, mounting
steps and safety hand holds, and backhoe boom transport locks. ----------- ------
Back up alarm required.
20. WARRANTY.
Manufacturer's warranty shall be a minimum of six months on
entire machine and 18 additional months on power train. Bidder
shall attach copy of warranty. ----------- -
21. EXTENDED COVERAGE CONTRACT. (OPTIONAL)
In addition to manufacturer's warranty, bidder shall provide an
extended coverage contract for machine repair, parts, and labor
covering all items as specified on the attached sheet for a minimum
of 60 months and 7500 hours, whichever occurs first. Bidder shall
attach copy of proposed extended coverage contract (as shown on
ADDENDUM "A"). To be covered by $15,000.00 performance bond.
22. REPAIR PARTS AND SERVICE.
Since the continuous operation of this backhoe loader is of the
utmost importance and sometimes of an emergency nature, it is
necessary that the successful bidder be in position to render
prompt parts and service. The successful bidder shall maintain
and/or have access to parts inventory within 50 miles of City of
Farmington. Said parts inventory shall be of sufficient size and
and variety to offer a level of parts availability of 95% within 48
hours from time of order by the customer. Availability of normal
maintenance items such as filters, vee belts, hydraulic lines, and
hoses shall not exceed 24 hours. Bidder shall attach his proposed
program for parts and service availability for evaluation. Review
of the bidder's ability to provide prompt parts and service will be
used in determining low, qualified bidder. —
23. MANUALS.
Successful bidder shall provide 3 copies of Operator's Manual
and 2 copies of current parts and repair manuals.
310D INDUSTRIAL WHEEL BACKHOE LOADER
72 SAE NET HP & 14-FOOT 6-INCH DIGGING DEPTH CLASS
Unit described below shall be a new, current year manufacture, Backhoe Loader that is manufacturer's latest
design and production, complete, serviced, ready for work, and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
24. TRAINING.
Successful bidder shall provide 8 hours of on-site operator
and/or preventive maintenance training. Costs for such training
shall be noted by bidder.
25. DEMONSTRATION.
The vendor or manufacturer of the backhoe loader which is
seriously considered for award shall, at the request of the
customer, demonstrate his backhoe loader at a location chosen by
the customer and in the presence of authorized customer
representatives to prove out any features which may be in question.
Failure of the demonstration machine to meet customer requirements
may be adjudged as nonconformance to these specifications. ----------- -- --
26. DELIVERY.
Time of delivery may be an important factor in determining
successful bidder. Note #3 and #4 in Special Provisions - -
27. TRADE IN: 1978 Massey Ferguson 50C Backhoe.
City of Farmington reserves the right to accept the bid with or
without trade in.
28. PAINT
Unit shall be painted construction yellow,
Dupont #43007 or equal.
29. COMMUNICATION RADIO
The Bidder shall provide (1) one 800 MHZ
communication radio that is compatible with the
Public Work's Department existing system. Radio
shall be Motorola or approved equal. Communication
Center (469-2486) can provide details on existing
system.
•
ADDENDUM "A"
ITEMS TO BE COVERED BY THE BIDDER'S CONTRACT.
OPTION II: ALL MAJOR COMPONENTS & SYSTEMS
Items covered by the All Major Components and Systems Option II include those items covered by the
Power Train Only Option I and the following listed additional items:
ENGINE
Oil Filler Tube, Fuel Lines, Fuel Transfer Pump and Gasket, Pulleys, Engine Speed Controls and
Linkage, Radiator and Radiator Hoses. Engine Oil Lines, Water Piping. Fuel Tank and associated
parts. Engine Sensors and Sending Units, Engine Mounts and Supports and Engine Wiring.
TRANSMISSION
Shift Control Linkage, Levers, Pedals, Control Rods, Sending Units, and Senders. External Oil
Lines, Filler Tubes, Filter Screens, Accumulator and related Relief Valves. Transmission Oil
Cooler.
DIFFERENTIAL
Differential Lock Valve and associated parts.
STEERING
Steering Pump. Steering Valve and Cylinder(s), Axle, Spindles and Supports; Tie Rods and Ties Rod
Ends; Axle Steering Linkage. All secondary Steering System Components. Crossover Relief Valve,
and Priority Valve.
HYDRAULIC COMPONENTS
Hydraulic Pumps and Motors and Related Control Valves. Saddle Locking Pin Cylinder. Hydraulic
Cylinder; Cylinder Packing Kits. Hydraulic Hoses, Lines and Fittings. Control and Load Holding
Valves. Hydraulic Reservoir.
ELECTRICAL
Starter Motor, Starter Drive, and Solenoid, Alternator and Voltage Regulator. Charging System
Wiring, Wiring Harness, Instruments, Indicators, and Sensors. Wiper Motor(s).
BRAKES
Brake Pump. Brake Valve(s), Accumulator(s), Unloading Valve, and Pressure Reducing Valve.
FACTORY AIR CONDITIONING
Compressor, Clutch and Pulley, Condenser, Dryer, Evaporator, Accumulator, Expansion Valve,
Temperature Control Programmer, Seals and Gaskets, Heater Hoses.
OTHER
Loader Boom; Bucket Linkages, Backhoe Boom, Dipperstick and Linkages. Scarifier and Ripper
Linkages. Scraper Elevator Drive and Gearbox. Conveyor and Elevator Device. Scraper Bowl, Draft
Frame and Sliding Floor. Skidder Arch, Boom and/or Grapple. Forklift Mast and Frame.
MAY 1991 ISSUE (Good Until Oct 1991)
f
ADDENDUM "A"
ITEMS TO BE COVERED BY THE BIDDER'S CONTRACT.
OPTION I: POWER TRAIN COVERAGE
Items included in Power Train Coverages are required for:
ENGINE - The Engine, including:
Rocker Arm Cover and Gasket, Cylinder Head and Gasket, Oil Pan and Gasket, Injection Pump and
Gasket, Water Pump and Gasket, Engine Block, Ring Gear and Flywheel, Timing Gear and Flywheel,
Timing Gear Cover, Front and Rear Engine Seals, Turbocharger and Gaskets, Flywheel Housing and
Gasket, and all parts fully enclosed within the above components. Manifold and Gaskets, Front
Damper, Oil Coolers and Intercoolers, and Engine Thermostats.
TRANSMISSIONS & TORQUE CONVERTERS
Electronic and/or Hydraulic Control Valves, Clutch Housing (except Dry Clutch Disc). Torque
Converter, Reverser with Control Valve, Splitter Drive, Transfer Drive, Drive Shaft with Universal
Joints. Hydrostatic Transmission, Pump and/or Motor Assemblies (including Control Valve, Hoses,
and Lines). Propel Motor, Pump Brakes and their Control Valves. Swing Motor and Brake, Swing
Gearbox and Bearings, Rotary Manifold, Control Valves for propel and swing functions only (not dig
functions). •
FRONT & REAR DIFFERENTIALS/AXLES
,Axle(s) and Differential(s), Final Drive and Axles, Wet Steering Brakes, Wet Brakes and Wet Disk
Parking Brakes. Mechanical Front Wheel Drive: Differential/Axle Assembly with its Drive Shaft with
Universal Joint and Control. Hydraulic Front Wheel Drive: Axle and Wheel Drive Assembly (including
the Drive Pump and Motor, Electronic Control, and Solenoid Control Valve and Divider Valve). Front
Wheel Drive Sensors (not Wire Harnesses). Park Brake Pinion Shaft and Bearing Quill and Bearing on
motor grade only.
MAY 1991 ISSUE (Good Until Oct 1991)
r
AGENDA REQUEST FORM
J
ITEM NO.
NAME: Tom Kaldunski
DEPARTMENT: Public Works
DATE: August 20, 1991
MEETING DATE: September 3, 1991
CATEGORY: Consent Agenda
SUBJECT: Equipment Purchase - Public Works
EXPLANATION: The Council is being asked to approve the specifications
and authorize the advertisement for bids.
REFERENCE MATERIAL/RESPONSIBILITY: Memo/Specifications - Tom Kaldunski
REFERRED TO: (NAME) DEPARTMENT:
Larry Thompson Administration
Wayne Henneke Finance
Tom Kaldunski Public Works
Jerry Bauer Public Works
S GNA
MEMO TO: MAYOR AND COUNCIL
SUBJECT: EQUIPMENT PURCHASE - PUBLIC WORKS
DATE: AUGUST 28, 1991
Attached you will find a copy of the specifications for the proposed tractor
and flail mower for the Public Works Department. This equipment is being purchased
through the 1991 Budget as outlined in my August 2, 1991 memo.
The Council should approve the specifications and authorize the advertisement
for bids. The bid date has been set for September 25th at 2: 15 P.M. It is antici-
pated that an award will be made at the October 7th Council meeting.
Thomas12:776119A4Z4'
. Kaldunski
Public Works Director
cc: file
Larry Thompson
Wayne Henneke
Jerry Bauer
TJK
TJK/mh
SPECIFICATIONS FOR
INDUSTRIAL CLASS WHEEL TRACTOR
WITH SIDE AND REAR MOUNTED FLAIL MOWER
FARMINGTON, MINNESOTA
AUGUST, 1991
I hereby certify that these plans and
specifications were prepared by me or
under my direct supervision and that
I am a duly registered professional
engineer under the Laws of the State
of Minnesota.
.- 14
1‘44i
Thomas J. Ka ski, P.E.
Reg. No. 16798
Date: August 28, 1991
Engineering Department
City of Farmington, Minnesota 55024
325 Oak Street
(612) 463-7111
INDEX
Title Sheet
Index
Advertisement for Bids
Proposal
Special Provisions
Equipment Specifications
Conditions of the Contract
ADVERTISEMENT FOR BIDS
Sealed bids will be received by the City of Farmington, Minnesota, in the City
Hall at 325 Oak Street until 2: 15 P.M. , CDST, on September 25, 1991 at which
time they will be publicly opened and read aloud for the furnishing of:
Industrial Class Wheel Tractor — 62 H.P. — with
Side and Rear Mounted Flail Mower with Miscellaneous and Correlated Appurtenances
Specifications, proposal forms and contract documents may be seen at the office
of the City Clerk, Farmington, Minnesota, 55024.
Each bid shall be accompanied by a bidder's bond naming the City of Farmington
as obligee, certified check payable to the Clerk of the City of Farmington or
a cash deposit equal to at least five percent (5%) of the amount of the bid,
which shall be forfeited to the City in the event that the bidder fails to enter
into a contract.
The City Council reserves the right to retain the deposits of the three lowest
bidders for a period not to exceed sixty (60) days after the date and time set
for the opening of bids. No bids may be withdrawn for a period of sixty (60)
days after the date and time set for the opening of bids.
Payment for equipment will be by cash or check.
Contractors desiring a copy of the specifications and proposal forms may obtain
them from the office of the City of Farmington Engineering Department.
The City Council reserves the right to reject any and all bids, to waive irregularities
and informalities therein and further reserves the right to award the contract
to the best interests of the City.
Thomas . Kaldunski, P.E.
City Engineer/Public Works Director
PROPOSAL FOR
INDUSTRIAL CLASS WHEEL TRACTOR - 62 H.P. - WITH
SIDE AND REAR MOUNTED FLAIL MOWERS
Farmington, Minnesota
August, 1991
Opening Time: 2:15 P.M. CDST
Opening Date: Wednesday, 9/25/91
Honorable City Council
City of Farmington
325 Oak Street
Farmington, Minnesota 55024
Gentlemen,
The undersigned, being familiar with your local conditions, having made the in-
vestigations deemed necessary, having studied the plans and specifications for
the work including Addenda No. and being familiar with all factors and
other conditions affecting the work and cost 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 on file with the
City Engineering Department, 325 Oak Street, Farmington, Minnesota 55024 as
follows:
BID PROPOSAL
1. Make and Model of Equipment Being Bid:
2. Optional Air Conditioning (Add/Deduct) $
Delivery Date:
Note: All bidders shall use spaces in right hand column on each sheet to state
compliance or exception to each specification. Any omission or misrepresentation
will constitute justification to reject the entire bid.
The City of Farmington has the option to purchase the equipment with or without
air conditioning.
P-1
The final amount of the contract shall be determined by multiplying the final
measured quantities of the various items actually constructed and installed by
the unit prices stated therefor, in the manner prescribed in the specifications.
However, the low bidder shall be determined by adding the sums resulting from
multiplying the quantities stated by the unit prices bid therefor.
Accompanying this bid is a , certified check, or cash deposit
in the amount of Dollars Cents
($ ) which is at least five percent (5%) of the amount
of my/our bid made payable to the City of Farmington, Minnesota, and the same
is subject to forfeiture in the event of default on the part of the undersigned
or failure on the part of the undersigned to execute the prescribed contract
and bond within fifteen (15) days after its submittal to me/us.
In submitting this bid, it is understood that the Owner retains the right to
reject any and all bids and to waive irregularities and informalities therein
and to award the contract to the best interests of the Owner.
In submitting this bid it is understood that payment will be by cash or check.
It is understood that bids may not be withdrawn for a period of ninety (90) days
after the date and time set for the opening of bids. It is understood that the
Owner reserves the right to retain the certified check or bond of the three lowest
bidders as determined by the Owner for a period not to exceed ninety (90) days
after the date set for the opening of bids.
Respectfully submitted,
(A Corporation)
(An Individual)
Name of Bidder (A Partnership)
Signed By
Title
Printed Name of Signer
Address
Telephone
P-2
Special Provisions
1. Project Description
This project provides for the purchase of a complete industrial class wheel
tractor, 62 H.P. , with side and rear mounted flail mowers by the City of
Farmington.
2. Owner
The City of Farmington is designated as Owner. The Contractor is advised
to coordinate the work with Tom Kaldunski, Director of Public Works and City
Engineer.
3. Completion Date
The Contractor shall begin work after the award of the contract but no later
than October 15, 1991. Completion shall be no later than the date indicated
on the Bid Proposal.
4. Liquidated Damages
Liquidated damages as specified in the Conditions of the Contract shall be
in the amount of One Hundred Dollars ($100.00) per calendar day.
5. Changes
The Owner reserves the right to select alternative bids as shown in the Bid
Proposal without changing the unit prices bid in order to stay within the
amount budgeted for the purchase.
6. Overruns
No quantity overruns will be paid for without prior authorization by change
order.
EQUIPMENT SPECIFICATIONS
INDUSTRIAL CLASS WHEEL TRACTOR
62 SAE NET HP & 55 SAE PTO HP CLASS
Unit described below shall be a new, current year manufacture, Industrial Class Wheel Tractor that is manufacturer's
latest design and production, complete, serviced, ready for work, and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
1. SIZE.
Equipped per following specs, unit shall have a minimum SAE net
horsepower rating of 62.
Equipped per following specs, unit shall have a minimum SAE PTO
horsepower rating of 55.
Unit shall be classified as an industrial application tractor.
2. OPERATING WEIGHT.
SAE minimum operating weight of 6,000 pounds exclusive of tire
ballast and equipped per the following specs.
3. ENGINE.
Four cylinder diesel.
Wet-sleeve cylinder liner design.
4. TRANSMISSION.
The unit shall be equipped with a direct drive, manual shift
synchronized transmission with neutral safety start switch.
A minimum of 5 speeds forward and 4 speeds reverse must be provided.
Maximum transport speed shall be no less that 15.5 mph.
5. STEERING.
Full power steering with emergency dead engine steering capability.
6. DRIVE AXLES.
Inboard planetary gear drive to each wheel.
7. BRAKES.
Service brakes shall be 2-wheel, oil cooled, wet disk type, sealed
and fully enclosed to allow operation in water, mud, snow, and other
adverse conditions without encountering brake fade.
Service brakes shall be self-adjusting.
Service brake engagement shall be all-hydraulic.
Service brakes must be capable of being applied individually or
simultaneously.
The parking/secondary brake system shall be independent of service
brakes and be of sufficient design to hold weight of machine on slope.
The parking/secondary brake system shall be equipped with a warnino
light or buzzer.
1
• INDUSTRIAL CLASS WHEEL TRACTOR
62 SAE NET HP & 55 SAE PTO HP CLASS
Unit described below shill be a new, current year manufacture, Industrial Class Wheel Tractor that is manufacturer's
latest design and production, complete, serviced, ready for work, and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
8. TIRES
Front tires shall be a minimum of 11L-15, 8 Ply, F3.
Rear tires shall be a minimum of 16.9-24, 8PR. R4, with 8 position
steel wheels.
9. AXLES.
Front axle shall be heavy duty, industrial class, nodular iron.
Rear axle shall be heavy duty, flanged, industrial class.
10. POWER-TAKE-OFF.
Unit shall be equipped with fully independent rear 540 rpm PTD.
11. 3-POINT HITCH.
Unit shall be equipped with Category II 3-point hitch with sway
blocks.
3-point hitch must be capable of being easily converted from
Category II to Category I.
Hitch shall include automatic depth and load sensing, including
float position.
Hitch shall include bottom link draft sensing.
Hitch shall include cushioned implement lowering.
12. HYDRAULIC SYSTEM.
Standard main hydraulic system shall have a minimum flow of 20 ppm.
13. COOLING SYSTEM.
Pressurized liquid cooling system with thermostat. Radiator shall
be filled with manufacturer's approved anti-freeze solution that
provides protection to at least -30 degrees F. Tank heater required.
14. ELECTRICAL.
Battery shall have a minimum reserve capacity rating of 170
minutes. Alternator shall be a minimum of 55 amps. Unit shall
have a minimum of two flashing warning lights, one combination
tail/implement light, front light bar and a lighted instrument panel.
15. STANDARD INSTRUMENTATION.
Unit shall have gauges and/or monitoring system that will
include: transmission oil pressure, engine coolant temperature,
engine oil pressure, parking brake engagement, fuel, alternator,
and electric hour meter. Parking brake system shall include
audible and visual warning.
INDUSTRIAL CLASS WHEEL TRACTOR
62 SAE NET HP & 55 SAE PTO HP CLASS
Unit described below shall be a new, current year manufacture, Industrial Class Wheel Tractor that is manufacturer's
latest design and production, complete, serviced, ready for work, and includes all standard equipment.
PROPOSED SPEECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
16. CAB.
Cab shall be SAE ROPS certified. Fully enclosed cab shall be
isolation mounted and include seat belt, heater, -air- r4itiener,
front windshield wipers, tinted safety glass, latchable windows, and
lockable cab door. Also must include cloth-covered seat which is
fully adjustable for operator's height and weight. Must also include
additional lighting package consisting of front lightbar, two dual
beam head lights, two front and two rear work lights, two tail
lights front and rear warning/turn signal lights, and interior dome
console light. AM/FM radio and strobe light with
blue lens also to be supplied.
17. ADDITIONAL EQUIPMENT.
Unit shall be equipped with all standard equipment and shall
include: key ignition switch w/safety start, hand and foot
throttle, horn, dry-type air cleaner and restriction indicator,
muffler, SMV emblem, fuel filter, swinging drawbar and mounting
steps and safety hand holds. Back up alarm required.
18. MOWING EQUIPMENT.
Tractor shall be equipped with Mott (Alamo) Interstater.
System: B8trear flail and 74" right hand wing unit.
Shall be equipped with fine cut knives.
Tractor must be equipped with auxiliary front drive shaft to
operate side flail unit.
IS. PAINT.
Unit shall be painted construction yellow, Dupont $ 43007 paint, or
equal.
20. WARRANTY.
Manufacturer's warranty shall be a minimum of 24 months unlimited
hours cr entire machine. Bidder shall attach copy of warranty.
2i. REPAIR PARTS AND SERVICE.
Since the continuous operation of this industrial wheel tractor is
of the utmost importance and sometimes of an emergency nature, it is
necessary that the successful bidder be in position to render
prompt parts and service. The successful bidder shall maintain
and/or have access to parts inventory within 50 miles of the City
of Farmington, Dakota County, Minnesota. Said parts inventory
shall be of sufficient size and variety to offer a level of parts
availability of 95% within 48 hours from time of order by the
customer. Availability of normal maintenance items such as
filters, vee belts, hydraulic lines, and hoses shall not exceed 24
hours. Bidder shall attach his proposed program for parts and
service availability for evaluation. Review of the bidder's ability
to provide prompt parts and service will be used in determining
low, qualified bidder.
INDUSTRIAL CLASS WHEEL TRACTOR
62 SAE NET HP & 55 SAE PTO HP CLASS
Unit described below shall be a new, current year manufacture, Industrial Wheel
Class Tractor -that is manufacturer's latest design and production, complete,
serviced, ready for work and includes all standard equipment.
PROPOSED SPECIFICATIONS TO BE REVIEWED WITH CUSTOMER COMPLIANCE EXCEPTION
22. MANUALS
Successful bidder shall provide 3 copies of Operator's
Manual and 2 copies of current parts and repair
manuals.
23. TRAINING
Successful bidder shall provide 8 hours of on site
operator and/or preventative maintenance training.
Costs for such training shall be noted by bidder.
24. AIR CONDITIONING (OPTIONAL)
The City has the option of purchasing this tractor
and mower with or without air conditioning.
25. COMMUNICATIONS RADIO
The bidder shall provide one (1) 800 mhz
communications radio that is compatible with
Public Works Department existing communication
system. The radio shall be Motorola or approved
equal. Communication Center (469-2486) can,provide
details on the existing system.
26. DELIVERY
Time of delivery may be an important factor in
determining successful bidder. NOTE: Items
#3 and #4 in Special Provisions.
Page 4
AGENDA REQUEST FORM
ITEM NO.
NAME: Karen Finstuen
DEPARTMENT: Administration
DATE: August 21, 1991
MEETING DATE: September 3, 1991
CATEGORY: Consent Agenda
SUBJECT: Proclamation - Constitution Week
EXPLANATION: Self Explanatory
REFERENCE MATERIAL/RESPONSIBILITY: Proclamation
REFERRED TO: (NAME) DEPARTMENT:
SIGNATURE
•
tit
k
�;" effice of the Mayor
1: `
3Farmiufun, II; tttursattt
r
t .
V--
rot .. amas Inn
,,T, ,,,..
,,,,,
WHEREAS, Owc Founding Fathvu, .in order to secure the beess.ings os tibe. ty bon themseeves
and thew poste,.i ty, did onda.Ln and estabLL h a Constitution bon the United
States o b Ame'uLca; and
WHEREAS, Lt .is o b the gneazest impoh t that ate citizens bwUy underus&and the pnov.co,iono
and pr.incipees contained .in ,the Constitution £n order to support Lt, pnesenve
it and debend it against encroachment; and
WHEREAS, The two hundred bowuth ann.iveluauy ob the signing ob the Constitution pnov-ides
a h.iatoir i.c oppautuni,.ty bon see Americans to .Learn about and neca t achievement
ob our Foundenb, and to nebeec-t on the rights and pn.ivie.egez ob citizenship, as
welt as .its attendant nes pons.ibiiities; and
WHEREAS, The -independence gaciutnxeed to the American peopee by -the Constitution showed be
celebrated by appro pfc ia-te ceremonies and activities ies duping Constitution Week,
September 17th .through 23rd, as designated by pnoctamation oti .the PPeo.ident ob
the Unified States o b Amen_Lca in accordance with Pubt is Law 915.
NOW, THEREFORE, I, EUGENE KUCHERA, by v-L tue ob the authority vested .in me as Mayon ob
the City ob Fahm%ngton, Mcnrte4oxa, do hereby proclaim the week ob Sep embex 17th through 23rd
a4 Con4tA to ti on Week £n .the City o b Farm ing.to n, and urge see our citizens to pay 4 pec i a.Q
attention during that week to OWL Federal ConstixutLon and the advantage ob Ame-than
Citizenship.
£/J. rLtn£SSCVI£t£O1 pJ hac, f£zeanto Set/my
Rand am/ caused :Ilii Seat to l7£ affixed,
!i, ATTEST:
Lk,_
,..4o,.. DATE.
ten/'