Loading...
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/'