Loading...
HomeMy WebLinkAbout10.07.91 Council Packet AGENDA COUNCIL MEETING REGULAR OCTOBER 7, 1991 1. CALL TO ORDER 2. APPROVE AGENDA 3. APPROVE MINUTES a. September 16th - Regular b. September 24th - Special c. September 30th - Special 4. CITIZENS COMMENTS 5. PUBLIC HEARINGS a. 7:30 P.M. - Review Youth Recreation Facility Ordinance 6. PETITIONS, REQUESTS AND COMMUNICATIONS a. Consider ALF 5 Year Plan b. Waiver of Platting Ordinance - River Valley Clinic 7. ORDINANCES AND RESOLUTIONS a. Resolution Authorizing Issuance of $905,000 G.O. Bonds b. Resolution Declaring Costs/Ordering Preparation of Assessment Roll - Project 91-10 c. Resolution Declaring Costs/Ordering Preparation of Assessment Roll - Project 91-1 8. UNFINISHED BUSINESS a. Closing of Jensen/Donnelly Pit b. Equipment Purchase - Backhoe c. Equipment Purchase - Tractor and Flail Mower d. Policy for Accepting Privately Owned Improvements e. Final Payment - Automated Solid Waste Truck f. MSA/FAU Funding Update g. Update Resource Recovery Facility 9. NEW BUSINESS a. Request to Bid Fire Truck b. Approve Agreement with Knutson Recycling 10. MISCELLANEOUS a. 1992 Landfill Abatement Funding Application b. Administrator's Annual Evaluation 11. CONSENT AGENDA a. August 1991 Budget Adjustment b. Compliance with Reimbursement Bond Regulations c. Capital Outlay Request - Parks d. School/Conference Request - Parks e. Capital Outlay Request - Fire f. Capital Outlay Request - Liquor g. Final Payment - Project 91-8 - Seal Coating h. Partial Payment - Project 91-11 - Sidewalk Maintenance i. Street Lights - Terra 2nd Addition j. Change Order - Project 91-1 - Spruce Street k. School/Conference Request - Engineering 1. School/Conference Request - Administration m. Agreement with Tom Quam n. Capital Outlay Request - Fire o. School/Conference Request - Fire p. Equipment Purchase - Solid Waste q. Approve Amendment to VRWMC Joint Powers Agreement r. Driveway Apron at 312 5th Street s. Adopt Ordinance Amending Reforestation Ordinance t. Adopt Resolution Approving Application for Gambling Premise Permit u. Approve Payment of the Bills 12. ADJOURN 1. AGENDA REQUEST FORM ITEM NO. 50,-. NAME: Dan Siebenaler DEPARTMENT: Police DATE: October 1, 1991 MEETING DATE: October 7, 1991 CATEGORY: Public Hearings SUBJECT: 7:30 P.M. - Review Youth Recreation Facility Ordinance EXPLANATION: Self explanatory REFERENCE MATERIAL/RESPONSIBILITY: Ordinance - Dan Siebenaler REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Dan Siebenaler Police SIGNATURE t ; 3-23-1 3-23-2 CHAPTER 23 YOUTW. RECREAT%ON FACILITY ( 6\1.. // 0 SECTION: 3-23-' 1 : Purpose 3-23- 2: Definitions 3-23- 3: License Required 3-23- 4: Application 3-23- 5: Execution of Application 3-23- 6: Fees 3-23- 7: Persons Ineligible for a License 3-23- 8: Exemptions 3-23- 9: Grant of Licenses 3-23-10: License not Transferable 3-23-11 : Conditions of License 3-23-12: Suspension 3-23-13: Revocation 3-23-14: Appeal 3-23-15: Duration of License 3-23-16: Regulations 3-23-17: Youth Recreation Facility Distinguished 3-23-18: Health and Disease Control 3-23-19: Construction and Maintenance Requirements 3-23-20: Inspection 3-23-21 : Identification of Employees 3-23-22: Violations 3-23-23: Hours 3-23-24: Enforcement 3-23-1 : PURPOSE: An Ordinance regulating, protection and promoting the public health, safety and general welfare of the people of the City of Farmington by regulating the operation and licensing of Youth Recreation Facilities. 3-23-2: DEFINITIONS: As used in this Ordinance, the terms defined in the subsections shall have the following meanings ascribed to them: (A) "Employee" an individual working for the licensee for financial compensation. (BY ' "Gaming devices" mean pin ball machines, bowling machinesv foosball machines, pool tables, or any other type of gaming device which is operated by coins, chips, or tokens of any kind, or which device is rented to the public. (C) "Person" means an individual, copartnership, an association, a corporation, or other entity or organization. (D) "License" includes permits of every kindv nature and description issued pursuant to any statute or ordinance for the carrying on of any business, trade, vocation, commercial enterprise or undertaking. = . 3-23-2 3-23-3 • (E) "Licensee" means any person to whom a license is issued. (F) "Licensed business" means any businessv trade, vocation, bommercial enterprise, or undertaking for which a license is issued. (6) "Licensed premises" means the place or building or the room in a building, designated in the license as the place where the licensed business is to be carried on, and all land adjacent thereto and used in connection with and in the operation of a licensed business and all adjacent and contiguous rooms or buildings used in connection with the buildings where the licensed business is carried on. (H) "Operate" means to manage, run or control a business. ( I ) Youth Recreation Facility means an enterprise, whose primary focus is to provide recreational activity for minors. 3-23-3: LICENSE REQUIRED: No person in the City of Farmington shall engage in the business of operating an enterprise defined in Section 3-23-2, either exclusively or in connection with any other business enterprise, without first obtaining a license issued by the City. A person engaged in the business of operating a enterprise on the date this Ordinance becomes effective shall apply for a license within sixty (60) days of the effective date of. this Ordinance. (A) A person commits an offense if the person operates an enter- prise described in Section 3-23-2 without a valid license issued by the City. (B) An application for a license must be made or a form provided by the City Clerk. The application must be accompanied by a sketch or diagram showing the configuration of the premises, including a statement of total floor space occupied by the business. The sketch or diagram need not be professionally prepared but must be drawn to a designated scale or drawn with accurate dimensions of the interior of the premises. (C) The applicant must be qualified according to the provisions of this Chapter and the premises may be inspected at any time without warrant to assure compliance with the law by the appropriate City personnel or its authorized repre- ' sentatives and agents. 3-23-3 3-23-6 • (D) If a person who wishes to operate an enterprise as described in Section 3-23-2 is an individual, the individual must sign the application for a license as applicant. If an applicant is other than an individual, each individual who has a ten percent ( 10%) or greater interest in the business must sign the application for a license as applicant. Each applicant must be qualified under Section 3-23-4 and each applicant shall be considered a licensee if a license is granted. (E) Any falsification of the application shall result in denial or revocation of a license. 3-23-4: APPLICATION: Every application for a license under this Ordinance shall be filed with the City Clerk. Each application shall be made on a form supplied by the City. 3-23-5: EXECUTION OF APPLICATION: All applications for license shall be signed and sworn to. If the application is that of a natural person, it shall be signed and sworn to by such person; if by a corporation, by an officer thereof; if by a partnership, by all of the partners; and if by an unincorporated associationv by the manager or managing officer thereof. 3-23-6: FEES: <A> License Fees: Each application shall be accompanied by payment in full of the required license fee. The City Council shall, by resolution, establish the amount of the business license fee. Upon rejection of any application for a license, the City shall refund the amount paid. No other refunds shall be made. (B) Investigation Fees: At the time of each original application for a business license, there shall be paid in full an investigation fee. At the time of each r4enewal application for a business license there shall be paid in full an investigation fee. The City Council shall, by resolution, establish the amount of the original investigation fee and , the renewal investigation fee. No investigation fee shall be refunded. (Ord. 090-229, 2-5-90) (C) License: Duration: All licenses shall be in effect from January 1 through December 31, except those fees for licenses issued during a calendar year shall be prorated ' from the date .of issuance until December 31. (Ord. 090-238, 10-1-90) 3-23-7 3"23-7 • 3-23-7: PERSONS INELIGIBLE FOR A LICENSE: The City Council deny issuance of a license if one or more the following true: (A) An applicant is under eighteen (18) years of age. (B) An applicant is overdue in his payment to the City of taxes, fees, fines or penalties assessed him or imposed upon him. (C) An applicant has failed to provide information reasonably necessary for issuance of the license or has falsely answered a question or request for information on the application form. (D) An applicant has been convicted of a violation of a pro- vision of this Chapter, other than the offense of operating an enterprise described in Section 3-23-2 without a license or a related State law, within two (2) years immediately preceding the application. (E) The premises to be used for the enterprise has not been approved by the appropriate the City personnel as being in compliance with applicable laws and ordinances. (F) The license fee required by this Chapter has not been paid. (G) An applicant has been employed in an enterprise in Section 3-23-2 in a managerial capacity wi.thin the preceding twelve ( 12) months and has demonstrated that he is unable to operate or manage the premises in a peaceful and law abiding manner, thus necessitating action by law = t officers. • - [\ ` * (H) An applicant l~as-be convicted xually oriented crime5xy w (Minnesota Statutes 609. 293 through ~ 609. 352 and 609. 685) ; sale or furnishing of tobacco to minors (Minnesota Statutes 609. 685, Subd. ( 1 ) (a) and (2) ; procuring alcohol for persons under 21 (Minnesota Statutes 340A. 503) ; any controlled substance crime contained in Minnesota Statutes 152 or Contributing to Delinquency of a Minor Minnesota Statutes 260. 315. ( I) The fact that a conviction is being appealed shall have no effect on the disqualification of the applicant. • (J) The applicant or person in his employ are not complying with or have a history of violations of the laws and ordinances that apply to health, safety or moral turpitude. • 3-23-8 3-23-10 3-23-8: EXCEMPTIONS: Daycare facilities as defined by Minnesota Statute 245. 782 Subd. 5-6 and operating under (MN Statute 245. 802) rules established by the Commissioner of Human Services shall be exempted from provisions of this sectitin. 3-23-9: GRANT OF LICENSES: (A) All applications shall be referred to the City Clerk for verification and investigation of the facts set forth in the application. The Chief of Police and other consultants shall make a written recommendation to the City Council as to issuance or non-issuance of the license. The City Council may order and conduct such additional investigation as it deems necessary. (B) Upon receipt of the written report and recommendation by the Chief ofPolice, the City Clerk shall publish in the official newspaper notice of a hearing to be held by the City Council. The notice shall be published at least ten ( 10) days in advance of the hearing, and it shall set forth the day, time and place when the hearing will be held ; the name of the applicant, the premises where the business is to be conducted ; the nature of the business; and such infor- mation as the Council may direct. A license, other than a renewal, shall not be approved by the City Council prior to such hearing. (C) Renewal Applications. No less than ten ( 10) days nor more than fifteen ( 15) days after the date for submitting renewal applications, the City Council shall hold a public hearing. Notice of the time and place of such hearing and the fact that a renewal application shall be considered shall be published in the official newspaper ten ( 10) days in advance of the hearing. Opportunity shall be given to any person to be heard for or against the granting of a renewal license by the City Council. (Ord. 090-229, 2-5-90) (D) Change of Location: A license shall not change location without first submitting a new application pursuant to this ' Chapter and obtaining approval by the City Council. If the proposed location meets zoning requirements, . the Council may approve the application. If the proposed location does not meet zoning requirements, the applicant shall first obtain zoning approval before being considered by the Council. A public hearing is not required for approval of a change of location pursuant to this Chapter. (Ord. 091-243, 2-19-91 ) 3-23-10: LICENSE NOT TRANSFERABLE: Each license shall be' issued to the applicant only and shall not be transferable to another holder. No licensee shall loan, sell, give or assign a license to another person. 3-23-11 3-23-13 3-23-11 : CONDITIONS OF LICENSE: A business requiring a license under provision of this ordinance shall maintain a ratio of at least one adult employee working on the licensed premises for each thirty (30) patrons on the licensed premises. 3-23-12: SUSPENSION: The City Administrator shall suspend a license for a period not to exceed thirty (30) days if the City Administrator determines that a license of an employee of a licensee has: (A) Violated any provision of this Chapter. (B) Engaged in use of alcoholic beverage, tobacco or use of a controlled substance while on licensed premises. (C) Refused to allow an inspection of the licensed premises as authorized by this Chapter. (D) Demonstrated inability to operate or manage the enterprise in a peaceful and law abiding manner thus necessitating action by law enfOrcement officers. 3-23-13: REVOCATION: (A) The City Council may revoke a license if a cause of suspension in Section 3-23-11 occurs and the license has been suspended within the preceding twelve ( 12) months. (B) The City Council shall revoke a license if it is determined that : 1. A licensee gave false or misleading information in the material submitted during the application process. 2. A licensee or an employee has knowingly allowed possession, use or sale of alcohol or controlled substance at the licensed premises. 3. A licensee or an employee knowingly operated the enterprise during a period of time when the licensee' s license was suspended. . ' 4. A licensee has been convicted of an offense listed in Section 3-23-4. 5. A licensee is delinquent in payment to the City for ' ad valorem taxes, local lodging tax, or other taxes or fees related to the enterprise. (C) The fact that a conviction is being appealed shall have no effect on the revocation of the license. 3-23-14 3723-16 3-23-14: APPEAL: • (A) If the City Council or designee denies the issuance of a license, or suspends or revokes a license, the City Administrator 'shall send to the applicant or licensee, by certified mail, return receipt requested, written notice of the action and the right to an appeal. The aggrieved party may appeal the decision of the City Council or designee in writing within ten ( 10) days of receiving notice of the City' s action. The filing fee of an appeal does not stay the action of the City Council or designee in suspending ' or revoking a license. (B) Procedure: Upon receipt of a written appeal, the City Council may appoint a committee of the Council or an independent hearing officer to hear the matter, report • findings of fact and a recommendation for disposition to the Council. Upon receipt of recommendation for disposition, the Council shall conduct a public hearing which shall be preceded by ten ( 10) day written notice to the licensee stating the time and place of the hearing and the nature of the hearing. Hearings on the appeal shall be open to the public and the licensee or applicant shall have the right to appear and be represented by legal counsel and to offer evidence in its behalf. At the conclusion of the hearing, the City Council shall make a • final decision. (C) Additional Requirements: The City Council may base denial, suspension, revocation or non-renewal of a license upon any additional grounds which they may, in their sole disoretionv impose. 3-23-15: DURATION OF LICENSE: (A) All licenses issued pursuant to this Ordinance . shall be effective for a period not to exceed one year. All licenses shall expire on December 31 of each year. (B) Application for renewal shall be made at least sixty (60) days prior to the expiration date. 3-23-16: REGULATIONS: (A) Such establishments shall provide adequate refuse receptacles which shall be emptied as required. • (B) Possession of any alcoholic beverage or narcotic drugs or controlled substances on the premises by licensee, employee, or patron shall be prohibited. 3-23-16 ` 3-23-20 (C) The licensed premises shall not admit any patrons nor shall any patrons be permitted on the premises between the hours of ten o' clock ( 10:00) PM and seven o' clock (7:00) AM. (D) No persons under eighteen ( 18) years of age may be employed • in an establishment requiring a license under the provisions of this Chapter for purposes of management or supervision of patrons as defined in Section 3-23-10. (E) The applicant shall furnish the City with a list of current employees, indicating their names and date of birth and designating the duties of the employees within the licensed premises. The licensee shall promptly notify the City of any additions to or deletions from the list of employees or changes in their job description or duties. (F) The licensed premises and its contents must be kept and maintained in a sanitary condition. (0) Premises shall comply with all health, safety, and building regulations of the City of Farmington. (H) Youth Recreation Facilities shall not be detrimental to the health, welfare or safety of the citizens of the City of Farmington. • ( I ) No one shall be employed by the Youth Recreation Facility who has been convicted of any offense contained in 3-23-7 (H) within the past five (5) years. 3-23-17: YOUTH RECREATION FACILITY DISTINGUISHED. A private enterprise, the primary focus of which is to provide recreational activity for minors. This distinction does not preclude the use of said facilities by adultsv either privately or in conjunction with minor patrons. 3-23-18: HEALTH AND DISEASE CONTROL: No person while afflicted with any disease in a communicable form or while a carrier of such disease, or while afflicted with boils, infected wounds, sores or any acute respiratory infection may work in or use the services of any licensed premises. No persons known or susp6cted of being afflicted with any such disease or condition shall be employed or permitted in such area or capacity. 3-23-19: CONSTRUCTION AND MAINTENANCE REQUIREMENTS: Must meet minimum requirements of the Minnesota State Building *Code. 3-23-20: INSPECTION: Each operation required to be licensed hereunder shall at all times be held open for inspection by any duty authorized law enforcement officer, health officer or building inspector to insure compliance with all pro- visions of this Ordinance. 3_23_21 3~23_24 3-23-21 : IDENTIFICATION OF EMPLOYEES: Upon demand by any police officer, any person engaged in providing services in any licensed premises shall identify himselfv giving his true legal ' name, date of birth and correct address. 3-23-22: VIOLATIONS: Every person who commits or attempts to commit, conspires to commit or aids or abets in the commission of any act constituting a violation of this Ordinance, whether individually or in connection with one or more other persons or as a principal agent or accessory, shall be guilty of such offense, and every person who falsely, fraudulent1yv forcibly or willfully induces, causes, coerces, requires, permits or directs another ,to violate any of the provisions of this Ordinance is likewise guilty of such offense. 3-23-23: HOURS: No customers or patrons shall be allowed to enter or re-enter the licensed premises after ten o' clock ( 10:00) PM and before seven o' clock (7:00) AM daily. 3-23-24: ENFORCEMENT: (A) Any person violating a provision of this Chapter, upon conviction, is punishable by the maximum levels allowed by State law for the commision of a misdemeanor. (BY Injunction: A person who operates or causes to be operated a business without a valid license or otherwise in violation of this Chapter is subject to a suit for injunction as well as prosecution for criminal violations. (Ord. 090-229, 2-5-90) • • . ' AGENDA REQUEST FORM ITEM NO. t II NAME: Larry Thompson I i ® 1_ "))", DEPARTMENT: Administration DATE: September 16, 1991 MEETING DATE: October 7, 1991 Agi1 CATEGORY: Petitions, Requests and Communications '` SUBJECT: Consider ALF 5 Year Plan EXPLANATION: Per request of the ALF Board REFERENCE MATERIAL/RESPONSIBILITY: Plan - Larry Thompson REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Ken Kuchera Fire Dan Siebenaler Police SI TORE . MEMO TO: MAYOR AND COUNCIL SUBJECT: ALF 5 YEAR PLAN DATE: OCTOBER 3, 1991 Attached please find a copy of the 5 year ALF Plan for your review and comment. The only items I feel should be addressed are the proposed increase in subsidy for 1993 and the increase to (2) 24 hour units in 1993. While I feel the two 24 hour units is a goal of the City, it should be considered in the context of demand, or if the City could be best served by one 24 hour unit and two 16 hour units. I have discussed this matter with Councilmember Orr and he indicated that this will be looked into. o/a' lljf:n76":"--------,,. Lar Thompson City Administrator cc: Ken Kuchera Dan Siebenaler file WAME; ULANCE 14200 Cedar Avenue South Apple Valley, Minnesota 55124 Phone — 612-432-5664 TO: ALF Ambulance Joint Powers Board FROM: Kevin J. Raun, Ambulance Director DATE: August 9, 1991 SUBJECT: ALF AMBULANCE FIVE-YEAR PLAN Attached hereto is a revised and updated draft of the Ambulance Five-Year Plan covering years 1993 - 1997. This draft document is for review and discussion by the Executive Board. The charge of this plan is to help organize and project future major equipment purchases and staffing needs. This plan also looks at projected budgets and revenues for the five-year period. By knowing what to expect and anticipate, it will allow for the appropriate and continuous delivery of emergency medical services to our member communities. This strategic planning becomes an important element to our program in helping to ensure fiscal responsibility while maintaining an appropriate service level. The following is a general overview of the plan. I will explain the various sections of the plan and cite the rationale used in the construction of this draft document: BIOGRAPHY 1993 will mark the beginning of eight years of service to our communities. This section takes the reader through those years to see the various growth and changes ALF has experienced. A. Proposed Capital Equipment Purchases This section identifies the future equipment needs of the service. Items are identified under the year in which their purchase is projected to occur. Each item is assigned a number, short description of the capital asset, purchase year, and budgeted cost. To obtain the cost of a particular item, various vendors are contacted to quote current market prices. The item is then given an estimated inflation value for the year in which it is intended to be purchased by examining past market trends. It should be noted that durable medical equipment has a higher inflation index than does general durable products. This is probably of no surprise to anyone. ALF AMBULANCE FIVE-YEAR PIAN August 9, 1991 Page 2 _ FIXED ASSET REPLACEMENT RATIONALE This section identifies by number the correlating fixed asset and gives a brief description and/or need for the item's projected purchase. B. Proposed Staffing This section identifies future staffing needs of the ambulance service. As the Executive Board is aware, we have relied on subjective data collection to plot our future growth trends. This, coupled to our member cities own projections for demographic changes, has helped to ensure we are meeting the service needs of our citizens. Board policy is also a major factor in determining our staffing needs. Historically, the Board has always insured appropriate staffing and training levels with regard to personnel coverage. C. Proposed Budgets This section attempts to predict our future budgetary needs for the coming years. The ambulance service deals with a significant annual budget. In 1995, the budget will exceed one million dollars annually. This section divides out the major areas of our operating budget to identify the expenses associated to each. Budget projections were arrived at by using the 1992 approved budget and using a straight four percent inflation index. In those years when staffing and/or equipment additions where to occur they were calculated in at their projected values for that given year. The Board is cautioned that while we would strive for only four percent inflation added to any expansion of services, this has not always been the case. Costs associated with personnel have had a tendency to rise the sharpest out of any of the major expense areas. D. Proposed Revenues and Subsidies This section shows future population forecasts and our anticipated revenues which are derived from several sources. The largest revenue base is user fees. Population forecasts are done using the 1990 Federal Census as our base, Metropolitan Council estimates for current years, and finally city data pertaining to past and projected issuance of building permits. Service area �. townships are not included in these numbers. In 1997, it is estimated that the static population of the ambulance service area (including three townships) will be 100,000 people. Total transports are based on past experience which allows for 2.3 patient transports per 100 of population. This figure coupled to projected average revenue per call allows us to forecast anticipated user fees for a given year. Other anticipated revenues are factored in. Taking the projected budget amount ALF AMBULANCE FIVE-YEAR PLAN August 9, 1991 Page 3 from section "C" and subtracting the projected revenue amount from section "D" is the amount forecasted to be city subsidy. The good news! Based on the projected facts and figures contained within the Five-Year Plan, the ambulance service will not require any city subsidies starting in 1996. User fees and other billable revenues are projected to support the operations of the ambulance service. The goal of zero subsidy is consistent with Executive Board policy and direction. The ambulance service has been operated as an "enterprise fund" and, in 1996, it should be able to reach true enterprise status. SUMMARY OF FIVE-YEAR PLAN This page is designed as a condensed synopsis of the entire plan. At the Board's direction, this draft document may be reviewed for comment by staff and Council from the member cities. Once all interested parties have had an opportunity to comment on the plan, all needed changes can be made and a final plan completed for Board review and ratification. Please feel free to call me with an questions or comments you may have. KR:pjg Attachment ei r A.L.F. AMBULANCE FIVE-YEAR PLAN 1993 - 1997 G� J0 A.L.F. AMBULANCE FIVE-YEAR PLAN 1993 - 1997 • A.L.F. AMBULANCE FIVE-YEAR EQUIPMENT AND PERSONNEL PLAN PREFACE This document has been prepared for the ALF Ambulance Board to assist them in the planning process for the future growth of the ALF Ambulance Ser- vice. It is well known that the Cities that comprise the ambulance service area are growing at a very rapid pace- and it appears that residential and commercial growth will not be slowing for some time. Met council estimates currently place the entire ambulance service area population at just over 85,000. This plan will outline proposed major equipment purchases, staffing needs, projected operating budgets and revenues for the five-year period covering 1993- 1997. All budget computations have been calculated as accurate as possible, but the reader should be cautioned that these amounts are extremely vulnerable to inflation and other market factors. ALF Ambulance is currently in a growth phase and this plan allows for an orderly growth as well as replacement needs for aging equipment. The goal over this five-year period is to ensure that the service is able to respond on demand to normal call loads as well as maintaining our vehicles and capital equipment in a reasonable manner to the demands and needs of our service. The Operations Board is committed to providing quality emergency medical services for the residents of our area and in that endeavor it may be necessary to review and update this plan on an annual or as needed basis. BIOGRAPHY 1986 January: ALF Ambulance begins operations with (6) full-time paramedics and (1) Ambulance Director. ALF Ambulance maintains (2) fully- equipped licensed advanced life support ambulances. One unit operational 24 hours a day. June: (4) Part-time paramedics hired to cover vacation and sick time leave. Additionally utilized as on-call paramedics. October: (5) additional part-time paramedics hired. Staff of (9) part- timers utilized to staff second ambulance for a power shift. Second unit is operated four days a week, 8 hours a day. 1987 January: Service area coverage and staffing remains at same level as that of October 1986. One full-time paramedic promoted to Ambulance Supervisor/Paramedic. 1988 January: (5) additional part-time paramedics hired. Staff of (14) part- timers utilized to staff second ambulance for a power shift. Second unit is operated seven days a week, 8-hour days on weekdays and 10-hour days on weekends. One more full-time paramedic hired to cover full-time leave and power shifts. August: A third fully equipped ambulance is purchased. 1989 January: (4) additional full-time paramedics hired. One ambulance operated 24 hours a day with a second ambulance operated 16 hours a day (0700 - 2300 hrs), seven days a week. Staff of (6) part- time paramedics for on-call status to cover vacation and sick time leave. • 1990 January: Service area coverage and staffing remains at same level as that of 1989. One full-time paramedic promoted to Ambulance Supervisor/Paramedic for a total of two shift supervisors. February: One paramedic is placed in the position of Community Education/- Promotions. Responsibility includes coordinating and conducting first aid and CPR training for citizens and allied first responder personnel. This position also covers open shifts due to leave requests and/or training needs of other personnel. 1991 January: Service area coverage and staffing remains at same level as that of 1990. One full-time paramedic promoted to Ambulance Supervisor/Paramedic for a total of three shift supervisors. April: Community Education/Promotions position deleted following resignation of a full-time paramedic. July: One casual on-call paramedic hired to cover vacation/sick time leave. This brings our part-time roster to 8 paramedics. • • FIVE-YEAR PLAN A. PROPOSED CAPITAL EQUIPMENT PURCHASES .[TEM PURCHASE YEAR COST 1. (1) EKG Monitor/Defibrillator 1993 $ 9,650.00 2. CPR Manikins 1993 1,000.00 3. Miscellaneous Office Furniture 1993 500.00 4. (1) Backboard 1993 350.00 5. (3) Pulse Oximeters 1993 4,500.00 6. (2) Portable Suction Units 1993 1,500.00 7. (1) Battery Support System 1993 1.800.00 TOTAL 1993 $ 19,300.00 8. Repower/Refurbish Medic #10 1994 $ 18,900.00 9. (2) Portable Radios 1994 3,000.00 10. (2) Pagers 1994 800.00 11. (1) M.A.S.T. Suit 1994 600.00 TOTAL 1994 $ 23.300.00 12. Type III Ambulance 1995 $ 82,000.00 13. Mobile Radio/Telephone 1995 6,500.00 14. Defibrillator/Monitor 1995 10,600.00 15. Misc. Equipment for New Ambulance 1995 7.000.00 TOTAL 1995 $ 106,100.00 16. Rechassis/Remount Medic #11 1996 $ 48,000.00 17. (2) Portable Radios 1996 3,400.00 18. (2) Backboards 1996 750.00 19. CPR Manikins 1996 1,150.00 20. Miscellaneous Office Furniture 1996 750.00 TOTAL 1996 $ 54,050.00 21. (2) Portable Oxygen Units 1997 $ 1,000.00 22. (1) Battery Support System 1997 2,250.00 23. (1) EKG Monitor/Defibrillator 1997 13,150.00 24. (2) Pagers 1997 900.00 25. (1) Portable Suction Unit 1997 850.00 26. (1) M.A.S.T. Suit 1997 700.00 TOTAL 1997 $ 18,850.00 MIXED ASSET REPLACEMENT RATIONAL 1993 Item 1. Replacement of EKG Monitor/Defibrillator with upgrade to Life Pak 10. This will enable us to use cardiac transcutaneous pacing on patients with life threatening cardiac rhythms. One of our oldest Monitor/Defibrillators will be redesignated as a spare unit for backup in the event of mechanical failure for one of our primary units. 2. Our CPR Manikins have served us well since 1986 in classes for our allied first responders and the public. However, due to their frequent use, they are showing their wear. (1) Adult and (1) infant manikin are required to continue quality education programs. 3. In 1991, a built-in computer work station was installed in the center office. There is now an obvious need for wall cabinets in this office to store our computer accessories and miscellaneous office supplies. 4. This is to replace a backboard initially put into service in January, 1986. Service length was anticipated at seven years. S. We are looking to incorporate pulse oximetry into our patient care services. This is a technology that is being increasingly used in pre- hospital care. Use of this equipment will allow us to monitor the respiratory status of our patients and correct problems before they become life threatening. 6. Our portable suction units will be seven years old this year. This is a very critical piece of equipment necessary to clear the airway on patients. 7. This item is a carryover from 1992. With the addition of our second 24- hour unit, it will be necessary to have a charger for our EKG Monitor/Defibrillator batteries in one of the southern stations. Also, there has been a demonstrated need for a spare charger due to the age of our current battery charging system to ensure properly charged batteries. 1994 Item 8. Repower/Refurbishment of an ambulance is estimated to be done at 100,000 miles. It is possible that more or less miles may be obtained before a unit is ready for refurbishment. Refurbishment is contingent upon the overall chassis condition of the unit. If a chassis is found to be in poor repair/condition, it may be more prudent to opt for a new chassis remount. A refurbished vehicle should be able to obtain an additional 80,000 to 100,000 miles of use. 9. Our portable radios have an estimated life expectancy of seven years. By purchasing (2) new portable radios at this time, we will assure ourselves of having viable radios at all times. Older radios will still be used in back-up roles. 10. Our pagers are used on a daily basis. Therefore, they do experience wear and tear associated with that use. Due to the age and use of these pagers, it is prudent to replace pagers periodically. 11. One of our M.A.S.T. suits was initially put in to service on 1/1/86. At that time we expected to receive four years of service from each M.A.S.T. suit. Although we have gotten more service from this piece of equipment, it does receive hard use on critical patients and is due for replacement. 1995 Item 12. The purchase of a new ambulance and necessary equipment has been included in this plan to allow for anticipated growth and expansion of the service. In 1995, we are predicting that a third ambulance will be placed in to service on a power shift basis (partial coverage during peak call load .hours). This is subject to change as call volume and population growth in the service area will be the final determining factor on this purchase. 13. A mobile radio/telephone will be needed to equip the new ambulance which is anticipated this year. 14. A Monitor/Defibrillator will be needed to equip the new ambulance. 15. This includes items such as long and short backboards, splints, M.A.S.T. suits, suction units, Nitronox, and other equipment required to fully stock the new unit. 1996 Item 16. Re-chassis/remount of an ambulance includes the remounting of the patient module onto a new vehicle chassis. The patient module can either be totally or partially stripped depending on refurbishment needs of the module at the time. This procedure generally has a price tag slightly higher than half the cost of a new ambulance. This unit will be eleven years old at the scheduling of this re-chassis. 17. Our portable radios are an important part of our ability to communicate with dispatch. Initially, these radios were expected to be in use for seven years. This ensures continuous replacement and upgrade of our radio equipment. 18. This is to replace a backboard initially put into service in January, 1986. Service length was anticipated at seven years. 19. This will replace two of our CPR manikins purchased in 1986, purchasing (1) Adult and (1) Infant manikin will be necessary to continue quality education programs for the public and our allied first responder agencies. 20. This is to replace office furniture/equipment that receives daily use in our offices. 1997 Item 21. This is to replace the original equipment, initially expected to be in service four years. 22. By 1997, our original battery support system will have been in service eleven years. This is a critical piece of equipment to insure proper operations of our EKG Monitor/Defibrillators. 23. This is to replace and upgrade one of our original Monitors to a Life Pak 'g8, which will allow us to provide cardiac transcutaneous pacing to our patients. 24. This is the continued replacement program for our older radio pagers. Pagers are used to alert crews of incoming emergency calls. 25. This is a replacement unit for an aging suction unit which will have nine years of use at replacement time. 26. This is a replacement M.A.S.T. suit to replace a service start-up original. B. PROPOSED STAFFING XEM STAFFING LS'VEL 1993 (1) Ambulance Director/Paramedic (3) Ambulance Supervisors/Paramedics (9) Full-Time Paramedics (24 Hours) (8) Part-Time/On-Call Paramedics Increase the second unit to a full 24-hour day (two 24-hour units). This has been a subject matter of much debate. Our data collection will be our true barometer as to when to upgrade the hours of operation for the second unit. This plan allows for that upgrade if indicated in 1993. Consideration for the staffing of a third unit on a power shift basis will also be looked at. FSR STAFFING LEVEL 1994 (1) Ambulance Director/Paramedic (3) Ambulance Supervisors/Paramedics (9) Full-Time Paramedics (24 Hours) (8) Part-Time/On-Call Paramedics Continue to maintain staff and hours of operation at the 1993 level. Examine hours and needs for staffing the third unit on a power shift basis. YEAR STAFFING LEVEL 1995 (1) Ambulance Director/Paramedic (3) Ambulance Supervisors/Paramedics (9) Full-Time Paramedics (24 Hours) (10) Part-Time/On-Call Paramedics Maintain two 24-hour units and staff the third unit as a power shift with part-time personnel working 8-hour days, 3 days a week. YEAR STAFFING LEVEL 1996 (1) Ambulance Director/Paramedic (3) Ambulance Supervisors/Paramedics (9) Full-Time Paramedics (24 Hours) (10) Part-Time/On-Call Paramedics Maintain two 24-hour units and staff the third unit as a power shift with part-time personnel working 8-hour days, 5 days a week. • YEA STAFFING LEVEL • 1997 (1) Ambulance Director/Paramedic (3) Ambulance Supervisors/Paramedics (9) Full-Time Paramedics (24 Hours) (10) Part-Time/On-Call Paramedics Maintain two 24-hour units and staff the third unit as a power shift with part-time personnel working 8-hour days, 7 days a week. Investigate if viable, varied work shifts that would allow for staffing of all three units with full-time personnel. • FILE-ALF\5YEAR 4 0 O. 0% 0 eV CO 0 O N N o 1 w 4 .°-+ aCO 00 0 14 eh CO r•+ en O Co a1 O 0 r-1•10 r4 r4 r4 r4 0 r4 +14 4.4 0. v). v} to W CO r-1 r4 in '0 0 0 en n 0 O Cel CO CO N 0 0 In In a1 $4 eh m Os in a) 0 00 in 0 0 CO M ... •• +11.6 • . . . 44 � in till 0 In C ') IInn ee 1 CO inn CO in r-1 .-1 r-1 0 0 0 0 4.4 i 1+ 4.4 v). al. v} t?W er> v —S $ in .--i N %0 0 0% 01 0 0 0% 4 r-I N COm CT ON 0 00 '0 Inn r-4 CC) '0 in 0 Os is- m AA el ttl tO WI C\ %0 4 N 4 r.4 O W r•1 .--1 In r-1 r-1 v.4 0 .-a 11) O O r-1 )4 .-d e v> v> v}W01. .-. ... O 4 1-4 +.0 r4 M CO 0 11 M 4 CO %0 1ss .0 N In 0 '0 0% N 0. 0 0 r♦ M W ..I 0% 4 In N In %O N V) r{ In r-1 r-1 r-1 0% 0 0% O 11 (I> e/> (1> 0)-a v 4 00 0 4 0 u1r... O 0 O Vi CO 44 N 4 "0 4 0 14 i0 in in O I 4-4 4--1 e+1 0 r-I 01 - - eq 0% r-1 N %0 00 0 0% W 0 -d in 4-1 4-1 r-1 r-1 N 4-4 0 14 0> 0> <I> V1•W 0> v v co Cl) J-) 0) 0 coW 00 0 0 1+ 43 "^' d 0) 0) N CO 0 '\ a A C) w Cl) aI -.'1 )4 'v4 C) Q 43 ' 0 O a w 0 0 U 4i 40 14 W to0 o � � 0) 0m CO 0) .4 0 a 1+ w ai ra 11 40 .a f-1 4) 8-1 0 0 14 0 0 11 44 .-4 d •U vi 00 Cl. 0 H 0 0 Z 0 EO-i In 4 COC9 O 0 0 01 a0 0 0000 0 NI r♦ r l tel 0% CI: e+1 N '.0 0 u1 0 r♦ .-� u7 c+1 O+ u1 1,. u1 N u1 O �7 e+1 0'ul Ch 00 CV. 0 • N r. ,••1 rr l in r4 r4 CD- ri r/ 01. e4. N> t? a! +n .7el Cl O 00 01 O rl 0000 O N i-I r4 O 0 4 ri 4 u1 0 0 10► N40 N- • e O u1 4NNu1 a1 0 en r, 00 00 e N N CA CI 4 ri .'f 01 00 4 ri ri N 0 0 1-4 r4 N p> (0. 0> 00• in 4 CO C4 r1 er1VDC1 co 0% N CO 000 00 N r1 M u1 N n r 0 C+ 4 C► 0 0 0 0 0 1, InMO N- • N4sit N- Ch 4 010rien 41 r4un4 cel 0034 00 P. ri 1..1 in r-11 1-.1 A 0% C► 0,• 44- 0? N t/> Oar • 4In401 N u1 C1 C1 In rl 00 0% N000 N 1� ri r1 0 ND N- CO u1 N u1 VD O u1 O u1 O NNe•1 CO • rtu11. u1 CO 4 4NON 4 O 01 V. O '.0 r4 4 N r1 r1 CO 1t1 4 0% 4 In 00 N N u1 1%. 1-1 1-1 0 00 0% v> V> V> e/> V> 03. u1 may' N O 0N. '.D en co N. ti000O 4O In t`• rl u1 N In In u1 N %0 4 0% 000 0 Cti N '4 co enMCO N n 4 N1.1100 N 0% I In is. 4 el 0% 0% CO r-4 r4 N N CO Cl)14 ` M CO. (0- (1> (1> t? tn. A H CAcal CA A r1 ri CO 0 bO a) • a1 rf r1 Cc, 134 v4 14 1-1?1 CO O III N 14 14 0 U N Ea! 7 0 O W, CO rt r. 01 ,-a 0 G N •-1 CO 0 pct O rt 0 O 4.1 ,-1 01 O 0 Oa ,-1 0 > cd 4.1 O E-1 > r-1 14 a > r1 14 E-+ 0 CA .,.1 rea 1 C4 1 •r1 a cd •r., 0 0 CO 4 ,--i10 a a) > •.-i a o a) > •11 a 1-1 r, 0 rt en 0 1-1 a ,-1 a) E 4 r1 0 E d > a1 11 a § U a) E a a.4 1a E-4 $4 a x 1a H 1.1 01 :31 y ,1 Er HH0Haa •ax. N 0. cd 0 c 1-1 ca ,-a E-1 E . 2C 1-1 1• 10 O 0 N 0 wow .4 W 001 0 ('O N O 40 10 N 0. 01 10 0.00. N 04 0 • O W 0 r1 0 w 10 e•1 0 0 0 01 0. C ,4 O O O w VI ...pp4 ♦ OI.0.4 0.0♦ O w ON1 - w w Opt O .O•I.NO neo .1 .1 40 0 0 40 b 40 .4 .4 i4.4 40 b .q b 1 4a a y a a a s 01 41.4i ii it . SI LH a ffiJa1,11 u a lb II lb i1 1 eNn aoow .ONp o .6 aoa000l• 00p„o p•1 0 0 NpNIry00o IN11i^O ONi npO ..4410ry/04 ANN 01 ON O lV�OUI d0 N.44N .4 _ NwMI .�1 .1w0I .O 4/4 e4 .... .4 .1 a h O .4 VD w .4 a .4.4 0 0.4 O .1 44 .4 411 .•1 Q 40 40 40 40 40 400 4) M 40 b • A ~ a wy a QM i i 41 N a *.4 a 4114 a a Ua 4014 . S .1 ~ • • .4.4 nA . 4oA .4.4V0A .i.4UE +i.4 .. • 0.4 40E 4aC aQE .4i440 AA .4..4 ..4 .II .4 .4 .4 .i14 .1 .1 .4 .4 oat4X4OO Zm Ua- x0Q04X4 0we4X14 1 1 as• pr CA el 04 eo .04 Oto Cr 00 el No .4 WI o 0 11 U M a 4n ma o .„1 M .r 02. .i .4 VP 114 .4 .0 w a a U • 04 v f.. .4 e '{ Jd 0 0 a 3 a 3 4 a 3 a 14isIs .14 0 E O H M A e0 li VI q W w .4. .f -4.a orf 0..4.� A M 0V. •i1 W ▪ > sa N 3O 0 • 0 • • In Y 44 N • W 44 04 .1 CO N .1 4.7 .1 .1 a 4 .1 U • • M ? A 41 AO 4? d N ?VI N ~ w .I AN M0 c 0 0a Ua il M .4 M .IM Ol 0 0 • M • 7 M M N • ? q • .1 •0 i 0 .-1 •4 T 4.1.. .i >W T OO O 0 O O N O OM QC O C7 W U 4 Cr U 4 W U M NA W 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 CO 0 CO 0 O 0 0 Co O O Co 4100 010000 00000 000 0 00 di ml 4h 420000 h A O M 1.1 N 41 IO 1h 042 CO .1 004400 .4 O d /. .•1 O 4244 .4w CD O 04.4 0 .4 .104 10 46 1.1 04AON.0 0101 .4 d .INwf CO I-4 .4 N CO e4 0 d h .4 .1 .4 i? V) M t? OO N OD M 0 0 W MM !+1 d •• 441 .0 e4 P ri .A.i Y r.. .. .. .04.1 .. .044 4.0 .• Y .044 .4 a W M O V V 41 +1 a M 0 W O .4 • ? . M 40 v . .000 ? MA . O 0 . m7 a ° - SoA .ua • W N ccO ,, - fl . • y .. s H .- 0 •• ? .0 N . 0 .4 .-1 0 0 •1 b •• ? N it .4 . NWMY 0Y .4 ? YOCNYMNW 4 .4 0 .1 0 .40 . AEO 0 .4N0 - .-00 •4Y0 AM OA4W 4A0 •1 • .0M04A4 .1404440 . MMM ] < 0A • . A 4 A .1L U .1 d • X M $ 4 -.. ..4.14 0 0 N 44J Y E < -1 -1 U < U 0 A4 -4 .+ A N a++ Y N E < 04440 -4140E 4414400E ) U'44 4 E I M U 0 W E -11 0 0 r M 41 E 01X0000° 0E 040104X11 Z 140XE 0 04 ( XOE NOWW NME c AGENDA REQUEST FORM ITEM NO. NAME: Charles Tooker DEPARTMENT: Administration DATE: September 17, 1991 MEETING DATE: October 7, 1991 CATEGORY: Petitions, Requests and Communications SUBJECT: Waiver of Platting Ordinance - River Valley Clinic EXPLANATION: For purposes of financing, River Valley Clinic must be on a separate parcel of land from the hospital, even though the hospital will still own it. The Planning Commission will be acting on a variance request to allow a zero lot setback for both on October 8th. REFERENCE MATERIAL/RESPONSIBILITY: Letter to Marty Stapleton - Charles Tooker REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Karen Finstuen Administration Charles Tooker Administration - Planning kt457 // , SIGNATURE Arril67 pE 4 September 18, 1991 Re: River Valley Clinic at Farmington, Minnesota Gentlemen, The need for separate ownership of the parcel on which River Valley Clinic in Farmington will be built became known to me yesterday late in the day. The Farmington City Code requires that both the City Council and Planning Commission need to take action before such a split can take place. The City Council must act on a "lot split" while the Planning Commission will review a variance request for zero lot line setbacks between the Hospital and the Clinic. The next regular meeting of the City Council is October 7th and the Planning Commission will meet on the following evening, October 8th. Because the Planning Commission has already acted favorably on the Conditional Use for this relationship between South Suburban Medical Center and River Valley Clinic, I see no problem that would stand in the way of either request. If you need any more information from the City of Farmington, please do not hesitate to give me a call. Sincerely, •4- 41Alk, WIL%' • Charles Tooker Planner cc: file City Fa mitgfox 325 Oak Street • Ftvimixgtex. KUf 55024 • (612) 463-7111 v St Warm WW Pe* w __• rJ 11/4 41e afirr `�1 September 18, 1991 Marty Stapleton 2400 American National Bank Building St. Paul, MN 55101 Re: River Valley Clinic, Farmington, MN Dear Mr. Stapleton, Following a telephone call from Dick Nordlund yesterday, I have investigated the City Code for the requirements that must be fulfilled in order for the River Valley Clinic building, now under construction, to be situated on a parcel separate from the South Suburban Medical Center. Because the property lies within the urban service area for Farmington, a waiver of platting request must be submitted to the City Council. The City Council next meets on October 7th and I have requested that this item be placed on the agenda. Although I am mailing you the request, the form actually must be completed by the property owner. The fee for processing this application is $65.00. Supplementary information includes both a survey and a site plan, which the land surveyor can reduce and copy from existing materials. Because the properties are non-residential uses which will have zero lot line setbacks within the R-1 Low Density District, the Planning Commission will need to hold a public hearing to grant a variance from requirements of the City Code. I have scheduled a public hearing for the Planning Commission on October 8th at 7:00 P.M.. We can use the list of property owners within 350 feet that was developed for the Conditional Use Request for our mailed notice and you can include the survey and site plan developed for the waiver of platting request. The fee for this variance hearing is $50.00. I would hope that you can have all the material needed for both meetings to me by the 24th of September. I plan to enclose a letter to the lender for this project indicating that I foresee no problems in securing the necessary approvals since the Conditional Use has already been granted. If you have any questions, please do not hesitate to give me a call. atr47 cc: file Charles Tooker, Planner Dick Nordlund CTT FWLIII UgtU 325 Oak Street • Favauagiat. in 55024 • (612) 463-7111 • AGENDA REQUEST FORM ITEM NO. MA , , r ()ITEM D NAME: Tom Kaldunski r r , DEPARTMENT: Public Works C/ DATE: September 24, 1991 MEETING DATE: October 7, 1991 01.0 Vir / CATEGORY: Unfinished Business M gr SUBJECT: Public Works Equipment Purchase - Backhoe EXPLANATION: The City has received bids for the purchase of the tractor backhoe. The tabulation of bids will be presented with a recommendation. REFERENCE MATERIAL/RESPONSIBILITY: Bid Tabs/Recommendation - Tom Kaldunski REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Tom Kaldunski Public Works Jerry Bauer Public Works SIGMA MEMO TO: MAYOR AND COUNCIL SUBJECT: EQUIPMENT PURCHASE - BACKHOE LOADER DATE: OCTOBER 4, 1991 On September 25th the City received bids on the purchase of a backhoe loader. The bid tabs are attached. The following outlines the bids received with all alternates included. Case Power and Equipment $38,387 Lano Equipment 39,615 Midwest Machinery 41,730 Carlson Tractor 50,230 Upon review of the contract documents of the low bid, it is my opinion that Case's proposed equipment package does not meet the City's specifications. Case noted 17 exceptions to the City's specifications. The following outlines the significant deviations. 1. HP 70 vs Minimum 72HP specified (should have bid a larger unit) 2. Torque proportioning differential vs. limited slip differential. (The specifications specifically excluded torque proportioning because it is not as effective as limited slip. The City determined that they wanted more power in the front wheel drive based on demonstrations before preparing the specifications. The limited slip can provide up to 50% more power to the wheel with good footing.) 3. Did not meet wet sleeve cylinder liner design specification. . 4. 1 cubic yard bucket vs. minimum 1} cubic yard bucket specified. - 9000 lb breakout force vs. minimum 9300 lb specified. - 5500 lb lift rating vs. minimum 5600 lb specified. - Smaller tires than minimum specified. - 15,100 lb. operating weight vs. minimum 15,500 lb specified. - 10,760 lb digging force vs. minimum 11,500 lb specified. - 65 amp electrical system vs. 78 amp electrical system specified. (The items in #4 generally indicate that the Case bid is based on a small unit than the minimum specified by the City. It appears that a larger machine could have been bid by Case, but they attempted to secure the low bid by bidding a smaller unit than desired by the City.) 5. Extended warranty bid by Case does not meet the specifications. They bid a lesser extended warranty. In reviewing the bid documents of the second lowest bidder, it is my opinion that the equipment package proposed by Lano equipment also doesn't meet the City's specifications. Lano noted 14 exceptions to the specifications. The following outlines the significant deviations. 1. 80 hp engine vs. minimum 72 hp specified (This deviation would be an advantage to the City over the other tractors bid. 2. Torque proportioning differential vs. limited slip (See item #2 on Case bid.) 3. Outboard planetary gear drive vs. inbound planetary gear drive specified. 4. 33.6 gpm capacity on hydraulic system vs. minimum 35 gpm specified. (Not enough capacity.) 5. 65 amp electrical system vs. minimum 78 amp specified. It should be noted that this unit will provide higher breakout force and lift rating because of the larger engine provided. I would recommend this JCB Backhoe before the Case backhoe because of the extra power provided for a low cost (bid differential of $1,228.00) , however, the issue on the differential is a significant one. The improved 4 wheel drive as specified is desired by the City crew. In reviewing thebid documents of the 3rd lowest bidder, Midwest Machinery, it is my opinion that they meet all the City's specifications. In order for the City to have a 4 wheel drive system that is desired, it would cost an additional $2,115.00 over the JCB unit. When you consider that this unit will be used by the City for approximately 20 years, this cost is relatively insignificant. The John Deere unit is preferred by the Public Works Department and I would recommend that the Council award the bid to Midwest Machinery in the amount of their bid of $41,730.00. The Department's second choice would be the JCB backhoe, however, the 4 wheel drive would not provide the power that the John Deere unit can. Thomas J. Kaldunski Public Works Director cc: file Wayne Henneke Jerry Bauer TJK TJK/mh ` TABULATION OF 3 BIDS RECEIVED il ' INDUSTRIAL WHEEL BACKHOE LOADER 72 HP - 14'6" DIG DEPTH - EXTENDED BOOM BID DATE: September 25, 1991 I hereby certify that this is an exact BID TIME: 2:00 P.M. C.D.S.T. reprod ction of the bass received. Thomas . Kaldunsk Public Works Director , BIDDERS: CASE POWER & EQUIP. LANO EQUIPMENT MIDWEST MACHINER' \ MAKE AND MODEL: Case 580 Super K JCB Sitemaster _ .hn Deere 3 ! ' \ UNIT PRICE: $39,907.00 $43,490.00 $44,350.00 TRADE IN: (Deduct) 4,500.00 8,000.00 A 5,250.00 PURCHASE PRICE: 35,407.00 35,490.00 39,100.00 OPTIONAL AIR: (Add) 1,500.00 3,000.00 905.00 EXTENDED WARRANTY: (Add) 1,480.00 .4007--- 1,125.0: 4/ 1,72 se TOTAL: $38,387.00 $39,615.00 $41,730.00 DELIVERY DATE: 30-65 days ARO Immediately . 11- says ARO BID BOND: 5% Certified Check 5% BIDDER: CASE POWER & EQUIP. LANO EQUIPMENT MIDWEST MACHINERY BY: Richard Allshouse Gerhard Lano Rudy Gmitro TITLE: General Manager President Marketing Manager ADDRESS: 6340 Hwy 101 3021 W. 133rd St. 12500 DuPont Ave. So. Shakopee, MN 55379 Shakopee, MN 55379 Burnsville, MN 55337 PHONE: 612-445-5488 612-323-1720 612-890-8880 li AGENDA REQUEST FORM (1, ITEM NO. NAME: Tom Kaldunski / —Cr)! DEPARTMENT: Public Works DATE: September 24, 1991 Tom- s IP• fir.._- MEETING DATE: October 7, 1991 Q„- CATEGORY: Unfinished Business SUBJECT: Public Works Equipment Purchase - Tractor Flail Mower EXPLANATION: The City has received bids for the purchase of a tractor flail mower. The tabulation of bids and a recommendation will be presented. REFERENCE MATERIAL/RESPONSIBILITY: Recommendation/Bid Tabs - Tom Kaldunski REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Tom Kaldunski Public Works Jerry Bauer Public Works i 01 SfGGNA JJ MEMO TO: MAYOR AND COUNCIL SUBJECT: EQUIPMENT PURCHASE - TRACTOR AND FLAIL MOWER DATE: OCTOBER 3, 1991 On September 25th the City received bids for the purchase of the tractor flail mower. A bid tab of the three lowest bids received is attached. The following outlines the bids received: Firm Bid Price (Inc. Alt.) Carlson Tractor 36,100.00 Scharber and Sons 36,680.00 Midwest Machinery 38,300.00 Long Lake Ford 41,877.00 In reviewing the bid documents, it is apparent that the equipment proposed by Carlson Tractor does not substantially meet all of the City's specifications. The low bidder noted 12 exceptions to the City's specifications. The significant deviations are as follows: 1. 55 hp vs. specified 62 hp, 2. Operating weight of 5549 vs. specified 6000 lbs, 3. 3 cylinder diesel engine with cast block vs. specified 4 cylinder with wet sleeve cylinder liner, 4. the low bidder does not meet the minimum capacity specified for the hydraulic system. These significant deviations indicate that the tractor proposed by Carlson is smaller than the unit desired by the City. This would result in a lower standard of performance. Therefore, it is my recommendation that the City reject the low bid submitted by Carlson Tractor. A review of the bid documents for the 2nd lowest bidder, Scharber and Sons, indicates that no exceptions were noted. In fact, this bidder is providing a tractor that is one size larger than specified. Added benefits for the City include: 1. 65 hp engine vs. 62 hp specified, 2. 7441 lb operating weight vs. 6000 lb specified, 3. factory installed cab with lowest decibel rating available, 4. a "Tigre" brand mower vs. Mott brand which gives a larger mower (both side and rear, and heavy drive shaft. It is in the City's best interest to award the contract to Scharber and Sons for a John Deere 2555 Tractor with Tigre Mowers and all alternates in the amount of their bid of $36,680.00. I would also like to point out that the 3rd lowest bidder met all the specifications with the slightly smaller John Deere 2355 tractor. The difference between the low bid and the 2nd low bid is $580.00. When you consider the significant deviations in the low bid and the low cost to purchase the larger tractor bid that the City will utilize for 20+ years, it is in the City's best interest to award the contract to Scharber and Sons. I hereby recommend the Council award this contract as outlined in this memo. cc: file 4rreira4dunsklii Wayne Henneke Publorks Director Jerry Bauer M k TABULATION OF 3 BIDS RECEIVED `+ I. INDUSTRIAL CLASS WHEEL TRACTOR WITH SIDE AND REAR MOUNTED FLAIL MOWER BID DATE: September 25, 1991 I hereby certify that this tabulation BID TIME: 2: 15 P.M. C.D.S.T. is an exact repr uction of bids received. / / Thomas J. aldunski Public Works Director BIDDERS: CARLSON TRACTOR SCHARBER & SONS MIDWEST MACHINERY MAKE AND MODEL: Ford 4630 Tractor John Deere 2555 John Deere 2355 Alamo Mower Tigre Mower Alamo Mower UNIT PRICE: $33,950.00 $37,155.00 $37,840.00 OPTIONAL AIR: (Add) 2,150.00 (Deduct) 475.00 (Add) 460.00 TOTAL: $36,100.00 $36,680.00 $38,300.00 DELIVERY DATE: 30-90 days ARO 90-145 days 120-160 days ARO BID BOND: 5% 5% 5% ADDENDUM NO. 1: Yes Yes Yes BIDDER: CARLSON TRACTOR SCHARBER & SONS MIDWEST MACHINERY BY: Rich Carlson Butch Valek Rudy Gmitro TITLE: Vice President Sales Manager Marketing Manager ADDRESS: Box 69 13725 Main Street 12500 DuPont Ave. So. Rosemount, MN 55068 Rogers, MN 55374 Bulle, MN 55337 TELEPHONE: 612-423-2222 612-428-4107 612-890-8880 , + AGENDA REQUEST FORM ITEM NO. e NAME: Tom Kaldunski DEPARTMENT: Public Works 0)L-/ DATE: September 13, 1991 MEETING DATE: October 7, 1991 CATEGORY: Unfinished Business SUBJECT: Equipment Purchase EXPLANATION: The Public Works Department has received its second automated solid waste collection vehicle. I have prepared a pay estimate for the vehicle. REFERENCE MATERIAL/RESPONSIBILITY: Pay Estimate - Tom Kaldunski REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Tom Kaldunski Public Works 1:4ii4 SI TURE I MEMO TO: MAYOR AND COUNCIL SUBJECT: FINAL PAYMENT - AUTOMATED SOLID WASTE COLLECTION VEHICLE DATE: OCTOBER 2, 1991 The City of Farmington received its second automated solid waste collection vehicle on September 11, 1991. It will be at the October 7th meeting for viewing before the meeting. I have inspected it and it substantially meets all of the City's specifications. This vehicle has been purchased from MacQueen Equipment on the basis of their bid of $106,243.00. The City Council awarded the contract to MacQueen Equipment on April 1st. The order was officially received on April 8th. Their bid proposal indicates a delivery date of "Approximately 120 days ARO" (After Receipt of Order). On the basis of this, the anticipated delivery date was August 7th. The City's contract allows for the collection of liquidated damages of $100 per calendar day (Attachment 1). The City can claim a maximum of liquidated damages based on the following: Actual - 155 days from order to delivery Proposed - 120 days 35 days x 100/day $ 3500 - maximum liquidated damages. Because of the City's past relationships with MacQueen Equipment, it is my recommen- dation that the. City consider other liquidated damages options. This continued good relationship has been mentioned by the Solid Waste Foreman and Solid Waste Coordinator as well. (Attachment 2). Option I Assess maximum liquidated damages allowed by the contract of $3,500. Option II MacQueen's bid indicated a delivery date of "Approximately" 120 days after receipt of order. Typically, City contracts refer to a 10% ± leeway. If this is assumed to be approximate, the delivery date could range from 108 to 132 days. The other bidder, Boyum Equipment, proposed delivery in 135 to 165 days. The liquidated damages under Option II would be: 155 days - 132 days = 23 days x $100/day = $2,300.00. Option III This assumes that the City would request actual liquidated damages. In(oder---) to estimate actual damages, I have attached my memo dated August 27, 1991 (Attach- ment 3) in which I requested a budget adjustment of $1,400 to extend the part time Solid Waste position. The Council could request liquidated damages of $1,720. The estimated actual damages could be revised if the Council takes into consideration that this part time solid waste operator has taken a job with Knutson and has left the City's employ. In order to complete the transition to the automated commercial collection, I had the entire solid waste staff and some street and utility crew members transfer the 1} cubic yard dumpster to the old waste water treatment plant site and distribute the 300 gallon containers. On this basis, damages would be as follows: Wage for Part Time Solid Waste Employee $1,080 Overtime by Solid Waste and Street Crew 1,370. $2,450 Option IV Assess no damages because of good relationships in the past, desire to continue this relationship in the future. It should be noted that the City experienced some problems n the maintenance and repair of the rapid rail automated truck when these services were provided by Boyum Equipment Company. This prompted the Public Works Department to secure the services of MacQueen Equipment for the rapid rail truck and to utilize their services in setting up the second automated vehicle designed for commercial collections. The City Council will have to choose which option will be utilized for assessing the liquidated damages for the late deliver. It is my recommendation that the City request the actual damages outlined under Option III. The City Attorney should present his opinions on the various options. Once the decision has been made, the Council should authorize the final payment on this vehicle. The City will receive the vehicle's certificate of origin upon making the final payment. The liquidated damages are to be split equally between MacQueen Equipment and Mack Truck. In addition, the City is to write two checks (1 to MacQueen and 1 to Mack) . The following outlines the check amounts for the various options: Original Bid - $106,243.00 Liquidated Damages/Check Amount Option I Option II Option III _:Option IV Liq. Damages - 3,500 - 2,300 -1,400 -2,450 -0 MacQueen -1750/40,205 -1150/41,405 -700/41,855 -1225/41,330 -0/42,555 Mack -1750/61,938 -1150/62,538 -700/62,988 -1225/62,463 -0/63,688 Final Cost 102,743 103,943 104,843 103,793 106,243 I would also request Council authorization to place the attached advertisement for bids for the sale of the 1} cy dumpsters. (Attachment 4) 10;70,046K4 .omas Kaldunski Public Works Director cc: file Wayne Henneke Ben Klotz Bob Williamson TJK TJK/mh Attachment I Fuel Tanks: - L.H. 50 gallon capacity Air Brakes: - AD4 Bendix air dryer with heater mounted in the frame rail R.H. Frame Rail: - Must have 110" clearance from back of cab usable L.H. Frame Rail: - Must have 70" clearance from back of cab usable Electrical: - Back up alarm - mounted on rear crossmember - Body power cable - cable routed to rear crossmember area (Provides a source of body lighting requirements without over loading standard light circuit) - Electrical connections waterproof sprayed with glyptol - Transistorized signal flasher - Easy access to electrical maintenance parts Paint: - Cab white - Frame black PTO: - Side mounted clearance right side to include exhaust clearance Wheels: - Cast spoke 22.5 x 8.25 inch rims front and rear Tire: - Tubeless radials 138R20 18 ply front Goodyear Unisteel G159 or equal - 11R22.5 14 Ply rear Goodyear Unisteel G124 Traction or equal - Mounted spare front tire and mounted spare rear tire must be provided. Corrosive Protection: - Cab to be warranted for 5 years 100% Manuals: - 2 copies of operator's manual and 2 copies of complete shop service manual. Operation and Maintenance Training: - The supplier shall provide 2 copies of a Operation and Maintenance Manual for the vehicle and related equipment. The supplier shall also provide a factory trained representative to come to the City to train the City crews on the basic operation and maintenance of the unit. Delivery Date: The supplier shall provide a guaranteed delivery date on the proposal in the space provided. The delivery date shall be a factor in determining the bid that is the City's best interest. The City has the option of choosing the best combination of delivery date and/or bid price in making the award of the contract. If the supplier fails to meet his specified delivery date, the City will be compensated through liquidated damages. The liquidated damages shall be $100.00 per calendar day. Service: Designation of a service representative acceptable to the City which has adequate facilities and personnel located within sixty (60) miles of the City of Farmington and which has personnel capable of performing all repairs and maintenance to the unit bid. • Attachment II • MEMO TO: TOM KALDUNSKI SUBJECT: DELINQUENCY CHARGES FOR LATE DELIVERY OF WAYNE PACKER TRUCK DATE: SEPTEMBER 23, 1991 It is my understanding that consideration is being given to the recovery of damages from MacQueen Equipment Company for the late delivery of the Wayne Packer Truck. Because of MacQueen's past record of excellent service provided to the City, especially the crucial service of the Rapid Rail packer truck, I strongly recommend that no charges be levied. •-�}- 4 Q CLZ.c-1 ,�I,/ LGC�C-6�I yU. '1i3 Robert Williamson Solid Waste Coordinator cc: Larry Thompson Wayne Henneke file RFW/mh Attachment III MEMO TO: MAYOR AND COUNCIL SUBJECT: PUBLIC WORKS PERSONNEL DATE: AUGUST 27, 1991 I am writing this memo to request a budget adjustment to extend a part time job in the Public Works Department Solid Waste operation. The current part time Solid Waste budget will be expended on September 6th without this adjustment. The adjustment would extend the part time position through Saturday, October 12th which is the Fall Clean Up Day. There are two major reasons for the request: Conversion of Commercial Collection to Automated System The Public Works Department originally expected delivery of the second automated collection vehicle on August 1st as per the equipment manufacturer's bid. This delivery has been delayed to approximately September 15th by the manufacturer. I have directed the City Attorney to review the contract to see if liquidated damages can be claimed by the City. The part time position was intended to assist with solid waste collections until the City made the conversion to automated commercial collections, help with the distribution of the 300 gallon containers and salvaging of the 1} cubic yard dumpsters. The six week delay in delivery has a significant effect on the Department. Fall Clean Up Day Due to the huge success of the City's Spring Clean Up Day, the Department has a need for this position during this event on October 12th. In order to extend the position from September 6th until October 12th, an additional 215 hours need to be funded. Based upon the wage of $8.00 per hour, the Department needs a $1,720.00 budget adjustment. Wayne Henneke has indicated that the adjustment can be funded through the Solid Waste 1991 Budget surplus. I hereby request Council authorization to extend this part time position through October 12th by approving this budget adjustment. ° ;1;f•40 / ii: c' Tho j J. laldunski Public Works Director cc: file Larry Thompson Wayne Henneke Ben Klotz Don Kippley TJK TJK/mh Attachment IV 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 Wednesday, October 23, 1991 at which time they will be publicly opened and read aloud for the sale of City property as described below: 90 each - 1} cubic yard solid waste dumpsters for rear load packer truck Proposals should be sent to 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 highest bidders for a period not to exceed 30 days after the date and time set for the opening of the bids. No bids may be withdrawn for a period of 30 days after the date and time set for the opening of bids. The City 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 interest of the City. Thom J. aldunski Publ c Works Director TJK/mh PAYMENT VOUCHER DATE October 4, 1991 VOUCHER NO. 1 (Final) CONTRACT NO, DESCRIPTION Automated Solid Waste Collection Vehicle CONTRACTORS NAME MacQueen Equipment CONTRACTORS ADDRESS 595 Aldine Street St. Paul, MN 55104 AMOUNT OF CONTRACT 106,243.00 INCREASES TO CONTRACT .00 TOTAL OF CONTRACT 106,243.00 PERCENT OF CONTRACT COMPLETED 100% TOTAL VALVE OF WORK COMPLETED 103,793.00 RETAINED ( A) PERCENTAGE .00 TOTAL PREVIOUS PAYMENTS .00 NET PAYMENT THIS VOUCHER 103,793.00 * See attached memo. I HEREBY RECOMMEND PAYMENT OF THE ABOVE NET AMOUNT PLACE VOUCHER STAMP HERE .- 4/1/4-1-74- ' / INVOICE NAME) VOUCHER P. O. NO. City Engineer REC'D BY : (TITLE) PRICE 0.K. s October 4, 1991 ACCT. NO. : (DATE)October DATE) POSTED BY; STARTING DATE: PAW BY TOTAL TIME ALLOWED* .1 TOTAL TIME USED TO DATE DATE PERCENT OF TIME USED t CH. NO. .-. *If not in work days, project to compl . date. APPROVED FOR PAYMENT BY THE VILLAGE COUNCIL THIS DAY OF , 19 . CLERK-ADMINISTRATOR DISTRIBUTION : CONTRACTOR AUTH. OFFICER CONTRACT FILE • . INSPECTION FORM • DATE October 4, 1991 • PROJECT NO. CONTRACT NO. • PROJECT DESCRIPTION Automated Solid Waste Collection Vehicle I HAVE THIS DATE INSPECTED THE WORK PERFORMED ABOVE BY • MacQueen Equipment and Mack Truck PRIME CONTRACTOR. IN MY OPINION HE HAS SUBSTANTIALLY FULLFILLED THE TERMS OF HIS CONT- RACT AS TO APPARENT WORKMANSHIP AND MATERIALS AND I RECOMMEND THAT A CERTIFICATE OF FINAL ACCEPTANCE BE PREPARED AND SUBMITTED TO THE CON- TRACTOR FOR HIS EXECUTION . I FURTHER RECOMMEND THAT UPON RECEIPT OF SUCH CERTIFICATE A FINAL PAYMENT BE MADE TO THE CONTRACTOR. /./4;lerie..4.-/e/ (NAME) City Engineer (TITLE) October 4, 1991 (DATE) • MOTION BY SECOND BY THAT ABOVE RECOMMENDATION IS HEREBY APPROVED. MOTION CARRIES THIS DAY OF , 19 • CC: Engr or Proj Mgr Contract File Ins. Co. CLERK A, AGENDA REQUEST FORM • ITEM NO. NAME: Ken Kuchera � ��` (`)/ C, DEPARTMENT: Fire Com"` DATE: September 30, 1991 MEETING DATE: October 7, 1991 CATEGORY: New Business SUBJECT: Capital Outlay Request EXPLANATION: Requesting approval to bid the new budgeted grass unit chassis REFERENCE MATERIAL/RESPONSIBILITY: Specification/Memo - Ken Kuchera REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Ken Kuchera Fire L C/ SIGNATURE MEMO TO: WAYNE HENNEKE SUBJECT: 4X4 GRASS UNIT CHASSIS DATE: OCTOBER 1, 1991 The 1991 Fire Department capital outlay budget allowed $25,000.00 for the purchase of a 4x4 grass unit with slide in skid unit. The skid unit was purchased recently from Smeal Fire Equipment at a cost of $6,842.00. The remaining $18,158.00 will, hopefully, satisfy the cost of the attached specified chassis. The City is required to bid any vehicle which costs over $15,000.00. Preliminary prices researched indicate the cost of this unit will be over $15,000.00. I am requesting Council approval to bid this unit as specified. Ken Kuchera Fire Chief cc: Larry Thompson Truck Committee Members FFD Board of Directors fi 1992 4 X 4 1 TON PICK-UP TRUCK 8 FT STYLESIDE TYPE FOUR WHEEL DRIVE GVWR 9,0001bs. MIN WHEELBASE 131" minimum ENGINE 7 4 liter V8 gas or larger with oil cooler, heavy duty radiator TRANSMISSION 4 speed automatic with auxiliary transmission oil cooler AXLES Front 4,000 lbs minimum auto locking hubs Rear 5,000 lbs minimum Limited slip differential 4.10 ratio Heavy duty springs front & rear SHOCK ABSORBERS Heavy duty front and rear BRAKES SERVICE Dual hydraulic, self adjusting, disc front, power assist parking--cable to rear STEERING Power assist CAB Standard, including dual exterior Charcoal interior rear view mirrors below eye level . . Vinyl seats, stainless Rubber floor mat ELECTRICAL ALTERNATOR 100 amp minimal -- BATTERY,heavy duty maintenance free 625 CCA minimum---AM radio--minimum volt, temp, oil pressure gauges WHEELS/TIRES---Steel belted radials LT 235/85 R 16 D, on/off road tread all wheels, all terrain (furnish spare rim and tire) COLOR---White MISCELLANEOUS 19 gallon fuel tank-minimum/chrome rear step bumper/skid plates front tow hooks/rust proofing/clearance lights OPTIONS----AM-FM stereo / bed liner / cargo lamp AGENDA REQUEST FORM ITEM NO. NAME: Larry Thompson C)-,-- ( C)/6:/4(C)/6:/4( DEPARTMENT: Administration C-1-5-e-1° Cyv�e, DATE: October 1, 1991 - i/ MEETING DATE: October 7, 1991 t` L�`QQ CATEGORY: New Business 0 . - SUBJECT: Approve Agreement with Knutson Recycling ' �" 0-f 7 (01;;---!) EXPLANATION: Consider entering into an agreement relating to the City taking its recyclables to Knutson in Rosemount. Cr‘-/''"1" REFERENCE MATERIAL/RESPONSIBILITY: Sj.C2v REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Tom Kaldunski Public Works Robert Williamson Solid Waste t y MEMO TO: MAYOR AND COUNCIL SUBJECT: KNUTSON RECYCLING AGREEMENT DATE: OCTOBER 3, 1991 Attached please find various information relating to an agreement with Knutson Material Recovery Facility, Inc. (KMRF) located in Rosemount. As you will note, it appears the City will at least break even with revenues, with saving occurring with haul distances. Again, while I do not anticipate large savings at this time, it will free up the worker's time which is necessary as more recyclable items are added and the City grows. /174)74749 Larry Thompson City Administrator cc: Robert Williamson Wayne Henneke Tom Kaldunski file LT/mh _ AUG is 1991 DAKOTA COUNTY ADMINISTRATION DEPARTMENT TELEPHONE 612/438-4418 o`VA Co(, DAKOTA COUNTY GOVERNMENT CENTER 1560 HWY 55- HASTINGS, MINNESOTA 55033 o' 1,4 e :ti'"7 ,? =-,,,,---ci*,-..-, *4-Jr , . c2, kIkNESO' August 15, 1991 Larry Thompson City of Farmington 325 Oak Street Farmington, Minnesota 55024 Dear Larry: Thank you for your letter regarding the use of the Recyclables Collection Center (RCC) by the City of Farmington. The Dakota County Recyclables Collection Center (RCC) is available to any residential Dakota County recycling hauler as long as balanced loads of material are delivered. In part because of fewer haulers using the RCC, its long term viability remains in question. Currently our lease arrangement for the building remains in affect until April of 1993 . Good luck with your recycling program and upcoming weight-based fee system. If you have any questions or comments, do not hesitate to contact me or Recycling Specialist Gayle Prest at 891-7020. Sincerely, L- W Lyle J . Wray COUN ADMINISTRATOR LDW/jmn LW-LT AN EQUAL OPPORTUNITY EMPLOYER MEMO TO: DAVE HARMEYER SUBJECT: KNUTSON RECYCLING AGREEMENT DATE: SEPTEMBER 30, 1991 Attached please find a copy of the revised Knutson recycling agreement. It is my understanding that Points 1-12 would be attached to each agreement. I am not certain if the "30 day non acceptance" clause under #7 applies to #6. Also, would you determine the City's remedy if Knutson does not accept materials. Please review the agreement and comment. I am anticipating placing this item on the October 7th Council agenda. /, ">12.7e4 Larry Thompson City Administrator cc: Tom Kaldunski Bob Williamson file MEMO TO: BOB WILLIAMSON SUBJECT: KNUTSON RECYCLING AGREEMENT DATE: SEPTEMBER 30, 1991 Please be advised that I have forwarded a copy of the revised Knutson Recycling agreement to Dave Harmeyer in anticipation of it being placed on the October 7th Council agenda. I have reviewed the agreement noting the 30 day cancellation period under #7. I am seeking an interpretation if this also applies to item #6. Also, I am seeking an opinion of remedies available to the City if Knutson breaches the contract. I assume you have compared the minimum amount of recyclables required under the contract to the actual or estimated recyclables collected by the City. Again, projections indicate that the City should break even on recycling revenues (as compared with the County's facility) with a savings occurring in haul distances. The major drawback is switching from a facility which is backed by the County's resources to a privately owned firm. /a7 3%.17e Larry Thompson City Administrator cc: Tom Kaldunski Dave Harmeyer file • • .. CORRUGATED CARDBOARD PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) City of Farmington 325 Oak Street CONTACT PERSON: Farmington, MN 55024 Robert Williamson (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY Consists of corrugated cardboard containers having liners of either test liner, jute, or kraft. Prohibiting materials may not exceed 1%, additional outthrows may not exceed 5%. Moisture content by weight shall not exceed 7%. Subject to Addendum A. Vendor undertakes and commits to supply at least 110 tons of acceptable corrugated cardboard. The obligation of KMRF to purchase corrugated cardboard shall not exceed a maximum of 140 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable corrugated cardboard determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor 1 (100%) . (Cardboard with magazines price $2.00/ton) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from purchase price. The method of determining commodity weight shall be certified if source seperated- (estimated if included with magazines/catalogs) . CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable corrugated cardboard to KMRF for a period of one (1) year from Nov. 4, 1991 ending Nov. 4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties ave executed this agreement by their respective agents,on the following date: ®,�/ (date) City of FarmingtonIWUTSONMAT''IALREP V ITY,INC. By Title__ Witness ��aC^' ------- Witnes 4 L ?4 BROWN/AMBER CONTAINER GLASS PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) City of Farmington 325 Oak Street CONTACT PERSON: Farmington, MN 55024 Robert Williamson (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY Brown/Amber Container Glass - Source separated goods with less than 1% contaminates or foreign materials and conforming to requirements esta- blished by Anchor Glass and does not contain window glass, ceramics, mirrors,insulators, clear or green/blue tints. No pieces shall be smaller than 1/2" in size. Vendor undertakes and commits to supply at least 6 tons of acceptable brown/amber glass. The obligation of KMRF to purchase brown/amber glass shall not exceed a maximum of 12 tons per year without written author- ization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable brown/amber glass determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor .60 (60%) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be estimated per volume. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable brown/amber glass to KMRF for a period of one (1) year from Nov.4, 1991 ending Nov.4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties hav executed this agreement by their respective agents,on the following date: // /8/9/ (date) ---City of Farmington —y-- KNUTSON MATEaRECO RY CILITY,INC. By G� – TitleMayor _ TitlC.°,4,1 ./49/2_/t — Witness /"11-__-/.±../ ���` -- Witness es ��te� �-C 4. TIN CANS PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) CITY OF FARMINGTON 325 Oak Street CONTACT PERSON: Farmington, Mn 55024 Robert Williamson (612) 463-7111 HEREIN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY Tin Cans - Source seperated, tin plated metalic cans with labels and food contaminates removed. Vendor undertakes and commits to supply at least 8 tons of acceptable tin cans. The obligation of KMRF to purchase tin cans shall not exceed a maximum of 18 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable tin cans determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor .75 (75%) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from purchase price. The method of determining commodity weight shall be estimated based on volumes. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable tin cans to KMRF for a period of one (1) year from Nov.4, 1991 ending Nov. 4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties have executed this agreement by their respective agents,on the following date: ////if/may/ 4 (date) City of Farmington_ _---__— KNUTSON / TERI. "ECO Y FACILITY,INC. B ill Title__ _Mayor Title'° .W 6) Witness�'�.r/13tiy / .... -- — Witness r-- 1.�,:C.?YZ 7 �� PLASTICS PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) City of Farmington 325 Oak Street Farmington, MN 55024 (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY PLASTICS- Plastics commodities are those which are collected under Dakota County mandate and are generally referred to a "those with a neck" primarily consistently #1 P.E.T. and #2 H.D.P.E. No "rigid plastics" will be accepted without prior consent of KMRF. Vendor undertakes and commits to supply at least 6 tons of acceptable plastics. The obligation of KMRF to purchase plastics shall not exceed a maximum of 12 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable plastics determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor .60 (60%) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be estimated per volume. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable plastics to KMRF for a period of one (1) year from Nov. 4, 1991 ending Nov. 4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties have a ecuted this agreement by their respective agents,on the following date: // f//a/ — (date) 7 Ci_y of Farmington KNUTSON MAT''I Rye FACILITY,INC. Hbi By _! ��"' �_— By� — Title Mayor , Title –= -- Witness_ ,-',� WitnessG� .���y2 /7/z/6-7 HIGH QUALITY OFFICE PAPER PURCHASE AGREEMENT VENDOR (NAME, STREET, ADDRESS, CITY STATE, AND ZIP CODE) City of Farmington Contact Person: 325 Oak Street Robert Williamson Farmington, MN 55024 (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY High Quality Office Paper- Acceptable office papers include white letter- head paper, white plain paper or bond copying paper, white typing paper and writing papers, white computer print out paper, white windowless envel- opes, white business forms and pastel colored paper. Vendor undertakes and commits to supply at least 1 ton of acceptable high quality office paper. The obligation of KMRF to purchase H.Q.Office paper shall not exceed a maximum of 2 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for High Quality Office Paper determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor 1 (100%) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be individual material certified scaled weights. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable high quality office paper to KMRF for a period of one (1) years from Nov. 4, 1991 ending Nov.4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties have executed this agreement by their respective agents, on the following date: 100/ (date) S City of Farmington /�� ✓ KNUTSON MAS •EC• ERY FACILITY, /� 4��L4 CLl/�/t INC. L �.� By 5F� By Title Mayor Tit1= .-7/,i.r "se . 14— witness °% �/ �r Witness,�lLrh��2��22L OLD NEWSPAPER (ONP) PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) City of Farmington 325 Oak Street CONTACT PERSON: Farmington, MN 55024 Robert Williamson (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY Consists of newspaper stock (ONP) (#6-PS90) containing less than .005% prohibited/ 2% outthrows materials and less than 5% other paper stock. ONP may not have moisture exceeding 7% by weight. Subject to Addendum A. Vendor undertakes and commits to supply at least 230 tons of acceptable ONP. The obligation of KMRF to purchase ONP shall not exceed a maximum of 315 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price of $2.00 per ton. Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be individual material certified scaled weights. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable ONP to KMRF for a period of one (1) year from Nov. 4 1991 ending Nov.4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility,Inc.a Minnesota corporation,with offices at 15120 Chippendale Avenue,Rosemount, Minnesota,55068,(herein referred to as KMRF)agrees to purchase,and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties have executed this agreement by their respective� agents,on the following date: ti (fie) City of Farmington KNUTSON • RIA REC ERY FACILI ,INC. By52' By Title jr Title�.��::aJ/ L- C.� ,� Witness R -:, a�>��' '� WitneSS } GREEN/BLUE TINT CONTAINER GLASS PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) City of Farmington 325 Oak Street CONTACT PERSON: Farmington, MN 55024 Robert Williamson (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY Green/Blue tint Container Glass - Source separated goods with less than 1% contaminates or foreign materials and conforming to requirements esta- blished by Anchor Glass and does not contain window glass, ceramics, mirrors,insulators, clear or brown/amber tints. No pieces shall be smaller than 1/2" in size. Vendor undertakes and commits to supply at least 3 tons of acceptable green/blue tint glass. The obligation of KMRF to purchase green/blue tint glass shall not exceed a maximum of 6 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODRIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable green/blue tint glass determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor .60 (60%) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be estimated per volume. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable green/blue glass to KMRF for a period of one (1) year from Nov.4, 1991 ending Nov.4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties have executed this agreement by their respective agents,on the following date: /f4-4 (date) City of Farmington KNUTSON 'ECO FACILITY,INC. BY --. ---- By— LA Title__ Moor _ _ Title -' = _�2 ._ Witness :` Witness - 7 :, f.c 241 •' CLEAR CONTAINER GLASS PURCHASE AGREEMENT VENDOR (NAME,STREET,ADDRESS,CITY STATE,AND ZIP CODE) City of Farmington 325 Oak Street CONTACT PERSON: Farmington, MN 55024 Robert Williamson (612) 463-7111 HERE IN REFERRED TO AS VENDOR DESCRIPTION OF COMMODITY - QUANTITY Clear Container Glass - Source separated goods with less than 1% contaminates or foreign materials and conforming to requirements established by Anchor Glass and does not contain window glass, ceramics, mirrors,insulators, brown/amber or green tints. No pieces shall be smaller than 1/2" in size. Vendor undertakes and commits to supply at least 51 tons of acceptable clear glass. The obligation of KMRF to purchase clear glass shall not exceed a maximum of 102 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable clear glass determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor .60 (60%) . Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be individual material certified scaled weights. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable clear glass to KMRF for a period of one (1) year from Nov.4, 1991 ending Nov.4, 1992. This contract may not be re- assigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The parties have executed this agreement by their respective agents,on the following date: ///I��, (date) • City of Farmington KNUTSON MA VIAL—CO RYFACILffY,INC. et B Y E ------- By --- ---- Title Mayor Titleti2r — Witness LC7j<s'.4?-7,Z1/7,� ',.1, =�„'� MAGAZINE (CMG) PURCHASE AGREEMENT VENDOR (NAME, STREET, ADDRESS, CITY STATE, AND ZIP CODE) CITY OF FARMINTON CONTACT PERSON: 325 OAK STREET ROBERT WILLIAMSON FARMINGTON, MN 55024 HERE IN REFERRED TO AS VENDOR (612) 463-7111 DESCRIPTION OF COMMODITY - QUANTITY Consists of magazine stock(OMG), catalogs, and certain other glossy materials, (#27-5-PS90)containing fresh, dry pre/post consumer coated magazine and may not contain more than 5% other paper stock, 1% outthrows, and 0% prohibited materials, as covered in Addendum A. 0MG may not have moisture exceding 7% by weight. Subject to Addendum A. Vendor undertakes and commits to supply entire quantities collected through curbside recycling system or other approved collection programs. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable OMG of $2.00/ton. Non conforming product loads will be processed by KMRF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be certified scale weights provided source seperated/estimated if included with cardboard. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable magazines to KMRF for a period of one (1) years from Nov.4, 1991 ending Nov.4, 1992. This contract may not be reassigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The par1iesh ve executed this agree - by their respe ive agents, on the following date: /////r/9/ City of Farmington (date) KNUTSON ' RI RECOV _Y FACILITTY, Q / j INC. By I A.1.111( By In Title/ Mayor r� Title '-21 ✓t 4 ( -) , - / Witness, ' 6,///7 �� Witness f_1(r(�`� e':22'7//'7k' ALUMINUM CANS PURCHASE AGREEMENT VENDOR (NAME, STREET, ADDRESS, CITY STATE, AND ZIP CODE) City of Farmington CONTACT PERSON: 325 Oak Street Robert Williamson Farmington, Mn 55024 (612) 463-7111 DESCRIPTION OF COMMODITY - QUANTITY Aluminum Cans - Aloy cans containing aluminum alloy. Source seperated- These cans must not contain residue liquid or content. Additional products containing aluminum or its alloy must receive written permission prior to their drop off (i.e. aluminum foil, aluminum casings, etc.) Vendor undertakes and commits to supply at least 8 tons of acceptable aluminum cans. The obligation of KMRF to purchase aluminum cans shall not exceed a maximum of 18 tons per year without written authorization by KMRF. HEREIN REFERRED TO AS COMMODITIES PURCHASE PRICE AND TERMS OF DELIVERY KMRF shall pay Vendor a purchase price for acceptable aluminum cans determined by multiplying the current unprocessed, local, spot market price (ULSM) by the factor .75 (75%) . Non conforming product loads will be processed by KRMF without payment to the City (associated disposal cost borne by the City) or the loads may be rejected in their entirity for return to the City of Farmington. Holdback, as stated in provision 4, shall be 5% from the purchase price. The method of determining commodity weight shall be individual material certified scaled weights. CONTRACT PERIOD Subject to the terms and provisions hereof, KMRF agrees to purchase from the Vendor and Vendor agrees to sell and supply acceptable aluminum cans to KMRF for a period of one (1) year from Nov. 4, 1991 ending Nov.4, 1992. This contract may not be re- assigned. HEREIN REFERRED TO AS INITIAL TERM Knutson Material Recovery Facility, Inc. a Minnesota corporation, with offices at 15120 Chippendale Avenue, Rosemount, Minnesota, 55068, (herein referred to as KMRF) agrees to purchase, and vendor agrees to sell the commodities according to the TERMS AND CONDITION APPEARING ABOVE AND ALSO THE TERMS APPEARING ON THE BACK OF THIS CONTRACT. The Parti s hav executed this agreemen •'their respecti e agents, on the following date: // /6v9/ City of Farmington (da e) KNUTSON 'IA RECOV Y FACILITY, By ;7641., INC. a.-e-<,_....,By Title Mayor >, - Title ' �� Witness Witness i� �{ ' W y N to U) W CO Cl) cn w , 5 Cu CU as :� :U :U co cU as > H HHH HH H H H H F- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ti 0 0 0 0 0 zo co E E E E E E E co E 01- V E E E E E E E E E E CO � � CDCDU)U) OW CD U.CC CC L L .0 C .0 t L t L .0 Y C C C C C C C C C C CO Co CC) N- f- N Z J t x x x x x x 0 u)cncn Q O 222 Sc2 2 o J J > N J J J J CO J CV 60 0 0 0 0 > > ea J J J o 0 0 0 00 0 0 0 0 Z W W W w W W .iii Umm U U m 00 U U wW U) CO Cl) U z w w w CCCC u_ ~ >' z WcOv) U) U) U) CO z m coc W O O CO CO CO CO m Q 0 0 w N W Co CV O O O O Z N U o m v .— Co a cn 2 a < •i J r 0 co J d Q N N 0 -1 E Z co O r Cp CC) co Q — 0) 0 Z c") coo ci 66 p z r0 v Z o Co 0 Q N in - ¢• O0 O ca 0 co m Z_ m 0 0 0 0 0 0 0 a=00L-..- 0 c04C �- oo) CC m F- I- I- I- in uJ LU LU J J J 0 J o H I- J Q U v W < Q Q Q Z O 0 O m O m Q LL Z ... > C[ C= CC Cr a z Z Z 0 Z 0 CC W 0 0 z c w a a. a a U Q , Q a a O w 0 o 0 0 G U wWWW w w O0 O O U O U co > m J Z o U H V) m Q F- > Q V Z W Z Z Z W Y W --I W E N ? Z O Om m , -, a ~ cUn � U 5 ZQp z 0H -13 oQ0OO 0 a, -70 o 5 553 UJ g m 3 � U � CC W H H H w O w• z U ti .z . o. W ¢ o H N d Cl) V 000 co H °- Co 0 V a a _ Z0_ CCC ZO 10 = UUU E2 U > E000 ^ N o m Z t- Z N o z W £ w 3 Z P _ CO � Fm- Zci Cl) 0 - J Q a o-J re IIJ w < 00 I F- Co Q co a 11-LLaZ 0 0O a ¢ co a 0 a. 00E0 20 Cl) co N co cd O 0 Q O m Umwm OZ C0'3 0 a 0 0 z T, AGENDA REQUEST FORM ITEM NO. 5 NAME: Karen Finstuen DEPARTMENT: Administration DATE: August 20,1991 MEETING DATE: October 7, 1991 CATEGORY: Consent Agenda SUBJECT: Adopt an Ordinance Amending Tree Reforestation EXPLANATION: Staff recommends that the City Planner, as landscape expert for the City, make recommendations to the Reforestation Commission REFERENCE MATERIAL/RESPONSIBILITY: Ordinance - Karen Finstuen REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administrator Tom Kaldunski Public Works ieL Tooker Planner Karen Finstuen Administration CAW. la4V.WZAD.# SIGNATURE PROPOSED CITY OF FARMINGTON DAKOTA COUNTY, MINNESOTA ORDINANCE An Ordinance Amending Title 2, Chapter 10, Section 3 of the City Code THE CITY COUNCIL OF THE CITY OF FARMINGTON, MINNESOTA, HEREBY ORDAINS AS FOLLOWS: SECTION I: Title 2, Chapter 10, Section 3 of the City Code shall be amended by adding (underlined) and deleting (etreseb) as follows: 2-10-3: Composition: Terms of Office: The Commission shall be composed of the five (5) member City Council, the Chair of the Planning Commission and the Chair of the Parks and Recreation Advisory Commission and shall run concurrently with the primary office held. Election or appointment to a primary position means automatic membership on the Commission. The Mayor shall be allowed to appoint the Pe:bl#e-Werke-B#reeter City Planner to provide recommendations to the Commission and to ensure that the duties and responsibilities of the Reforestation Advisory Commission are performed as outlined in this Chapter. SECTION II: After adoption, signing and attestation this ordinance shall be published one time in the official newspaper of the City and shall be in effect on and after the day following such publication. Enacted and ordained the 7th day of October, 1991.