Loading...
HomeMy WebLinkAbout05.15.89 Council Packet AGENDA COUNCIL MEETING REGULAR MAY 15, 1989 1. CALL TO ORDER 2. APPROVE AGENDA 3. APPROVE MINUTES a. April 26, 1989 - Special b. May 1, 1989 - Regular c. May 2, 1989 - Special d. May 10, 1989 - Special 4. CITIZENS COMMENTS 5. PUBLIC HEARINGS a. Set Public Hearing - Grading Permit - Reisinger Excavating b. Set Public Hearing - Dakota County Estates 6th Addition 6. PETITIONS, REQUESTS AND COMMUNICATIONS a. Accept Petition Urging the Council to Pursue Co-Composting b. Storm Water Management in Sections 13 and 14 7. ORDINANCES AND RESOLUTIONS a. Resolution Approving Developer's Agreement and Preliminary Plat of Pilot Pointe and Authorize Signing of Final Plat b. Approve Interim Solid Waste Ordinance/Policy c. Resolution Setting Date for a City Auction d. Resolution on Jointly Operated Incinerator 8. UNFINISHED BUSINESS a. Reconsider Bids for Fire Department Tanker Truck b. Space Needs - General Services 9. NEW BUSINESS a. Low Income Tax Credit Application b. Meeting Attendance for HRA Members c. Equipment Purchase - General Services d. 1988 Audit Presentation e. Health Insurance Renewal 10. MISCELLANEOUS a. Youth Baseball Association Request b. 1989 Cracksealing Program 11. CONSENT AGENDA a. Capital Outlay Purchase Request - Senior Center b. Capital Outlay Purchase Request - Engineering c. Temporary Beer License - Softball Tournament d. Amend Resolution R4-89 Setting Fees and Charges e. Final Pay Estimate - Diamond 5 Wrecking - 109 4th Street f. Approve Payment of the Bills 12. ADJOURN 13. ADD ON a. Replacement of Boulevard Sod - 1986 Street Improvement Project b. Special Trash Pickup - Farmington Clean Up Day - May 20th c. Request to Extend Developers Agreement - Akin Park Estates THE AGENDA IS CLOSED OUT AT NOON ON THE TUESDAY PRECEDING THE MEETING. MEMO TO: MAYOR AND COUNCIL SUBJECT: AGENDA ITEMS DATE: MAY 12, 1989 5a. Application/Memo enclosed b. Recommendations/Plat enclosed 6a. Petition enclosed b. Feasibility Study/Memo enclosed 7a. Correspondence/Agreement attached. Larry Thompson will present proposed ordinance at meeting. b. Memo/Proposed Ordinance enclosed c. Proposed Resolution enclosed 8a. Memo/Recommendation enclosed b. Recommendations enclosed. All of the price quotes were not in at the time of this writing. If more are received prior to meeting they will be presented at that time. 9a. Memos enclosed b. Memo enclosed c. Specifications/Memo will be presented at meeting if completed. d. Audit/Memo enclosed e. Memo enclosed 10a. Request enclosed b. Memo/Map/Budget Adjustment enclosed lla. Memo/Capital Outlay Request enclosed b. Capital Outlay Request enclosed c. Application enclosed d. Letter/Proposed Resolution enclosed e. Pay Estimate enclosed f. List of Bills enclosed 13a. Glenn Cook will be present at the meeting to present his comments and recommendations. b. Tom Kaldunski will have comments and recommendations at the meeting. c. Memo/Proposed Amendment enclosed. Karen Finstuen Administrative Assistant AGENDA REQUEST FORM i1 ITEM NO. V NAME: Wayne Henneke DEPARTMENT: Finance DATE: May 9, 1989 MEETING DATE: May 15, 1989 CATEGORY: Ordinances and Resolutions SUBJECT: Adopt Resolution Setting Date for a City Auction EXPLANATION: See memo REFERENCE MATERIAL/RESPONSIBILITY: Memo/Resolution - Wayne Henneke REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Karen Finstuen Administration SIGMATHRE Memo to: Mayor & Council Date : May 10, 1989 Re : City Auction The City has an inventory of equipment that is no longer used, unclaimed property, and other miscellaneous items that needs to be disposed of . It is recommended to sell these items at a City auction to be held 11 a. m. , June 17, 1989 at the Marschall Garage, 617 Sixth Street. Tom Corrice has been contacted to be the auctioneer. His fees are as follows: Auctioneer fees - 10% of gross sales Clerking fees - 5% of gross sales Mr. Corrice will be responsible for hiring and paying the clerks. It is recommended that Council adopt the attached resolution authorizing the sale. City property to be sold is listed on Attachment 1 to the resolution. It is further recommended to use all proceeds of the sale in the Downtown Beautification Project. 1/0a9nQS24' r1,-.12J-C----- Wayne E. Henneke Finance Director c. c. Larry Thompson, City Administrator Department Heads file M1 PROPOSED RESOLUTION APPROVING A CITY AUCTION OF UNUSED EQUIPMENT, UNCLAIMED PROPERTY Pursuant to due call and notice thereof, a regular meeting of the City Council of the City of Farmington, Minnesota, was held in the Civic Center of said City on the 15th day of May, 1989 at 7:00 P.M. The following members were present: The following members were absent: Member introduced and Member seconded the following resolution: WHEREAS, the City has an inventory of equipment that is no longer used, unclaimed property, and other miscellaneous items that need to be disposed of; and WHEREAS, authorization is requested to sell unused equipment at a public auction at 11:00 A.M. on June 17, 1989 at the Marschall Garage, 617 Sixth Street; and WHEREAS, authorization is requested to contract with Mr. Tom Corrice to be the auctioneer at the rate of 10% of gross sales for auctioneer's fee and 5% of gross sales for clerks' fee with Mr. Corrice providing the clerks. NOW THEREFORE, BE IT RESOLVED that the City sell the unused equipment, unclaimed property and other miscellaneous items as tabulated on Attachment I at a public auction to be held at 11:00 A.M. , June 17, 1989 at the Marschall Garage, 617 Sixth Street. BE IT FURTHER RESOLVED to contract with Mr. Tom Corrice to be the auctioneer at the rates stated above. Mr. Corrice will provide his own clerks. This resolution adopted by recorded vote of the Farmington City Council in open session on the 15th day of May, 1989. ^ ATTACHMENT I CITY AUCTION List of City Equipment Grow Lights (5) IBM Typewriter Desk Plant Growing Supplies Coolers (4) Large Grow Light w/ballast Florescent Light Box of Miscellaneous Cassette Deck Equipment Honda Motorcycle Yamaha M/ + . ` c: ~ Electriw Wench Electric b--ove Mower Deck Ice Edger Teac Cassette Deck Life Buoys (2) Panic Bar Door Closer (4) Bicycles ( 15) Office Chair Road Hazard Signs Press Board (Approx . 18 sheets) 1981 Ford Crown Victoria AGENDA REQUEST FORM ITEM NO. 4144i NAME: Chris -Galler DEPARTMENT: Council DATE: May 9, 1989 MEETING DATE: May 15, 1989 CATEGORY: Ordinances and Resolutions SUBJECT: Resolution on Jointly Operated Incinerator EXPLANATION: Resolution on a jointly operated incinerator with the U of M, MPCA, MWCC and Combustion Engineering to be located on the U of M site. REFERENCE MATERIAL/RESPONSIBILITY: REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Bob Williamson ' Solid Waste State Legislators Karen Finstuen Administration ;la/ S GNATURE PROPOSED RESOLUTION JOINTLY OPERATED INCINERATOR WITH UNIVERSITY OF MINNESOTA, MPCA, MWCC AND COMBUSTION ENGINEERING TO BE LOCATED ON U OF M SITE Pursuant to due call and notice thereof, a regular meeting of the City Council of the City of Farmington, Minnesota, was held in the Civic Center of said City on the 15th day of May, 1989 at 7:00 P.M. The following members were present: The following members were absent: Member introduced and Member seconded the following resolution: WHEREAS, the City of Farmington is against the building of a garbage incinerator as the primary method of handling the County's municipal solid waste. We believe this alternative to be environmentally damaging, with unknown short and long term impact. We believe the costs to build and operate such a plant with so many environmental question marks to be both excessive and detrimental to the County's citizens; and WHEREAS, the City of Farmington believes the current site at the corner of Highway 3 and 170th Street to be potentially dangerous to the health and well being of its citizens and to the surrounding communities. Based on current information presented by both the County and other sources, a question remains as to the effects on humans and plant life; and WHEREAS, the City of Farmington believes that siting the plant in a residential area will deflate property values, slow or stop future development in the area, harm the local and surrounding business, reduce the City's and School District's tax base, and place a tremendous burden on the area roadways. NOW THEREFORE BE IT RESOLVED that: 1. The City of Farmington would like to see a joint effort between the University of Minnesota, Pollution Control Agency, Metropolitan Waste Control Commission and Combustion Engineering in operating a facility that could be examined, analyzed and reported on in order to insure the safety and well being of local, County and State communities. 2. This study would encompass both long term and short term environmental impact and focus on how this enormous national and State problem should be handled. The study should include looking at the garbage from start to the final disposal of the material, and its future impact. 3. This study will also assist other Minnesota communities trying to deal with this complex and difficult problem. The University of Minnesota will benefit from this ever increasing problem and will be in a leadership position nation- wide for its study on this national problem. 4. The City of Farmington believes that such a facility, because of size and space requirements should be located on the University of Minnesota property if all environmental impact studies come back equal. This site is located away from residential development and allows for a variety of tests to be conducted, from roadways to fertilizer. as AGENDA REQUEST FORM ITEM NO. NAME: Larry Thompson DEPARTMENT: Administration64.,6 DATE: May 5, 1989 MEETING DATE: May 15, 1989 CATEGORY: Unfinished Business SUBJECT: Reconsider Bids for Fire Department Tanker Truck EXPLANATION: Tom Hemish has requested the Council reconsider bids to include specific makes/models REFERENCE MATERIAL/RESPONSIBILITY: Memo - Larry Thompson Specifications - Tom Hemish REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke Finance Ken Kuchera Fire Karen Finstuen Administration SIGNA MEMO TO: MAYOR AND COUNCIL SUBJECT: SPECIFICATIONS - TANKER TRUCK DATE: MAY 5, 1989 Last meeting, the City Council approved the specificaitons for the Fire Department Tanker Truck. The major point of discussion was whether the bids could specifically state brand named items. It was indicated that the bids may be subject to challenge if specific models were stated, and therefore, the Council added language allowing substitutions if they meet or exceed the brand items. I discussed this matter with Tom Hemish and Dave Grannis and feel the Council should reconsider the matter. The City may specify certain brand names if all vendors have equal access to them and their equipment is compatible with them. For example, a Ford truck could be specified assuming all manufacturers can install their equipment on it. If a manufacturer's equipment would only fit on a GMC, the bids could be challenged. Most of the brand names/models specified are available to all manufacturers. It should be noted that the Rescue truck bids contained specific brand names and model numbers. I presented this information to Tom Hemish and he indicated that he would like the Council to reconsider the specifications. Mr Hemish will prepare new language to be considered. Latry Thompson City Administrator cc: Wayne Henneke Ken Kuchera Dave Grannis Tom Hemish file AGENDA REQUEST FORM ITEM NO. NAME: Ken Kuchera DEPARTMENT: Fire DATE: April 25, 1989 MEETING DATE: May 1, 1989 CATEGORY: Unfinished Business SUBJECT: Approval of Tanker Truck Specifications EXPLANATION: New truck specs have been submitted to the City Administrator for review and approval. REFERENCE MATERIAL/RESPONSIBILITY: Specs as presented by the Fire Department Truck Committee REFERRED TO: (NAME) DEPARTMENT: Wayne Henneke Finance Larry Thompson Administration 1 ,. (/ t ` r, L.- - S GNNTURE MEMO TO: MAYOR & COUNCIL SUBJECT: SPECIFICATIONS - PUMPER TRUCK DATE: APRIL 27, 1989 Attached, please find a copy of a specifications memo from the Finance Director relating to the Fire Department Pumper Truck. The Fire Chief has requested this matter be placed on the Agenda for review and comments. I have not had a chance to review the specifications at this time. Larry Thompson City Administrator cc: Wayne Henneke Dave Grannis Ken Kuchera file • Memo to: Larry Thompson, City Administrator Date : April 26, 1989 Re : Specifications - Pumper Truck Pursuant to your request I have reviewed the specifications on the pumper truck. In reviewing the specifications the largest concern is that the specifications seem to be written around a specific model of truck, i . e. Ford L8000. Brand names of different components of the truck were also used. In conversations with the City Attorney, it was determined to remedy this problem a section could be inserted into the specifications stating where brand names are used, the equivelant would be considered if it does not alter the design. The warrantee statement in page 1 needs to be rewritten. It has been copied from a vendor' s warrantee statement and the words "we" and "the company" should actually be "the contractor" . 4 Wayne E. Henneke Finance Director c. c. Dave Grannis, City Attorney Ken Kuchera, Fire Chief file A FARMINGTON , MINNESOTA TANKER TRUCK INFORMATION FOR CONTRACTORS Sealed proposals are desired from reputable manufacturers of automotive fire apparatus in accordance with these specifications and with the advertisement, a copy of which is attached , for the piece of apparatus as follows: Fire Truck, hosebody, booster tank , and all other appurtenances in accordance with the following : GENERAL REQUIREMENTS: Each bid must be accompanied by bidders accurate written and detailed specification covering the apparatus furnished under which it is proposing to furnish and to which the Contract must conform. It is thin intent of these specifications to cover the furnishing and • delivering to the purchaser, complete apparatus equipped as specified . Minor details of construction and materials where not otherwise specified are left to the discretion of the Contractor who shall be solely responsible for the design and construction of all features. Such details and other construction not specifically covered herein or not at variance with these specifications should conform with specifications as outlined in Booklet No. 1901 dated July 1985 and any changes or additions made to these specifications since that date , by the National Fire Protection Association and approved by the International Association of Fire Chiefs . The apparatus being furnished under these specifications shall conform to minimum requirements of Chapters 1 , 2 ,4, 6 , 10 , and 11 , or as Customer so specifies . Any test equipment required or expense incurred for the Certification Tests shall be borne by the Contractor supplying this equipment. RELIABILITY OF CONTRACTOR : Contractor shall furnish satisfactory evidence that he has the ability to design , engineer, and construct the apparatus specified and shall state the location of the factory where the apparatus is to be manufactured and tested. WARRANTY: As a condition of the acceptance of the apparatus, the Contractory shall furnish the following Warranty : We warrant each new piece of Fire and Rescue Apparatus to be free from defects in material and workmanship under normal use and service. Our obligation under this warranty is limited to repair or replacing , as the Company may elect, any part or parts thereof which shall be returned to us with transportation charges prepaid and as to which examination shall disclose to the Company' s satisfaction to have been defective , provided that such part or parts thereof shall be returned to us not later than one year after delivery of such vehicle. Such defective part or parts will be returned or replaced free of charge and WITHOUT CHARGE FOR RE-INSTALLATION , to the original purchaser. i • This warranty will not apply : 1 . To normal maintenance services or adjustments . 2 . To any vehicle which shall have been repaired or altered outside of our factory in any way so as in our judgement, to affect its stability , nor which has been subject to misuse, negligence , or accident, nor to any vehicle made by us which shall have been operated at a speed exceeding the factory rated speed, or loaded beyond the factory rated load capacity . 3 . To commercial chassis and associated equipment furnished with chassis , signaling devices, generators , batteries, or other trade accessories in as much as they are usually warranted separately by their respective manufacturers . This warranty is in lieu of all other warranties , expressed or implied all other representations to the original purchaser and all other obligations or liabilities , including liabilities for incidental or consequential damage on the part of the Company . We neither assume any other warranty or liability on the Company' s behalf unless made or assumed in writing by the Company . The water tank ( Booster Tank) is to carry an extended Warranty of at least 10 years from date of manufacture , against any leaks or destruction due to cracks or corrosion caused by normal use of the same . This Warranty extension requires the yearly examination of the tank interior, with irregularities being reported to the factory immediately . The factory will repair or replace, as the Company may elect, the tank and/or its components . CARRYING CAPACITY: The fully laden weight of the completed vehicle, including the filled water tank , full complement of hose and miscellaneous equipment, and equivalent personnel loading of 1200 pounds , shall not exceed the chassis manufacturer' s published GVW rating for the model . In any event, the total load on each axle shall not exceed the published rating for the axle or axle components nor exceed the axle loads permitted under applicable laws. Miscellaneous equipment provision shall be a minimum of 2000 pounds. ALTITUDE REQUIREMENTS: The apparatus shall be designed to meet the specified rating of 2000 feet altitude above sea level . ACCEPTANCE TESTS AND REQUIREMENTS: Acceptance tests on behalf of the purchaser shall be prescribed and conducted prior to delivery or within 10 days after delivery , by the manufacturer' s representative in the presence of such person or persons as the purchaser may designate in the requirements for delivery . The manufacturer must supply at the time of delivery, at least two copies of : 1 , Manufacturer' s record of pumper construction details , per NFPA 1901 . 2 . Pump Manufacturer ' s Certification of Hydrostatic Tests. 3 . Pump Manufacturer' s Certification of Pump Test Results. 4. At least two copies of the complete operation and maintenance manual covering the completed apparatus as delivered including the pump , emergency lighting and sirens, or other furnished accessories . It is the intent of the Fire Department to receive proposals on equipment/ apparatus meeting the attached detailed specifications in their entirety . Any proposals being submitted , without "Full Compliance" with the advertised specifications shall so state on the Bid Proposal Page , followed by a detailed "Letter of Exceptions" listing the areas of non- compliance and equipment being submitted. Copies of the Specifications shall be attached to Bidder' s Proposal . Specifications and exceptions shall be noted on same copy . The Bidder shall include , with his Bid Proposal , all expenses for the travel of the Truck Committee members to the factory of the Manufacturer for two inspection trips during the construction and pre-delivery of the new apparatus . Bidder shall arrange for and pay expenses for a "Pre-Construction" conference , to be held at the manufacturer ' s factory , at which time all final designs and equipment mounting locations will be approved. Bidders shall specify numbers of working days for completed delivery of apparatus , from the date of bid acceptance . • -Chassis shall be a conventional engine forward , Ford L8000 , with steel cab and fiberglass front tilting hood . The bottom of the rear cab window shall be no less than 48 inches above the chassis frame rails, to allow vision above the apparatus body. ENGINE: The engine shall be a Ford turbo charged 6-cylinder, having not less than 474 cu . in . displacement and developing not less than 240 brake horsepower at 2400 rpm and a torque rating of at least 657 ft. lbs . at 1500 rpm. The engine shall be fully equipped with lubrication and fuel filters , a dry-type air cleaner of sufficient capacity to prevent any restrictions in air intake to be provided , complete with air restriction indicator of the dial type to be located in chassis cab, visible to driver. Engine governor , which will limit the speed of the engine under all conditions of operation to that speed established by the manufacturer as the maximum no-load governed speed , to be furnished . Engine governor shall be of the double weight style. All other accessories required for a complete engine operated emergency vehicle to be provided. Complete data . on engine proposed shall be furnished with a Bid covering the make, model , and all technical data. Power curve sheet must be included with the Bid . The engine shall demonstrate its ability to deliver 10% more power than required to pump rated capacity at rated pressure. This shall be done without exceeding the maximum no-load governed speed of the engine , as specified above. COOLING SYSTEM: The cooling system of the engine shall be pressurized and shall be adequate to maintain a temperature of coolant in the engine not in excess of engine manufacturer ' s maximum temperature rating . Coolant shall provide protection to a minimum of -25 degrees F . Adequate and readily accessible drain cocks shall be installed at the lowest point of the coolant system and at other such points as are necessary to completely drain all water from the entire cooling system. These cocks shall be so designed as not to open accidently due to vibration . The radiator shall be mounted so as not to develop leaks due to ordinary running or operating . The construction shall be such that the radiator will not corrode nor readily clog . The cooling system lines which feed the specified chassis cab and/or pump heaters shall be screw valve gated at the engine to allow shut-down of the remote heating systems if a leak or problem should develop. An engine temperature thermostatically controlled belt driven fan shall be provided as per engine manufacturer' s recommendations . Fan clutch to be controlled with air pressure , hydraulic pressure, electric, or the "viscous" style as per manufacturer' s recommended design. LUBRICATION SYSTEM: The oil fill pipe shall be conveniently located and large enough to permit easy filling of the oil reservoir when apparatus is at a standstill with the engine running . Engine lubrication system shall be of recommended manufacturer' s design for the specified diesel engine. All oil filters shall be easily accessible to include disposable elements that are readily available at the local supply sources. i/ FUEL SYSTEM: The fuel system shall be of the commercially accepted injector type complete with the necessary filters . The fuel line shall be so located as not to be subjected to heating and pocketing of vapor caused by heat from the exhaust or any other source of ignition, and it must also be protected from mechanical injury . Suitable filter and drains shall be installed in the fuel line. The fuel tank shall be of corrosion resisting material , not less than 50 gallon capacity . Fuel tank to be of the D-shape design maximum 26" wide. All joints shall be lock seamed and soldered or brazed , or welded , or riveted and soldered . Fuel tank to be of the ICC approved design, mounted to the chassis frame rails with removable brackets . A suitable vent opening and means for draining directly from the tank shall be provided . The tank opening shall be not less than 4-inches in diameter. The fuel tank shall be located as close to the chassis engine as possible , equipped with feed and return lines to the engine. Rear apparatus body mounted fuel tanks will not be accepted . The fuel tank shall be located on the left side of the chassis cab below the left side cab door position . The fuel tank shall be completely covered with 4-way treadplate material to match the apparatus body runningboards , and designed so as to provide a lower cab step in line with the body runningboards and a second step approx. 18 inches above the runningboard level , and approx . 16 inches below the interior floor of the cab. The fuel tank/step housing shall be of modular construction , totally separate from the chassis cab or apparatus body , properly reinforced to prevent contact with the chassis cab or apparatus body. Fuel tank housing is to be equipped with a hinged door for access to the fuel fill cap and also equipped with a metal tag to read "DIESEL FUEL ONLY" . EXHAUST SYSTEM: The piping and discharge outlet shall be located so as not to expose any portion of the apparatus or equipment to excessive heating . Exhaust pipe discharge shall be directed towards the right side . The system shall include a suitable muffler with exhaust pipe extended to the outside of the body straight to side, just ahead of the right rear wheels . There shall be heat deflector plates to protect the transmission or other equipment from excessive heat. The exhaust pipe and muffler shall be located as high as possible. ELECTRICAL SYSTEM: Alternator and starting device shall be of the moisture-resistant type, accessibly mounted and protected against excessive heat. All electrical circuit wiring shall be made with stranded conductors of a carrying capacity commensurate with the anticipated maximum circuit loading with insulation in accordance with the recommended standards of the Society of Automotive Engineers for such loading at the potential employed . Overall covering of conductors shall be of moisture- resistant type. All connections shall be made with lugs or terminals mechanically secured to the conductors . Wiring shall be thoroughly secured in place and suitably protected against heat, oil , and physical injury where required . Chassis loom extending from chassis cab to rear of apparatus body shall be enclosed inside electrical PVC tubing to prevent moisture damage and allow for future installation of additional 12-volt or 110-volt multi-stranded insulated wires . Circuits shall be provided with suitable remote protective devices. Such Y • • :•devices shall be readily accessible and protected against excessive heat, physical injury , or water spray . Automatic reset circuit breakers to be provided located in a convenient electrical compartment. A 130-amp , 12-volt Delco or Leece-Neville or equal , belt or gear-driven alternator shall be furnished , complete with necessary regulator. Four 12-volt, 625 cold cranking amp, maintenance-free batteries shall be provided. All batteries shall be grounded on the negative side. Batteries shall be securely mounted and adequately protected against physical injury, water spray , and engine spray, and engine or exhaust heat. The enclosed battery compartment shall be adequately ventilated with the batteries readily accessible for examination, test and maintenance . Each specified battery system shall consist of dual 12-volt batteries as specified above. A Cole-Hersee, model M-705 , 400-amp rotary battery selector switch shall be provided and mounted , per the specifications found in the apparatus body electrical section. Specified chassis batteries to be mounted in a specially designed battery compartment/cab step housing . Batteries to be mounted on the chassis frame rail , right side of vehicle below chassis cab door. A custom fabricated housing shall be furnished , mounted below the right side chassis cab door , designed to match the left side step/fuel tank enclosure. Battery compartment to be fully enclosed , fabricated of the same treadplate material as furnished on apparatus body runningboard , and equipped with convenient roll-out style battery tray with access door attached to the tray , and equipped with dual point chrome plated D-handle latch assembly . Battery tray to be provided with dual Grant cadmium plated roller slides , mounted to the floor of the battery compartment with stainless steel angular brackets . All wires shall be of sufficient size so that voltage drop in any electrical device shall not exceed 15%. All wiring to be copper multi-stranded heavily insulated. An electrical starting device shall be provided . Its characteristics shall be such that when operated under maximum load , current draw does not induce a voltage drop significant to adversely affect the function of the electrical system. Two or more headlights, two tail lights/stop lights , and two amber directional lights visible at rear shall be provided . The rear stop, tail , and directional lights shall be mounted so that they will not be obscured by equipment normally carried on the rear step . The directional lights shall include a hazard warning signal light. Self-cancelling style turn signals shall be provided with turn indicator lights on dashboard . i - See additional specifications under the electrical section of the apparatus body specifications. AIR BRAKING SYSTEM: Brake system shall comply with current regulations. Service and parking brake shall be independent and separate systems . All brakes shall be readily accessible for adjustment. Service or foot control brakes shall operate on all wheels . Service brakes shall be of the full air-actuated heavy duty type, and provided with minimum 12 CFM compressors . Brakes shall be of the quick-build-up type and shall include a low pressure warning buzzer and a Maxi-brake or equivalent, a dual-needle air pressure gauge and air parking brake control are to be located on chassis cab dashboard . Brakes shall be S-Cam style. Brake drums shall be of the wear or score-resistant cast alloy of heavy duty type and of sufficient thickness to prevent expansion of drums and allow for future machining of the same . A Bendex , Model AD-4 , remote mounted air dryer shall be furnished , located for convenient servicing . Automatic or manual moisture ejectors shall be furnished in addition to the Bendex air dryer, and located on all air tanks . Air dryer to be mounted on the chassis frame rails below chassis cab and behind cab step areas, mounted so as to allow total servicing of the air dryer and its components. Parking brakes shall operate on the rear wheels or on all wheels and shall be of the positive air actuator type with provisions for securely holding in position when applied. Neither a lock-up device to retain applied pressure on hydraulic actuated service brakes, nor a Park position on an automatic transmission , as a substitute for a separate parking brake system, is acceptable. A "quick-couple" air connection shall be furnished, complete with aeroquip male and female fitting and screw gate valve . Connection to be located near driver' s door, piped to the chassis air system. Service and parking brake systems operating independently shall be capable of positively holding the vehicle fully located on a 20% grade, or a maximum grade specified when the vehicle is performing any of its designed stationary functions. Brake performance shall comply with applicable regulations; however , as a minimum requirement, service brakes shall be capable of bringing the fully laden apparatus to a complete stop from an initial speed of 20 mph in a distance not exceeding 30 ft. by actual measurement on a substantially hard surfaced road that is free from loose material , oil or grease. The initial speed may he approximated by use of the speedometer on the vehicle . SUSPENSION AND WHEELS: Wheels shall be of the bud 10-hole steel budd disc type , tubeless style, of proper size for specified tires . Front tires shall be single; rear tires to be duals. All tires shall be of the tubeless type . Front tires shall be 12R X 22 . 5 , 16-ply rating; rear tires shall be 11R X 22 . 5 , 16-ply rating with mud and snow tread. Each load bearing tire on the apparatus shall not carry weight in excess of the recommended load for intermittent operation for truck tires of the size used as published by the Tire and Rim Association , Inc. , Akron, Ohio or the tire manufacturer' s published rating . All tires to be Goodyear , steel radial tubeless , Model MA on the front wheels , and Model H-J on rear duals . Chrome plated hub cap covers to be furnished on rear axle , center hubs . Chrome plated front axle bearing caps to be furnished. Chrome plated lug nut covers to be furnished on front and rear wheels . Axle housings shall clear road surface by at least 8 inches and angle of departure of at least 8 degrees must be maintained at rear of vehicle when fully loaded . Fenders and guards shall be braced and firmly secured . Front and rear heavy mud flaps shall be furnished as per Customer' s requirements. SPRINGS : The springs, both front and rear , shall be heavy duty, semi- elliptical type. They shall be of such size to safely support the weight of the vehicle fully loaded with equipment and personnel . The total weight of the vehicle shall be distributed as nearly as possible to 33% on the front, 67% on the rear axles, with single rear axle truck chassis . Rear axle axle leaf springs shall include overload springs to meet or exceed the axle rating . FRONT AXLE: The front axle shall be a Rockwell heavy duty I-Beam construction with a minimum load rating of 16,000 lbs .-heavy duty front shocks to be furnished . The chassis wheelbase shall be approximately 204 inches with a minimum cab-to-axle distance of 144 inches ( from behind rear of cab to center line of rear axle ) . REAR AXLE: The rear axle shall be rated at no less than 24 , 500 lbs . It shall be a single or double reduction , single speed full floating type with Hypoid gears . The gear ratio of the rear axle combined with the gear ratio of the transmission shall produce a speed in the highest gear at a governed rpm of not less than 60 mph , not more than 65 mph . Rear axle to be equipped with no-spin or limited slip traction lock feature . TRANSMISSION : Transmission shall be a heavy duty Allison MT-643 fully automatic . Torque capacities of transmission shall be adequate to maintain and transmit the maximum torque from the engine through all gear reductions to the wheels with as much traction as possible . A suitable oil filter and oil cooler to be furnished . STEERING GEAR : The steering gear shall be of the latest type Ross , cam and twin lever hydraulic power steering unit, or approved equal of proper size for equipment of this type . Steering wheel shall be at least 20 inches in diameter. Steering mechanism and axle components shall allow for proper geometry to prevent premature treadwear of front tires. FRAME: Complete and accurate data covering frame, showing dimensions , materials , and section modulus shall be furnished with the Bid. Truck. frame to be of completely "bolted" construction including all spring hangars and frame cross members . Two, 2-inch i . d. tow hooks securely bolted to the frame at the front shall be provided. Tow hooks shall not be attached to the bumper or the grille. No exceptions to the bolted straight channel steel frame. The frame shall be guaranteed for the normal life of the apparatus against buckling, sagging or other failures due to faulty design, material , or workmanship. No holes shall be drilled in the frame flanges for securing muffler wiring, etc. Drill the web only . No welding is allowed to the frame web or flanges between the front spring hangars and rear spring hangars. Body subframe shall be bolted to the chassis frame ahead of the rear axle. GVWR must be at least 40 , 500 lbs. BUMPER: A large, chrome plated front bumper, bolted to the chassis frame rails shall be furnished . CHASSIS CAB: An engine-forward type cab shall be capable of seating the driver and one office in the front portion in such a manner that the office does not interfere with the operation of the driver . Doors to be • equipped with roll-down style safety glass windows and hinged vent sections. Cab door interior panels to be fully covered with heavy vinyl insulation and equipped with lower metal door pocket assemblies. The driver' s compartment shall be equipped with large, heavy duty, fresh air heater and defrosters. Power operated windshield wipers and washers shall be provided . The driver ' s seat shall be adjustable fore and aft, to be a single full width individual seat with heavy black vinyl cover. All seats shall have live fOam rubber cushions and shall be covered with the best grade of vinyl covering . Seat belts and/or safety straps shall conform with all applicable regulations. Dual chrome plated roof mounted air horns to be furnished , with inside lanyard cord control accessible to driver and passenger. The following instruments shall be installed on the dash panel . of the cab and be visible to the driver : Engine tachometer, speedometer, fuel gauge, oil pressure gauge , water temperature gauge, air pressure gauge , transmission light or gauge , and all other gauges necessary for proper operation of the vehicle. Two vinyl-covered sun visors shall be provided. Two, well braced and brightly polished stainless steel style rear view mirrors to be furnished , West Coast style with minimum 6-inch x 16-inch mirror head . Mirrors shall not interfere with door openings , driver' s vision . Additional round convex-style mirrors shall be furnished , stainless steel , bolted to bottom of specified mirrors. Cab windshield , side vents, side roll-down windows, and rear window to be tinted safety, glass or tempered glass . Cab windshield to be wrap-around . Chassis cab to be of the custom interior and custom exterior to include chrome plated front bumper , bright finished front grille and surround bezel , bright metal windshield inserts, polished exterior grab handles, chrome marker lights, and insulated vinyl interior door liners. • Front of cab engine hood to be of all fiberglass construction , mounted on heavy duty hinges, bolted to front frame rails . Hood latch mechanisms to be provided , left and right sides . Engine hood to be provided with rubber inner liners to prevent road dirt and salt spray from contacting engine and exhaust system. Fiberglass hood to be equipped with large intake, for use with the specified dry-style air cleaner . Front cab fenders to be integral with hood assembly, equipped with rubber splash guards extending below the runningboard step level . The hood latch mechanism shall be brite metal , spring-loaded, not rubber "bungie" type hold-downs. Cab seat to be full width black vinyl . Two full operator' s manuals to be furnished on chassis , lighting fixtures, wiring diagrams, and all production drawings on body and tank. A Single Stage Centrifugal 300 gallon per minute Fire Pump shall be furnished , complete with heavy duty Chelsea PTO and Spicer driveline . The . pump shall be equipped with a manual PTO cable type shift located inside the chassis cab. Pump shall be of iron construction , bronze fitted . The pump is to be installed so as to be easily removable, equipped with flexible fittings on the suction and discharge , and the pump shall be bolted to a heavy steel mounting plate supported between the chassis frame rails . The pump is to be mounted below the bottom of the water tank , with cross-piping located above the chassis frame rails . A full width fire pump compartment shall be furnished, between the chassis cab and the front of the tank and compartmented body. The compartment shall be a minimum of 22 inches long , full width of the hose body, and approximately 20 inches high. The area above the pump compartment, top of the hosebody , shall provide for recessed cross-lay style hosebeds, complete with chrome hose rollers and slatted hardwood flooring . The hosebeds shall provide capacity for up to 150 ft. of 1-1/2 inch double jacket fire hose each . The specified water tank shall extend into the pump compartment, above the pump cross-piping , to the body front sheet, for maximum tank length and front axle weight distribution. A manifold-type drain valve shall be furnished with all pump drains connected to the drain manifold and operated by a chrome plated push-pull cable control located on pump operator' s panel so that entire pump system may be drained by one clearly identified control . Individual screw-style non-rising stem drain valves shall be furnished , panel mounted and piped to the relief valve and pilot control valve to allow proper draining of both components . Individual relief valve drains shall be identified with permanent metal nameplate . Means shall be provided for controlling pressure at the pump through an automatic relief valve of such size and design capable of operation over a range of 75-300 psi net pump pressure. The relief valve shall be controlled by- one man in the pump operator' s position. Relief valve shall have two controls , one for pressure adjustment and the other an on/off control . The relief valve pilot valve control located in pump operator' s panel shall be equipped with a removable strainer assembly, accessible from the exterior pump panel area without the use of special tools. "' Relief valve and pilot control valve shall be provided by pump ' manufacturer. An MC Products pump overheat indicator to be furnished on pump control panel . • A Stewart-Warner engine tachometer , to indicate engine revolutions while pumping shall be provided and mounted on pump operator' s gauge panel . An engine control throttle of the vernier type , positive locking with quick release emergency button shall be provided on operator' s panel . Pump Compartment Heater: A 20 , 000 BTU hot water type heater shall be furnished and installed inside pump compartment. Heater to be connected to engine cooling system with gate valves located inside the engine compartment. A 12 volt electric fan is to be furnished with indicator light on operator' s panel . A 3-1 /2 inch diameter pressure gauge registering up to 600 psi shall be furnished and located on specified pump gauge panel in upper right hand corner. Gauge to be piped to discharge side of fire pump, equipped with an identification tag installation below the gauge. A 3-1 /2 inch diameter pressure gauge registering up to 600 psi shall be furnished and located in upper left hand of specified pump gauge panel . This gauge shall be a compound gauge , piped to the suction side of the fire pump and equipped with an identification tag installed below the gauge. One 2-1 /2" diameter pressure gauge to be furnished (4 each) for each individual pump discharge. Gauges to be identified with permanent nametags . Gauges registering up to 600 psi shall be furnished for each pump discharge line . Gauges to be of the compound style , located in a uniform manner below the specified pump compound and pump discharge gauges. All of the above specified pump pressure gauges shall be of the compound style, -30 x 600 psi . All gauges to be of the liquid-filled style, "Span Sub-X" . Gauges to have black numerals on a white background. All gauges to be installed on specified pump gauge panel , properly identified as to function of the gauge. The above specified pump pressure gauges , engine tachometer , engine gauges and fuel gauge shall be installed on a brushed stainless steel hinged gauge panel , located on left side pump panel . The gauge panel is to be equipped with a polished stainless steel piano hinge on the bottom and two adjustable-grip latches , located in upper corners. Gauge panel to be of the "tilt-out" style , to allow access to back of gauges and interior fire pump compartment. Gauges to be piped to individual discharge valves and pump connections using high pressure clear nylon tubing with brass fittings. Full width integral light hood to be furnished with multiple 12 volt' bulbs. All pump discharge and suction controls are to be mounted on the pump operator' s side of the body so as to permit operation of the pump from one • central location. All pump control rods shall be heavily cadmium plated , equipped with adjustable clevis joints or swivel ball joints, and chrome plated brass or black phenolic control handles. All controls and gauges shall be clearly identified with permanent metal nameplates , brass plated , with large black lettering . Adequate lights shall be provided so that all controls are clearly visible for nighttime operation . All pump discharge controls, outlets , and pressure gauges to be identified by colored nametags. Left side pump control panel shall be plated with 18-gauge No. 4 brushed stainless steel . A full width integral stainless steel light shield shall be furnished , left side pump panel , equipped with at least six individual 12-volt light elements. Sides of brushed stainless steel to be trimmed with polished extruded aluminum mouldings , bolted in position. Stainless steel overlay shall be installed over painted left and right side pump panels , properly drilled prior to final installation . . A 3 inch i . d . non-gated pump suction line shall be furnished with 2-1 /2 inch NST male adapter , suction screen , and chrome cap with chain. Suction inlet to be located on left side pump control panel . Bidder shall option: 3 inch ball style remote controlled suction gate valve located inside heated pump compartment. Two 2-1 /2 inch Waterous ball style gated pump discharges to be furnished , with valves located inside heated pump compartment, operator ' s panel controlled. Discharge outlets to be chrome plated 2-1 /2 inch NST male with chrome cap and chain, located one on right side and one on left pump panel . , Discharge to be capable of at least 300 GPM. A 2 inch brass non-rising stem type screw valve gated tank filler line shall be furnished with control located on left side pump operator' s panel . Tank fill line to be piped to the specified booster tank to allow filling of water tank during pumping operations. Two 2 inch Elkhart " locking" ball style gated discharges to be furnished to the specified cross-lay top-mounted hosebeds . 1-1 /2" discharges to be furnished with bronze 90 degree swivel NST discharge adapters to allow operation of both sides of vehicle. A 3 inch i .d . Elkhart ball valved tank-to-pump suction line to be furnished from the specified tank bottom sump to the PTO pump suction inlet. Valve to be enclosed inside heated pump area, remote operator' s panel controlled. Suction piping to be galvanized 3 inch i . d. with flexible joint, designed to provide a minimum flow of 350 GPM to specified pump. The appai-atus body is to be streamlined style with three hosebeds with removable slat-style self-ventiliated floor gratings . Capacity of rear main hosebed to be 400 ft. 2-1/2" , double jacket fire hose. The hose body shall be constructed of 12 gauge auto body sheet steel , properly reinforced without the use of angles or structural shapes, free from all projections which might injure the fire hose. Hosebed dividers shall be fabricated of 12 gauge galvanized steel with triple formed breaks and rounded rear uprights, bolted in place and adjustable. The gratings shall be spaced at least 1 /2 inch apart for proper hose ventilation , assembled with chrome plated wood screws and coated with sealer, sanded and re-coated with Spar varnish. The sides of the apparatus body shall be single sheets. The body side sheets shall be bolted to the subframe using hardened 3/8 inch button socket head cap screw fasteners. No holes shall be drilled after final assembly. Body compartment shelves , hosebed dividers , wheelwell liners, side sheets, compartment dividers , rear body skirt, shall be constructed of 12 gauge "galvanized" steel for maximum corrosion protection. Lighter zinc coated steel will not be acceptable. The body subframe shall be constructed of heavy 3 inch steel channel bolted to the chassis frame and removable . Subframe shall be prime painted and rust-proofed after assembly and prior to final installation of . body sides and water tank . Rear subframe area and rear platform supports shall be welded to the rear of the chassis frame rails for maximum strength and rigidity. Rear platform and side runningboard supports shall be positioned so as to be approximately 22 inches above the ground when truck is fully loaded. Fabricated runningboard and body side supports shall be made of galvanized steel . There shall be fully enclosed and weatherstripped compartments furnished on each side of the apparatus body , starting at the front of the water tank and continuing to the rear of the body. These compartments shall be as large as possible, using all of the available area from the rear of the pump panel to the rear tailboard area. A 4-way polished aluminum treadplate rubrail shall be furnished , full length of the apparatus body protruding at least 1/2 inch from the body sides. The compartments , runningboard level , both sides and rear, shall be equipped with . 125 inch 4-way polished aluminum treadplate "sweep-out" floors bolted in place and removable. Individual 5 inch chrome plated 12-volt light fixture to be furnished with automatic door operated switches . 12-gauge galvanized steel adjustable full depth compartment shelves with polished stainless steel track assemblies shall be furnished per Customer' s requirements . Number of shelves and location shall be designated by Fire Chief . Double broke door jambs areas with hollowcore weatherstripping shall be furnished on all compartments. All compartment doors shall be U-formed, minimum 2 inch thick, fabricated of 12-gauge cold-rolled steel equipped with full inner double pan 16-gauge galvanized steel door braces which are assembled after painting and are removable. Interior door braces to be criss-cross fabricated for maximum strength , caulked with silicone sealant prior to assembly, held in place with stainless steel fasteners. All doors shall be of the flush design to custom fit the door openings and not lap-style. Hanson model 2891 die cast .paddle latches with Eberhard 1-4090 rotary slam type door latches provided on top and bottom of all compartment doors. Exterior door panels to be smooth with no welds or fasteners on exterior door skins. Neopreme rubber gaskets shall be furnished between door skin and latch assembly. Bottoms of all double compartment doors to be equipped with hard rubber bumper stops . Area where double doors meet shall be weatherstripped, offset, to allow flush fit of the lapping door. Hanson style 5-SS rod type stainless steel spring door holders to be furnished and installed on all vertically hinged compartment doors . Door holders to be bolted in position and removable . Interior compartment doors to be properly reinforced to accommodate specified door holders. Door holders shall be designed to hold the doors in both "Opened" and "Closed" positions , properly adjusted to eliminate need for chain or cable style door stops . Lower portion of left and right front side compartments to be recessed into frame depth (at least 24 inches deep) . Recessed areas to be fabricated of galvanized steel with sloping roof sections to prevent accumulation of road dirt and water . Recessed areas to be butt-welded to body side sheets without flanged areas , properly designed to prevent corrosion . All compartment door hinges shall be Type 304 stainless steel polished piano style . Hinges shall be . 060 inch material with 3/16-inch stainless pins and maximum knuckle length of 5/8 inch . All hinges to be bolted to the doors and the body using 3/16 inch Grade-8 cadium-plated button socket head cap screws and self-locking nuts . All upper level compartments shall have the bottom door opening trimmed with polished stainless steel rub strips. Polished extruded aluminum drip mouldings shall be bolted in place full length above all compartment door openings . Drip mouldings to be fitted during body assembly with no holes drilled after finish painting. All bidders shall submit photos to indicate the style of body compartment- ation being proposed . The entire apparatus body shall be of all-bolted construction, with all back flanges prime painted and rust-proofed prior to installation and final assembly . All bolts to be Grade-8 , hardened button socket head cap screws and all nuts to he nylon locking to prevent loosening . All exterior body panels to be assembled with 10-24 Grade-8 button socket head cap screws for minimum profile/obstruction . Larger profile fasteners or non-hardened fasteners will not be acceptable. No exceptions to above bolted construction. The entire body , including all compartment doors , adjustable compartment shelves , hosebed dividers , front and side sheets , etc. shall be fabricated of minimum 12-gauge material thickness . Heavier material shall be used in critical areas. Welded modular type construction or lighter gauge materials in specified areas will not be acceptable . All specified aluminum treadplate shall be polished style with C-102 treadplate pattern . All aluminum treadplate to be minimum . 125 inch thickness. The compartments on the left and right sides of the body shall be buil-t 1 /2 height (minimum 29 inches) of the body , ahead of and behind the rear wheels. The compartments ahead of and behind the rear wheels shall be equipped with doors opening the full height of the compartments. All of the specified side compartments shall be a minimum of 11 inches deep from bottom to top of compartment. • Left and right side front body compartment corners shall be bolted in position with minimum 3 inch radius corners for streamlined appearance. A full-width enclosed rear compartment shall be furnished ahead of the rear tailboard area. This compartment shall be a minimum of 18 inches deep , 72 inches wide , 52 inches high. The rear compartment floor shall be of the "sweep-out" design , fabricated of 4-way aluminum treadplate material bolted in position and removable. Double vertically hinged type rear compartment doors shall be furnished, fabricated of . 125 inch polished 4-way aluminum treadplate material . Compartment doors to be U-formed with all above specified door and compartment features. Entire rear of apparatus body shall be fabricated of polished 4-way aluminum treadplate material , bolted in position and removable. • Two rear tow hooks shall be furnished , constructed of 3/4 inch steel plate welded directly to rear chassis frame. Tow hooks to be equipped with minimum 2-1 /2 inch closed opening for passing through a chain hook. Tow hooks shall extend through specified rear body skirt into rear interior compartment with minimum obstruction inside compartment. Left and right side rear compartment corners shall be of "forward-slope" construction with top radius corners, bolted in position and removable from body sides. The left and right side wheelwells and upper wheelwell compartment floors are to be of one-piece construction, bolted to body sides and removable. Wheelwell compartment door jambs, front and rear, shall be bolted in position, removed , and painted individually. Left compartment roofs, full length, to be of fabricated construction bolted to side sheets and exterior body sides. A fabricated aluminum "drop down" folding tank compartment shall be furnished , mounted above the left side compartments . The drop-down tank compartment is to accommodate the Customer' s 2100 gallon portable folding water tank, fully enclosed when in the "up" position. The tank compart- ment is to be enclosed on front, rear, top and exterior side. Loading of the tank shall be done with the compartment in the "down" position, at no more than 20 inches above the ground level . Exterior side of the tank compartment shall be provided a minimum of 15 stamped louvres for proper ventilation . Full length polished stainless hinge to be provided , bolted to left compartment roof . Two chrome heavy duty lever locks to be furnished to hold compartment in "up" position. An open storage area shall be furnished , above the water tank in the left portion of the main hosebed area, for the Customer' s second 1500 gallon portable folding water tank . A fabricated galvanized hosebed cross- divider shall be furnished ahead of folding tank area, hosebed, and specified hard suction mountings . This area to be an open cargo area with removable slatted mahogony flooring. Three' fabricated hard suction hose troughs shall be furnished, mounted in right portion of the main hosebed area. Hose troughs are to accommodate two lengths of 2-1 /2" inch hard suction hose , and one length of 4" hard • suction hose . • Full length . 125 inch 4-way polished aluminum treadplate runningboards shall run from behind chassis front wheels to rear body andtailboard area. The area below chassis cab doors shall be fitted with 4-way material to match the body runningboards at this same step level . All runningboard and compartment floors shall be fitted , removed, and re-installed after final body finishing . 60 duromoter rubber stripping shall be furnished and installed between specified aluminum fabrications and steel or stainless steel body components. Rubber isolator strips to be pre-punched and no holes are to be drilled after final installation . A full width (96 inch) rear step/tailboard shall be furnished at least 16 inches deep, constructed of same 4-way aluminum treadplate material . All of the runningboards and rear step areas shall be furnished with a rigidly supported galvanized or stainless steel understructure. The lower side and rear compartment floors shall be integral with body side runningboards and rear step tailboard . All aluminum treadplate to be fitted , removed , undercoated , properly lined , and rebolted in position after final finish . paint coats . The entire rear of the apparatus body , including rear compartment doors, to be fabricated of 4-way polished aluminum treadplate material . Polished stainless steel handrails with chrome plated brackets shall be furnished on each side of the body , up the rear beavertails, and full length of the body sides , from behind the pump panel area to the rear corner railings . Box-formed steel uprights shall be furnished at rear top corners of hose body to provide mounting for the rear hosebed pickup lights and brackets for the rear full width polished stainless steel crossbar. All handrail tubing is to be polished and buffed stainless steel 1-1 /4 inch o.d . , minimum 18-gauge. Six individual fabricated (not welded ) 4-way polished aluminum treadplate rear body steps to be furnished , mounted 3 on each side , evenly spaced , up the rear of the body . Steps to include integral riser scuff plates to protect painted body finish. Fabricated aluminum steps to be of maximum width to allow for mounting of specified tail and backup lights underneath the step areas . Steps to be properly caulked and bolted in position after final finishing. Customer's aluminum ladders and pike poles shall be mounted, fully recessed , in right side above side compartments. Ladder mounting area to be full length of hosebody . Individual fabricated steel ladder brackets to be furnished for specified extension, roof , and folding ladders. A full length ladder overhand/walkway shall be provided on top of ladders and down the rear of the body. Customer's ladders include 35 ft. 3-section , 14 ft. roof and 10 ft. folding ladders and two pike poles. BOOSTER TANK: The water tank is to be a minimum of 1800 gallon capacity. The tank shall be baffled lengthwise and crosswise with a minimum of ten separate interior compartments to prevent water surge. The entire tank is to be electrically welded , with a wire-feed welder, inside and out, with continuous leak-free welds. After welding, the tank interior shall be sandblasted to a white abrasive finish, air pressure tested, and coated with Koppers SuperTank Solution ; sprayed evenly on all interior surfaces, two coats minimum. The interior baffles shall be notched at all corners and in the centers so as to provide a smooth, high volume flow of water from each baffled compartment to the pump suction sump area and specified dump valves. Where baffles meet tank bottom and sides , continuous welds shall be furnished on both sides of baffle . One , rod-style removable magnesium annode shall be furnished for each baffled compartment. Annodes to be located in tank top and removable without entering the tank interior . One tank fill stack shall be furnished, a minimum of 100 sq. in . , equipped with a fabricated hinged covers. Dual 4" vent/overflow pipes shall be furnished, with bottom discharge directed to the center of the chassis. Tank to carry a minimum 10 year Warranty against cracking or corrosion. A . 5 cu. ft. rear tank bottom sump shall be furnished, fabricated of 5/16 inch steel plate , located at center rear bottom of tank, and on left side front. Sumps shall provide mounting for specified dump valves , designed to give unobstructed large flow of water to both valves, for fast - continuous dumping of all available water . Two 10 inch Newton or equal square high capacity dump valves to be furnished, mounted on specified tank sump. Rear valve to electrically operated from inside chassis cab. Left side valve and chute to be electrically controlled from inside chassis cab. Valves to be equipped with 36 inch "drop-down" extension chutes, permanently hinged to bottom of dump valves. Extension chutes shall recess into side and rear of apparatus body , while in "up" position, and provide a 36 inch extension to side and rear when "down" position . Rear and left side chute to be electrically operated with manual override. (Valve and chute. ) A 4 inch gated rear tank fill with Storz Fitting shall be furnished to extend through rear panel . One 2-1 /2 gated rear tank fill shall be furnished to extend through rear panel . 2-1/2 NST female swivel with cap and chain. Two electrically operated tank level gauges shall be furnished one on operator' s panel , and one at rear of truck. Sending unit to be rod-style , and easily accessible through the hose compartment. Tank gauges to be MC Products , 4-light. Also, one mini-4 lite tank level gauge furnished on chassis cab dash. ELECTRICAL EQUIPMENT AND WARNING LIGHTS/SIRENS: All wiring for specified lights and electrical equipment shall be suitably protected inside heavy electrical vinyl conduit from chassis cab to rear compartment interior. 17 Conduit to be electrical PVC complete with pre-fabricated elbows and junction blocks as necessary . Conduit to be "water-proofed" , and oversized to allow future installation of additional rear body wiring . A junction box shall be located inside pump compartment, with PVC conduit continuing to rear of body. A multiple unit fuse block shall be furnished . by the body builder. Individual ledgend imprinted multi-strand SXL automotive wires shall run from above fuse block ( inside conduit) to the pump compartment junction box and a rear inside compartment mounted 10-wire junction block with smaller wire looms extending from junction block to individual light fixtures. All wiring to be individually identified , " imprinted" , with number and function and properly identified at the fuse block . All emergency lighting wires to be red, pump compartment accessories wiring to be white, apparatus body accessories wiring to be black . Junction block to be located inside apparatus body rear compartment, equipped with a hinged aluminum protective access cover with latch assembly . Each circuit to be protected by breakers. Specified lighting fixtures , lighting fixtures, and electrical components shall be individually activated by internally-lighted rocker style switches , located on a separate hinged embossed electrical panel , complete with back-lit nametags describing function of each individual switch. An internally lighted toggle switch shall be furnished to left of specified emergency lighting switches, to be identified as "MASTER EMERGENCY SWITCH" . Toggle switch to activate a 12-volt continuous duty solenoid providing power for individual emergency lighting switches. Nine , Signal-Stat, dual element marker lights with chrome metal guards and reflective lenses to be furnished and mounted at rear , rear sides, and mid-section sides. Lights to be activated by headlamp switch. Rear markers to be red lens ; mid-section markers to amber lens. Two, Weldon , 7-inch minimum diameter chrome plated flush mounted red combination stop/taillights to be furnished , mounted at rear of body , each side. Two, 7-inch minimum diameter chrome plated , flush mounted , clear backup lights to be furnished and mounted at rear of body , one on each side. Backup lights to be activated by reverse gear of truck transmission. Electronic backup alarm to be furnished, activated by reverse gear of truck transmission . A chrome plated license plate light and bracket to be furnished at rear of body . All vehicle lighting to be mounted in accordance with current Federal regulations and highway safety standards. All enclosed compartments to be equipped with 5-inch chrome plated compartment lights , activated by automatic door switches. Where compartment light is obstructed by interior shelving , additional lighting shall be provided below shelving to provide maximum interior lighting . A minimum 2 1 /2" diameter indicator light to be furnished on cab ceiling to warn of "open compartment door" , or "open chute" . Pump compartment interior worklight to be furnished, with individual light • 'fixture mounted switch. Two, Unity, Model 255 , 6-inch chrome plated, inside-controlled spotlights shall be furnished and mounted in left and right side cab windshield posts. Spotlights to be complete with chrome mounting hardware and individual interior light control mounted switches . Bulbs to be seal beam #4537 high intensity . A lightbar with clear insert in place of speaker grill shall be furnished mounted on chassis roof . A Federal model 300M electronic siren to be furnished on console in chassis cab. Two Whelen speaker strobes to be mounted in grille of chassis. Two 3600 strobe lights to be mounted on upper rear portion of apparatus. Wiring and lighted rocker switches are to be provided for mounting of furnished lightbar , front strobes , rear strobes , and miscellaneous future emergency lighting . Whelen scene lights with angle brackets are to be provided, mounted above specified dump valve extension chutes . Scene lights to be individually activated by lighted rocker switches on cab switch console. FINISHING: During the apparatus construction, all permanently mounted components shall be back primed prior to final assembly with zinc chromate primer, Tectyl rust-proofing , and caulked with a butyl sealant where necessary. All chrome accessories and electrical fixtures shall be installed during body construction , removed for painting and reinstalled after finish painting . The chassis wheels, compartment doors, compartment shelves , suction troughs , ladder brackets, hosebed dividers, compartment door liners , pump compartment front sheet, pump panels, etc. shall be painted separately to assure heavy even coats of primer and finishing paints before final assembly . After construction, the entire metal exterior shall be washed with wax and silicone remover and properly sanded to remove all excess primer , caulking, grease, surface dirt, etc. The prepared surfaces shall then be primed with vinyl wash primer and top-coated with synthetic base primer containing corrosion resistant pigments and resins . Finishing coats shall be applied using non-sanding primer and minimum of two coats of acrylic enamel with urethene hardener. All individually painted accessory components to receive the same triple-system painting application. After final finish painting, all underbody areas , including wheelwells , shall be properly caulked with non-hardening butyl sealant. Underbody seams to be caulked after enamel top coats to assure maximum corrosion protection . Entire underside of apparatus body and wheelwells to be spray coated with an approved rustproofing material after final assembly of all steel and aluminum components. Four-way aluminum treadplate components shall be removed prior to painting and properly caulked prior to reinstalling . All separately painted accessories and body components shall be remounted after painting using zinc-plated Grade-8 button socket head cap screw fasteners. Full inner door pans shall be caulked with silicone sealant prior to installation with stainless steel fasteners. Areas where aluminum meets steel fabrications shall be properly caulked with 3M silver metallic body sealant to prevent moisture accumulation between metal layers. Areas where aluminum material meets steel material must be isolated using 60 duro neopreme gasket material . Aluminum components to be properly coated prior to installation , for additional protection . Two full quarts of original finish color shall be provided for use as future touch-up paint. Lettering shall be genuine Gold Leaf in and suitably shaded . Decorating and striping to be in keeping with this lettering . Lettering to be placed on each cab door per Fire Chief ' s instructions. All body striping shall be 3M Scotchcal , Gold with Black trim lines. A 2-inch wide "Scotch-Lite" reflective stripe shall be installed approximately 2 inches above runningboard level , full length of apparatus body, left and right sides. "Scotch-Lite" strip to be used in conjunction with two Gold body stripes , one below and one above reflective stripe . DELIVERY: Final delivery of completed apparatus shall be made via drive- away F .O. B. Fire Department Headquarters , at which time Fire Department personnel shall be instructed as to the proper use of the fire pump systems , as well as component systems by a Factory Representative. Factory training shall include initial and concurrent intensive fire pump training sessions by a delivery engineer with extensive experience giving such sessions . AGENDA REQUEST FORM ITEM NO. NAME: Tom Kaldunski DEPARTMENT: General Services DATE: May 5, 1989 MEETING DATE: May 15, 1989 • CATEGORY: Unfinished Business SUBJECT: General Services Space Needs EXPLANATION: I will be presenting a proposal to solve the Department's short term space needs. REFERENCE MATERIAL/RESPONSIBILITY: Memo - Tom Kaldunski REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Wayne Henneke • Finance Tom Kaldunski General Services Jerry Bauer General Services Karen Finstuen Administration -1-1,Ne.0//414144 SIGNATURE MEMO TO: MAYOR AND COUNCIL SUBJECT: GENERAL SERVICES SPACE NEEDS DATE: MAY 12, 1989 The General Services Department has been renting the storage building at 321 2nd Street for some time. We've recently received notice that the building has been sold and that the Department must vacate the premises before June 1st. This has placed an additional burden on the Department's space needs. We must come up with a solution to the Department's short term needs until the Department is allowed to construct its new building as outlined in the study prepared by Bonestroo. I have checked for rental space but none is available. As an alternate to the $1.1 million building, I have prepared a memo, dated May 1, 1989 outlining a proposal to expand the shop on an adjacent lot which is available. The Council should authorize an architectural study on this specific proposal. As part of that alternate, a storage building was proposed in the southwest corner. (See attached) I have begun looking into the possibility of constructing that building in 1989. The proposed building is 40' x 60' with two 14' doors for access on the north side of the building. It will be of pole type construction with colored metal siding. Quotes for the project are on the attached sheet. This project would cost between $20,000-30,000 and it would solve the Department's short term needs allowing the City time to complete studies on the large shop for the Department. Wayne Henneke is preparing various financing options to fund this building and he will present them to the Council at the meeting. I had originally hoped the building would cost less than $15,000, so I would not have to bid the project in order to save time. This building could be built in 30-45 days. I am requesting Council authorization to proceed with bidding the project to ensure construction this summer. .40 / Thomas J. Kaldunski City Engineer cc: file Wayne Henneke Jerry Bauer TJK GENERAL SERVICE STORAGE BUILDING ESTIMATES METAL BUILDING Menards $19,900 Morton Buildings $17,235 Fredrickson $14,980 Lester's CONCRETE FLOOR $ 5,000 SITE PREPARATION $ 4,200 (Excavate Topsoil, Sand Fill) Nemo to: Mayor & Council Date May 12, 1989 Re Storage Building Funding Pursuant to the City Engineer 's request, the Finance Department has considered the funding for the proposed storage building . It is anticipated the building will cost approximately $20 , 000 . This amount is to large to consider funding through contingency . A Possible Funding alternative would be to include the financing for the building with the Certificate of Indebtedness to be considered at the next Council Meeting . Wayne E . Henneke Finance Director c .c . Larry Thompson, City Administrator Tom Kaldunski , City Engineer file fa _ MEMO TO: LARRY THOMPSON SUBJECT: GENERAL SERVICES SPACE NEEDS DATE: MAY 1, 1989 When we presented the space needs study prepared by Bonestroo, Rosene to the Council, we were directed to look into alternatives which would be less than the $1 million estimate. Recently I have been informed that the Department will no longer be able to rent the building on 2nd Street. This puts even more pressure on the Department's space needs. In view of the Council directive and the loss of existing rental space, I came up with the following proposal which should be studied. The existing house on part of Lots 1 and 2, adjacent to our shop is up for sale. The owner has approached the Department about the purchase of the lot. The current assessed value is about $70,000. I am proposing to purchase the lot and build an 80x80 shop addition with 20x80 office/lunch room/locker room and so on as shown in the attached drawing. In addition, a storage shed should be built in the southwest corner. The yard should be paved as well as employee parking along First Street. Locust Street should also be improved. I think this project is feasible and I would like to pursue it. Let's get together and discuss it. The following outlines some very preliminary cost estimates for the project. Lot Purchase $ 70,000 Building Demolition 5,000 Shop Addn - 6400 sq.ft. @ $40/sq.ft. 256,000 Office Addn - 1600 sf @ $50/sf 80,000 Storage Shed - 1970 sf @ $20/sf 38,400 Parking Area - 3200 sf @ $1.56/sf 4,800 Paved Area - 10,000 sf @ $1.50/sf 15,000 Locust St. Imp. - 12,000 sf @ $1.50/sf 18,000 Upgrade Exist. Shop - 4800 sf @ $5/sf 24,000 $ 511,200 This alternate appears to be cost effective. It warrants more detailed analysis. If we are to purchase the 120' x 100' lot, it is imperative that we do so as soon as possible. 7-..�'� cc: file Mayor and Council Thomas J. Kaldunski Department Heads City Engineer Jerry Bauer Jerry Henricks _= | 0 . |, ! . . ....,--__//_/.7 � _-__' _ |' _ �o fr ____ - ' . __ _______ _ ----'-- - ___. , ..__ ------- 0,--7--'-----'-- ' ----'-- - --- T--�-'-�� - ' .----- - - ------ --- ----r .. /2.4ii.i' ________ ��__������� y�����L�� _ �� .` ' ,.________ _ -------- ' - -~ ii ' ---- --- ---- -____ ___- '- �� ' S JR ^ti.F ______ ______ _ _ �� ^'�/� ', __ ___ _ __- _-_ ______ - -- -----~ __-_ --' �� �_� ,������ �� � ����� ,______�__ _ __ __ --- ___- 1. -----�---�----r----------- - 4-, ____ __. ' - - - _ ___~__- -___ _____ __ ________ � ������� ����-��� - �� _______ ___ _- _-__- • AGENDA REQUEST FORM ITEM NO. NAME: Gerald Henricks DEPARTMENT: HRA DATE: May 9, 1989 MEETING DATE: May 15, 1989 CATEGORY: New Business SUBJECT: Meeting Attendance for HRA Members EXPLANATION: See memo REFERENCE MATERIAL/RESPONSIBILITY: Memo - Gerald Henricks REFERRED TO: (NAME) DEPARTMENT: Gerald Henricks HRA Larry Thompson Administration Karen Finstuen Administration HRA Members SIGNATURE s f MEMO TO: MAYOR AND COUNCIL SUBJECT: MEETING ATTENDANCE BY HRA MEMBERS DATE: MAY 11, 1989 The HRA requests the City Council to review the attendance record of the HRA members for 1988 to present. 1988 Month: Jan. Feb. Mar. Apr. May Jun. Jul. Aug. Sep. Oct. Nov. Dec. Sprute x x x x x x x x x x x x Meyer x x x x x x x x x x x x Harms x x x x x x x no x x x x Iwerks x x no x x x no x x no no x Whittier x x x x x x no x x x x x 1989 Sprute x x x x x Meyer x x x x x Harms x x x x x Iwerks no x no no no Whittier x Mayer x x x x Enclosed are Chapter 2-9-3 of the City Code and M.S. 469.010 for your review. l�C ✓ Gerald A. Henricks '----` HRA Executive Director cc: HRA Members Ernie Darflinger file GAH . . 2-9-3 2-9-4 2-9-3: CRITERIA ADOPTED: The following Criteria are hereby adopted: (A) Members; Officers: The authority shall consist of five (5) members who shall choose from among themselves a chairman and a secretary. (B) Designated Seats: All seats are undesignated and all five (5) may be held by sitting members of the Council. (C) Appointing Authority: All members shall be appointed by the Mayor with the approval of the Council. A Certificate of Appointment must be filed with the City Clerk and a certified copy sent to the State Housing Commission. • (D) Qualifications: Members shall be citizens of the United States and residents of the City. (E) Term of Office: Members shall be appointed for five (5) year terms, beginning on the first day of February, providing for the rotation of one member each year, except that the term of sitting member of the City Council may be set to expire at the same time as his council term of office. (F) Vacancy: A vacancy shall be filled by the Mayor with the approval of the Council. (G) Compensation: The authority shall establish the compensation to be paid members and the reimbursement for personal expenses within the limits prescrib- ed in M.S. 462.441. (H) Removal: A commissioner may be removed by the Council for cause and in accordance with the procedures set forth in M.S. 462.435. (I) Oath of Office: Prior to assuming the duties to which first appointed, each member shall take an oath of office. (Ord. 080-91, 4-7-80) (J) Attendance: Absence by a member of more than twenty percent (20%) of the regularly scheduled meetings during any calendar year shall constitute inefficiency or neglect of duty, and the Council may initiate the procedure for removal from the authority as set forth under M.S. 462.435. (Ord. 085-172, 12-16-85) 2-9-4: EFFECTIVE DATE: This Ordinance becomes effective upon adoption by the Council and upon subsequent publication in the official newspaper. (Ord. 080-91, 4-7-80) M.S. 469.010 REMOVAL; HEARING; NOTICE For inefficiency or neglect of duty, or misconduct in office, a commissioner may be removed by the governing body of the municipality. The commissioner must be given a copy of the charges at least ten days prior to a hearing at which the commissioner has an opportunity to be heard in person or by counsel. When charges in writing have been preferred against a commissioner, pending final action thereon the governing body may temporarily suspend the commissioner. If it is found that those charges have not been substantiated, the commissioner shall immediately be reinstated in office. When any commissioner is removed, a record of the proceedings, together with the charges and findings thereon, shall be filed in the office of the clerk. AGENDA REQUEST FORM ITEM NO. v NAME: Wayne Henneke DEPARTMENT: Finance DATE: May 9, 1989 MEETING DATE: May 15, 1989 CATEGORY: New Business SUBJECT: Health Insurance Renewal EXPLANATION: See memo REFERENCE MATERIAL/RESPONSIBILITY: Memo - Wayne Henneke REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Karen Finstuen Administration Wayne Henneke Finance (- ./ It SIGNAT R ` — Memo to: Mayor & Council Date : May 11 ,. 1989 Re : Aware Gold Health Insurance The City has received the new rates for the new contract year June 1 , 1989 - May 31 , 1990. The rates have increased 35% over last year. This increase is borne by both the City and the City Employee. The 1989 Budget allowed for an increase in premium but it was not anticipated the increase would be this much. The contract with Blue Cross/Blue Shield for the Aware Gold coverage runs on a month to month basis. If we decided to elect to go with another plan, a 30 day notice is required. I signed the new contract for the Aware Gold coverage with the knowledge that if it wasn' t signed, Blue Cross would begin rejecting claims effective June 1 , 1989. I also considered the fact that if we were to elect a different coverage or vendor, this process will take more time than we had to work with. Before I bring the total insurance package to Council for their approval , I need to meet with the Administrator, Department Heads, and possibly all effected employees since they will be required to fund a percentage of the increase. This memorandum was written to inform you of the situation and the action I have taken in securing health coverage until a final decision is made. Wayne E. Henneke Finance Director c. c. Larry Thompson, City Administrator Department Heads file AGENDA REQUEST FORM ITEM NO. lat.' NAME: Chris Galler DEPARTMENT: Council DATE: May 9, 1989 MEETING DATE: May 15, 1989 CATEGORY: Miscellaneous SUBJECT: Youth Baseball Association Request EXPLANATION: The Farmington Youth Baseball Association would like the following items to be considered in an effort to assist their operations REFERENCE MATERIAL/RESPONSIBILITY: REFERRED TO: (NAME) DEPARTMENT: Larry Thompson Administration Jim Bell Parks and Recreation Karen Finstuen Administration SIGMA I ' /5;;SL . I! _ ' - MEMORANDUM TO: FARMINGTON CITY COUNCIL FROM: FARMINGTON YOUTH BASEBALL ASSOCIATION DATE: 04-24-89 SUBJECT: PLACEMENT ON MAY 01 , 1989 AGENDA THE FARMINGTON YOUTH BASEBALL ASSOCIATION WOULD LIKE TO ADDRESS THE FARMINGTON CITY COUNCIL ON THE FOLLOWING SUBJECTS FOR CON- SIDERATION FOR ASSISTANCE BY THE CITY COUNCIL. * FIRST CONSIDERATION OF THE AVAILABLE CITY OWNED BALL FIELDS TO BE GIVEN TO THE FARMINGTON YOUTH BASEBALL ASSOCIATION. * PORTABLE REST ROOM FACILITIES ON THE AKIN ROAD ELEMENTARY BASEBALL SITE AND THE FARMINGTON HIGH SCHOOL BASEBALL SITES, TWO (2) UNITS FOR CONSIDERATION. * FENCING OF THE DIAMOND AREAS AT THE AKIN ROAD ELEMENTARY AND HIGH SCHOOL LOCATION. NEW FENCING WOULD BE PREFERRED BUT WOULD LIKE TO ADDRESS THE USE OF CITY SNOW FENCING AND INSTALLATION BY CITY STAFF. THIS REQUEST WOULD BE CONTINGENT ON THE SCHOOL DISTRICT JANITORIAL STAFF APPROVAL. * DAILY DRAGGING AND CHALKING OF THE FIELDS AT AKIN ROAD ELEMENTARY AND HIGH SCHOOL LOCATIONS. REQUEST WOULD BE FOR MONDAY THRU THURSDAY AND SPECIAL CONSIDERATION FOR WEEKEND TOURNAMENTS. THANK YOU MIKE STURM PRESIDENT _ . .