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
_
.
.