HomeMy WebLinkAbout8.c. Public Works / Parks Equipment PurchasesCITY OF ROSEMOUNT
EXECUTIVE SUMMARY FOR ACTION
CITY COUNCIL MEETING DATE: February 19, 1991
AGENDA ITEM:
AGENDA SECTION:
EQUIPMENT PURCHASE REQUEST
New Business
PREPARED BY:
DAVID 7. BECHTOLD / DIR. P & R
AGENITU # 8c
ATTACHMENTS:
AP D
DETAILS RELATING TO PURCHASES
The following is a joint request of Public Wor4s & Parks.
TANDEM DUMP TRUCK CIP #18 (540) $ 102,000
NOTE: Was scheduled to be an add to fleet with a "pup" (trailer)
included. Change is to purchase a new tandem with no "pup" and to
trade in the present tandem dump truck
New projected funding sources and breakdown:
CIP #18 (540) $ 102,000 / TRADE IN $ 20,000 = $ 122,000
CHANGE IN FUNDS BUDGETED AND REQUEST:
1. TANDEM DUMP TRUCK $ 92,000
2. TRACTOR (SAME AS WE RECENTLY PURCHASED) 23,500
3. REAR FLAIL MOWER FOR TRACTOR 3,250
4. V - PLOW FOR 1 TON TRUCK 3,250
MULIT-PURPOSE TRACTOR CIP #26 $ 65,000
NOTE: Intent of this item was to obtain a piece or pieces of
equipment that would mow parks in the summer, be set up to blow
and plow snow in the winter for trails and rinks, and be to
operate in a fashion like that of a regular tractor or skidster.
EQUIPMENT COMBINATION REQUESTED TO BE PURCHASED:
1. MULTI -DECK MOWER FOR PARKS $ 46,000
2. FRONT MOUNTED SNOW BLOWER FOR TRACTOR 4,500
NOTE: By working to make these requests come to you as a joint
department package it allows for a balance of approximately
$14,500 to be remain in the CIP reserve fund.
An ad will be published in the legal paper for bids. The deadline
for accepting bids will be 10:00 A. M. March 5, 1991.
RECOMMENDED ACTION:
Accept specification and authorize Public Works Supervisor to
advertise for and receive sealed bids for vehicles listed
above.
COUNCIL ACTION:
Approved.
STEVE JILK - .JANUARY 24, 3.991
TO COUNCIL -- FEBRUARY 13, 1991
THIS IS A VERY BRIEF SUMMARY OF A POSSIBLE PACKAGE THAT THE
"SUPERVISORS" AND I FEEL COULD BE USED AS AN ALTERNATE TO HOW THE CIP
ITEMS WERE SCHEDULED FOR 1991 ON VARIOUS ITEMS.
I. ITEMS INVOLVED FROM TANDEM TRUCK PURCHASE # 18 OF 1991 CIP
A. ADDITIONAL TANDEM DUMP TRUCK
1. should now use a trade in of old tandem used to off set costs
2. the "pup" for hauling gravel and sand should not be purchased
B. SAVINGS AND/OR DOLLARS OF THIS PROCESS
1, trade in value of present tandem - $20,000
2. not purchasing a "pup" - 10,000
C. NEW USE OF $102,000 BUDGETED FOR TANDEM & "PUP"
1, $92,000 for new tandem
2. $30,000 from Item B to be used for
a. $23,500 for tractor (same as Ford recently purchased)
`�. $ 3,250 for rear flail mower for tractor
c• $ 3,250 for V - Plow for 1 ton truck
II. ITEMS INVOLVED WITH MULTI PURPOSE TRACTOR # 26 1991 CIP
A. Combination mower multi use articulated tractor
1. should be considered for all types of mowing
2. tractor should be for use in fashion much like a skidster
B. NEW USE OF $65.000 BUDGETED FOR "COMBINATION MOWER/TRACTOR
1.. $46,000 FOR 18' MOWER WITH 4 X 4 DRIVE AND CAB
2. $ 4,500 FOR FRONT MOUNT SNOT,.! BLOWER FOR TRACTOR
3. $ 15,000 FOR CIP RESERVE
IMPORTANT NOTE: The tandem purchase was listed in the CIP budget
th
rough the 1989 budget for a planned purchase in 1991. The multi
Purpose tractor was listed in that same budget for planned purchase in
1991 under the heading of "articulated tractor".
There were many hours of deliberation on the budget cuts, possible
priority changes in purchases, and ways in which the departments could
best utilize the dollars budgeted to meet the departments' needs of
the present and future..
The combination of purchases will allow for increasing the quality of
maintenance to turf areas of parks, the maintenance of trails,
maintenance and mowing of ditches, etc..
CITY OF ROSEMOUNT
ADVERTISEMENT OF BID
P.O. BOX 510
2875 -145TH ST. W.
ROSEMOUNT. MINNESOTA 55068
612-423-4411
Notice is hereby given that sealed bids will be received by
the City of Rosemount until 10:00 a.m., March 5, 1991 and will then
be publicly opened and read aloud. Bids are being requested for
the purchase of the following equipment:
One (1) Tandem Dump Truck LT9000 or equal
One (1) Tandem Axle Dump Body, Hoist & Hydraulics
One (1) Tractor/Mower with (3) Rotary Decks
One (1) Four -Wheel Drive Utility Tractor with Cab, Front
Mount Snowblower and Rear Mower
One (1) Snowplow for One Ton Pickup
Specifications may be obtained through the office of the City
Clerk, City of Rosemount, 2875 145th Street West, Rosemount,
Minnesota 55068.
All bids shall be on forms on file in the office of the City
Clerk which will be furnished free to each bidder upon his request.
All bids must be sealed, marked "Bids for Purchase of 1991
Vehicles and Equipment" and addressed to the City Clerk. Each bid
shall be accompanied by a certified check, cashier's check, or bid
bond in the amount of five percent (50) of the total bid price,
made payable to the City of Rosemount.
The City of Rosemount reserves the right to reject any and all
bids and to accept the bid it feels is in the best interest of the
community.
BY ORDER OF THE CITY COUNCIL
Susan M. Jo'hn,46n
City Clerk
City of Rosemount
Dakota County, Minnesota
CITY OF ROSEMOUNT
BID SPECIFICATIONS
This invitation is issued for the purpose of establishing a vendor
to supply equipment to the City of Rosemount in accordance with
these specifications.
Specifications for: Tandem Dump Truck LT9000 or equal
Purchasing Agent: Stephan Jilk, Administrator
Buyer: City of Rosemount
Contact Person: Mike Widstrom, Public Works Supervisor
Telephone Number: (612)423-4411
The following refers to the bid specification requirements:
Sealed Bids received until:
Sealed Bids received at:
Bid Deposit:
Performance Bond:
Notes:
March 5, 1991, 10:00 a.m. C.S.T.
Rosemount City Hall
2875 145th Street West
Rosemount, MN 55068
None Required
None Required
All standard terms and conditions
apply as stated within instructions
to Bidders.
Special terms and conditions apply
as specified within product
specifications.
A.
B.
C.
CITY OF ROSEMOUNT
SPECIFICATIONS
FOR
TANDEM DUMP TRUCK
GENERAL
The tandem dump truck shall be a currently advertised model complete
and ready for service. The successful prime bidder shall deliver,
to the City Maintenance Shop, 14455 Brazil Avenue, Rosemount,
Minnesota, one tandem dump truck. The unit shall be equipped with
all standard equipment, as currently advertised by the manufacturer
whether or not specifically mentioned in these specifications, in
addition to all other equipment called for in these specifications.
Operating data, engine specifications shall conform or exceed SAE
(Society of Automotive Engineers). The unit shall conform in all
ways with the current requirements for the Occupational Safety and
Health Act of 1973 (State of Minnesota). The required bidder will
be required to certify compliance with aforementioned acts. All
equipment must equal or exceed the listed items.
CONTRACTUAL AGREEMENT
The City shall issue a signed purchase order as acceptance of the
successful bidders proposal.
The purchase order shall state the price and items to be purchased.
All terms and conditions stated on the purchase order as well as the
BID FORM and these specifications will constitute the entire and
integrated agreement between parties and hereto supersede all
negotiations or agreements either written or oral made prior by any
party having any interest in this purchase.
Delivery of the unit shall be on or before the date entered on the
BID FORM. Failure to meet the delivery date will result in the
assessment of liquidated damages in the amount of Fifty Dollars
L�.50.00 per calendar day. The liquidated damages shall not be
considered a penalty. Trade will not be released until new truck
is delivered with box complete for use. Payment shall be made no
later than 30 days after delivery, start-up, operation and
acceptance of the complete unit.
SPECIFIC REQUIREMENTS
ENGINE:
N14-330 at 1950 RPM's Serien's
Cummings or equal
CHASSIS EQUIPMENT:
Bumper Front - Full Width
Tow Hooks - Front
MEETS SPEC'S/FAILS SPEC'S
PRODUCT SPECIFICATIONS
TANDEM DUMP TRUCK
PAGE 2
MEETS SPECISIFAILS SPEC'S
AXLES•
16,000 lb. Front Axle
40,000 lb. Rockwell RT -40-145,
or equal
15 Rear Axle, Axle Ratio 3.91,
or equal
Wheelseals Rear C.R. Scotseal Plus,
or equal
Magnetic Traps Drain Plug
Magnetic Traps Fill Plug
Drag Link & Tie Rods, Greaseable
U -Joint Spicer 1710, or equal
Power steering, Dual Ross TAS -65,
or equal
Differential, lockout, Main Full
locking
Shock Absorbers Front Dbl Act
Telescopic
Wheel Seals Frt Stemco Unitized
Guardian, or equal
SUSPENSION:
16,000 lb. Front suspension w/
16,000 lb. FA
40,000 lb Hend RT400 52" Axle
Spacing
FRAME•
30.0 SM 110,000 PSI Double Channel
Bolted Extended Frame Front
Integral 24"
TRANSMISSION:
Allison HT750, 5 speed automatic
with cooler or equal
TIRES:
Front - G 159, tubeless- 11R225
steel radials, or equal
Rear - T. D.'s, tubeless- 11R225,
steel radials, or equal
One (1) Spare tire and wheel - Front
One (1) Spare tire and wheel - Rear
WHEELBASE•
WB=196" CA=120" AF=75"
OAL=277" BPC=106"
PRODUCT SPECIFICATIONS
TANDEM DUMP TRUCK
PAGE 3
MEETS SPEC'S/FAILS SPEC'S
To handle 14' gravel box
FUEL TANK & CAPACITY:
"D" Type Steel Tanks
Fuel Heater Midco in Line Type,
or equal
75 Gallon LH "D"
BATTERY•
2-4D's and 1-8D, or equal
ALTERNATOR•
105 Amp Motorcraft Non -Integral or equal
BRAKES & EQUIPMENT•
Air Brakes Rear Cam 16.5" x 7"
Air Brakes Front Cam 16.5" x 6"
Type 20 Front Air Brake Chambers
Manual Slack Adjustors -Front & Rear
Parking Brakes MAXI II Spring Set RA,
or equal
Air Compress 15.5 CFM Bendix Tu -Flo 550,
or equal
Slack Adj, Gunite 5.511, Front Manual,
or equal
Slack Adj, Gunite 5.511, Rear Manual,
or equal
Moisture Ejectors Non-Htd Bendix Auto,
or equal
Air Dryer Bendix AD -9
or equal
TRACTOR EQUIPMENT:
CAB•
Tractor Pkg w/Lines extended
Standard Interior Trim Charcoal
Custom cab over standard
Dual sunvisors
Armrests on doors
Meets current Federal Safety Standards
Noise insulation package
Seats shall be cloth with folding
armrest on both seats
Seat Belts: Lap & Shoulder
Driver Indiv National Hi -back
PRODUCT SPECIFICATIONS
TANDEM DUMP TRUCK
PAGE 4
Cush -N -Aire, or equal
Passenger Fixed Base Hi -Back
Heater -Fresh Air w/ All Weather
Steering Wheel -20" Diameter Til
Telescope
MEETS SPEC'S/FAILS SPEC'S
Ventilate
t &
Clock Radio -Electronic AM -FM Stereo Monaural
EXTERIOR CAB EQUIPMENT•
Split Chrome Grill -Bright and Black
Anod Aluminum
Horn -Single Electric
Windshield -Tinted Laminated Glass
Windshield Wipers -Two speed electric
Butterfly Hood -Fiberglass with full
tilt option
Horns Dual - Air Single Base
Mirrors -Dual Western Delbar Stainless,
or equal
Tinted Glass All Around
Sight rod's
GAUGES:
Direct Read-Air/Oil Pressure
Parking Brake Control -Dash mounted
Speedometer Electric-MPH/KMH
Tachometer Electric
Warning Light -Water in Fuel
Warning Light Buzzer -Low Air Pressure and
Low Oil Pressure
Electric, Volt, Cool Temp., Fuel
Turn Signal Switch, Self Cancelling
Instrument Panel -City Delivery
Hobbs Engine Hour Meter, Oil Pres
Activated, or equal
Air Cleaner Restriction Gauge Motorcraft
Temperature Gauge, Main Transmission Oil
ELECTRICAL:
Flasher Emergency
Lights -Cab Marker Trucklite 5 lites
Lights -Head -Two Rectangular Halogen
Lights -Tail -Two
Turn Signals & Side Marker Comb Lamp Frt
Turn Signal Switch
Auto circuit breakers in Lieu of Fuses
One Amber & One Blue Beacon - Not Installed
ENGINE EQUIPMENT'
Air Cleaner -Donaldson Single -Stage,
or equal
PRODUCT SPECIFICATIONS
TANDEM DUMP TRUCK
PAGE 5
MEETS SPEC'S/FAILS SPEC'S
Fan Clutch, Eaton 660, or equal
Coolant Filter, Cummins Fleetguard,
or equal
Fuel Water Separator -Ford Engine Mtd,
or equal
Oil Filter -Two 1 1/2 Qt
Fuel Pump Mechanical
Governor Mechanical
Starter, Delco 12 Volt, or equal
Throttle Locking T -Handle
Power Take -Off Avail w/Ext Frame
Block Heater, Phillips 1500W 110V
Single, or equal
Hose Package Silicone
Engine Air Intake, Inside/Outside
Air Conditioning
Cold Weather Starting Aid
Radiator Shutters
Luberfiner with steel case
All Service & Parts Manuals
(Engine, Transmission & Chassis)
TRAILER BRAKE PACKAGE:
Glade Hands -Supply
All Valves, required to operate
Trailer wiring
COLOR:
PTO•
Orange
Manufacturer must make provision for
front mounted hydraulic pump to be
driven by shaft attached to engine
crankshaft, and radiator height must
be sufficient to allow shaft to
pass under it. Cored radiator not
acceptable.
WARRANTY•
Shall be maximum available.
TRADE-IN
The unit proposed as a trade is a 1980 Ford
L900/300 Tandem Dump Truck. This unit would not
be turned over until we've taken possession of the
new truck and everything has been installed and
operating properly.
VENDOR'S NAME
- BID FORM -
FOR
ONE (1) 1991 TANDEM DUMP TRUCK
Public Works Director
City of Rosemount
2875 145th Street West
P. 0. Box 510
Rosemount, MN 55068
We submit for your consideration the following bid in accordance
with specifications on file in the office of the Public Works
Director in the City of Rosemount.
BASE BID
ONE NEW 1991 TANDEM DUMP TRUCK
LESS TRADE-IN ALLOWANCE FOR
1980 FORD L9000
NET BID
NOTE: Any deviation from the specifications shall be attached as
per Section B.1.3. Failure to do so may be reason for
rejection of the bid.
DELIVERY DATE•
SERVICE:Location of Parts and Service
Company Name:
Address:
City: State:
BID FORM
TANDEM DUMP TRUCK
PAGE BF -2
Telephone Number:
Bid enclosure requirements:
1. Bid Proposal - 3 pages
2. Authorized Signature - (Within bid proposal form)
3. Statement of any deviations - (Attached to proposal
form)
4. Manufacturer literature & specifications sheets
5. Manufacturer warranty statement
Sealed bids will be received and publicly opened and read by two
officials of the City of Rosemount on March 5, 1991, at 10:00 a.m.
C.S.T., at the Rosemount City Hall, located at 2875 145th Street
West, Rosemount, MN 55068.
Enclosed herewith is a certified check, cashier's check, bid bond,
money order, made payable to the City of Rosemount in the amount
of $ (equal to at least 5% of the bid) to guarantee
that the bidder, should his bid be accepted, enter promptly into
a contract.
NON -COLLUSION STATEMENT: (Required for submission of bid)
I hereby swear (or affirm) under the penalty for perjury:
1. That I am the bidder, a partner of the bidder, or an
officer or employee of the bidding corporation having authority to
sign on it's behalf;
2. That this bid or bids have been arrived at by the bidder
independently and have been submitted without collusion with, and
without any agreement, understanding or planned common course of
action with any other vendor of materials, supplies, equipment or
services which maybe designed to limit independent bidding or
competition;
3. That the contents of the bid or bids have not been
communicated by the bidder or its employees or, agents to any person
not employee or agent of the bidder or its surety on any bond
furnished with the bid or bids and will not be communicated to any
such person prior to the official opening of the bid or bids; and
4. That I have fully informed myself fegarding the accuracy
of the statements made in this statement.
BID FORM
TANDEM DUMP TRUCK
PAGE BF -3
In submitting this bid, the bidder understands that the City
reserves the right to reject any or all bids, to waive
informalities, to award the bid in the best interest of the City,
and to accept trades on any or all units to be traded, or to accept
the base bid without trade.
Date of Bid:
SUBMITTED BY: NAME OF BIDDER
ADDRESS
TELEPHONE NUMBER
STATE OF INCORPORATION
AUTHORIZED SIGNATURE
i
CITY OF ROSEMOUNT
BID SPECIFICATIONS
This invitation is issued for the purpose of establishing a vendor
to supply equipment to the City of Rosemount in accordance with
these specifications.
Specifications for: Tandem Axle Dump Body, Hoist & Hydraulics
Purchasing Agent: Stephan Jilk, Administrator
Buyer: City of Rosemount
Contact Person: Mike Widstrom, Public Works Supervisor
Telephone Number: (612)423-4411
The following refers to the bid specification requirements:
Sealed Bids received until:
Sealed Bids received at:
Bid Deposit:
Performance Bond:
Notes:
March 5, 1991, 10:00 a.m. C.S.T.
Rosemount City Hall
2875 145th Street West
Rosemount, MN 55068
None Required
None Required
All standard terms and conditions
apply as stated within instructions
to Bidders.
Special terms and conditions apply
as specified within product
specifications.
TANDEM AXLE DUMP BODY, HYDRAULIC CONTROLS AND HOIST
SPECIFICATIONS: TANDEM AXLE DUMP BODY
A. GENERAL:
These specifications describe a tandem axle dump body, hydraulic
controls and hoist to be fitted on a 1991 Ford Cab/Chassis.-
B. CONTRACTUAL AGREEMENT:
The City shall issue a purchase order as an acceptance to the
successful bidders proposal.
The purchase order shall state the price and items to be purchased.
All terms and conditions stated on either side of the purchase order
as well as these specifications will constitute the entire and
integrated agreement between parties and hereto supercede all
negotiations or agreements either written or oral made prior by any
party having any interest in this purchase.
Payment shall be made no later than 30 days after delivery, start-
up and operation of the complete unit.
C. SPECIFIC REQUIREMENTS
MEETS SPEC'S / FAILS SPEC'S
1. BODY DIMENSIONS:
14' long x 86" wide inside. 10 - 12
cubic yard capacity.
2. FLOORS, SIDES AND ENDS:
Floor constructed of 7 gauge hi -tensile
steel & sides of 10 gauge hi -tensile
steel, extra wide full depth rear corner
post and bolster, 9" side to floor
radius. One piece boxed top rails.
Formed horizontal side bracing. Sides
and floor will be plywood lined 3/411.
Cab shield shall be provided
3. TAILGATE:
Fully boxed 10 gauge hi -ten steel with
two vertical and one horizontal sloping
reinforcement. Air tailgate feature to
be installed.
PRODUCT SPECIFICATIONS
TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST
PAGE 2 MEETS SPEC'S/FAILS SPEC'S
4. TAILGATE HARDWARE:
1-1/4" diameter hinge pin. 1-1/4" plate
top gate hinge. 5/16" spreader chain.
1-1/4" diameter bottom gate pin. Forged
steel gate hook. 3/8" banjo eyes. 3/8"
outer latch plates. Will have air
operated tailgate and air valves.
5. UNDER -STRUCTURE:
4" structural channel cross members and
long beams with spaces filled between
cross members. Under structure gusseted
and welded to body. Electric dump body
vibrator to be installed.
Dump Body shall include ALL removable snow
side boards.
SPECIFICATIONS: HYDRAULIC CONTROLS
1. PUMP AND HYDRAULIC SYSTEM:
The pump shall be an engine crank shaft
driven type, PTO style, continuous
operation. Pump shall be capable of
delivering 33 gpm at 2,000 rpm at 1,500
psi. The manufacturer must pay special
attention so that the pump and
components are compatible with the
amount of equipment specified for the
truck. The system shall be protected by
a relief valve so as not to exceed rated
PSI per manufacturer specifications.
All components of the pump must be
easily accessible for service.
2. VALVES:
The valves shall be mounted on the
chassis frame with hydraulic tank &
valves to be enclosed. Valves shall be
compatible with pump and the demand of
the system. Valves shall be opened
PRODUCT SPECIFICATIONS
TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST
PAGE 3 MEETS SPECIS/FAILS SPEC'S
centers. De -dent position shall be
supplied for sander. Manufacturer shall
state the number of valves to be
installed. Hoist valve shall have 500
P.S.I. relief valve on down side.
Valve shall be Gresen V20LS multi -
section with combined flow or equal.
There shall be valves for dump body,
plow lift, plow reversing, heal and toe
of wing and sander.
3. HYDRAULIC RESERVOIR:
No less than 30 gallon tank frames
mounted, return line filter tank mounted
with 10 micron element with indicator
gauge and cap. Tank must have magnetic
drain plug, removable wire mess suction
strainer and five P.S.I. pressure fill
cap. Tank to be properly baffled to
prevent cavitation and surge. Mount on
the left side of truck frame. All hose
lines shall be bracketed and/or shielded
where points of harm exist. Quick
couplers are to be installed for removal
of the front plow, wing and sanding
equipment, location to be determined at
the time of assembly. Hydraulic system
to be filled by Dextron II fluid.
Systems shall be designed to allow
filling the reservoir without raising
the box.
4. CAB CONTROLS:
Morse remote valve control system.
Morse mounting hardware to permit
individual handle and cable access.
Handle shall be spaced far enough apart
to provide proper hand clearance.
Control to be mounted between seats and
with easy reach of the driver. Contact
City before mounting. All are to have
cushioned/comfortable handle grips.
Five (5) levers.
PRODUCT SPECIFICATIONS
TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST
PAGE 4 MEETS SPEC S/FAILS SPEC'S
S. SERVICE & PARTS INFORMATION:
City of Rosemount shall be supplied with
all service and parts manuals for
sander, dump box and lift, hydraulic
pump and system.
6. WARRANTY:
Shall be maximum available for all
components on parts and service.
SPECIFICATIONS: HOIST
1. HOIST•
Roller - combo hoist or equivalent
Under body, dual acting, twin arm, class
50 of same manufacturer of dump body.
2. LIFTING CAPACITY:
43.2 Ton
3. SUBFRAME:
1/4" steel channel.
4. PIVOT SHAFT:
Full length single pin.
S. DUMP ANGLE:
50 degrees.
SPECIFICATIONS: SAFETY EQUIPMENT
I. BODY SUPPORT PROP:
Shall be furnished.
PRODUCT SPECIFICATIONS
TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST
PAGE 5 MEETS SPECIS/FAILS SPEC'S
2. BACK-UP ALARM•
Electric type.
3. MUD FLAPS:
In front and rear of duals.
4. BODY RAISED LIGHT:
Shall be furnished.
Steps on outside of box for easy access.
5. LIGHTS•
Federal 108 marker lights. Box up
warning light with in cab indicator.
Rear post taillights to be counter sunk
in rear posts.
One (1) Amber Strobe Light (supplied)
One (1) Blue Strobe Light (supplied)
6. REAR TRAILER HITCH:
Capable of pulling 20 Ton trails and
tandem pup trailers
Mount glade hands and safety hooks
Mount eletrical connections
VENDOR'S NAME
- PROPOSAL FORM -
FOR
TANDEM AXLE DUMP BODY, HOIST, HYDRAULICS
Public Works Director
City of Rosemount
2875 145th Street West
P. 0. Box 510
Rosemount, MN 55068
We submit for your consideration the following bid in accordance
with specifications on file in the office of the Public Works
Director in the City of Rosemount.
BASE BID
FURNISH & INSTALL DUMP BODY, HOIST AND
HYDRAULICS FOR TANDEM AXLE TRUCK
NOTE: Any deviation from the specifications for this dump body,
hoist and hydraulics shall be attached as per Section
B. 1. 3. Failure to do so may be reason for rejection of the
bid.
DELIVERY DATE:
SERVICE:Location of Parts and Service
Company Name:
Address:
City:
Telephone Number:
Bid enclosure requirements:
State:
1. Bid Proposal - 3 pages
2. Authorized Signature - (Within bid proposal form)
BID FORM
SINGLE AXLE DUMP BODY, HOIST, HYDRAULICS
PAGE 2
3. Statement of any deviations - (Attached to proposal
form)
4. Manufacturer literature & specifications sheets
5. Manufacturer warranty statement
Sealed bids will be received and publicly opened and read by two
officials of the City of Rosemount on March 5, 1991, at 10:00 a.m.
C.S.T., at the Rosemount City Hall, located at 2875 145th Street
West, Rosemount, MN 55068.
Enclosed herewith
money order, made
of $
that the bidder,
a contract.
is a certified check, cashier's check, bid bond,
payable to the City of Rosemount in the amount
(equal to at least 5% of the bid) to guarantee
should his bid be accepted, enter promptly into
NON -COLLUSION STATEMENT: (Required for submission of bid)
I hereby swear (or affirm) under the penalty for perjury:
1. That I am the bidder, a partner of the bidder, or an
officer or employee of the bidding corporation having authority to
sign on it's behalf;
2. That this bid or bids have been arrived at by the bidder
independently and have been submitted without collusion with, and
without any agreement, understanding or planned common course of
action with any other vendor of materials, supplies, equipment or
services which maybe designed to limit independent bidding or
competition;
3. That the contents of the bid or bids have not been
communicated by the bidder or its employees or agents to any person
not employee or agent of the bidder or its surety on any bond
furnished with, the bid or bids and will not be communicated to any
such person prior to the official opening of the bid or bids; and
4. That I have fully informed myself regarding the accuracy
of the statements made in this statement.
In submitting this bid, the bidder understands that the City
reserves the right to reject any or all bids, to waive
informalities, to award the bid in the best interest of the City,
and to accept trades on any or all units to be traded, or to accept
the base bid without trade.
BID FORM
SINGLE AXLE DUMP BODY, HOIST, HYDRAULICS
PAGE 3
Date of Bid:
SUBMITTED BY: NAME OF BIDDER
ADDRESS
TELEPHONE NUMBER
STATE OF INCORPORATION
AUTHORIZED SIGNATURE
CITY OF ROSEMOUNT
BID SPECIFICATIONS
This invitation is issued for the purpose of establishing a vendor
to supply equipment to the City of Rosemount in accordance with
these specifications.
Specifications for: One 1991 Snowplow for One Ton Pickup
Purchasing Agent: Steve Jilk, City Administrator
Buyer: City of Rosemount
Telephone Number: (612)423-4411
The following refers to the bid specification requirements:
Sealed Bids received until:
Sealed Bids received at:
Bid Deposit:
Performance Bond:
Notes:
March 5, 1991, 10:00 a.m. C.S.T.
Rosemount City Hall
2875 145th Street West
Rosemount, MN 55068
None Required
None Required
All standard terms and conditions
apply as stated within instructions
to Bidders.
Special terms and conditions apply
as specified within product
specifications.
CITY OF ROSEMOUNT
SPECIFICATIONS
FOR
SNOWPLOW
A. GENERAL•
The snowplow will mount on a one ton pickup with the ability
to form a "V" blade or straight blade and shall be a currently
advertised model complete and ready for service. The unit
shall be equipped with all standard equipment, as currently
advertised by the manufacturer whether or not specifically
mentioned in these specifications, in addition to all other
equipment called for in these specifications. Operating data
shall conform or exceed SAE (Society of Automotive Engineers).
The unit shall conform in all ways with the current
requirements for the Occupational Safety and Health Act of
1973 (State of Minnesota). The required bidder will be
required to certify compliance with aforementioned acts. All
equipment must equal or exceed the listed items.
B. CONTRACTUAL AGREEMENT
The City shall issue a signed purchase order as acceptance of
the successful bidders proposal.
The purchase order shall state the price and items to be
purchased. All terms and conditions stated on the purchase
order as well as the BID FORM and these specifications will
constitute the entire and integrated agreement between parties
and hereto supersede all negotiations or agreements either
written or oral made prior by any party having any interest
in this purchase.
Delivery of the unit shall be on or before the date entered
on the BID FORM. Failure to meet the delivery date will
result in the assessment of liquidated damages in the amount
of Fifty Dollars ($50.00) per calendar day. The liquidated
damages shall not be considered a penalty. Payment shall be
made no later than 30 days after delivery, start-up, and
operation of the complete unit.
PRODUCT SPECIFICATIONS
SNOWPLOW FOR ONE TON PICKUP
PAGE 2
MEETS SPEC'S/FAILS SPEC'S
C. SPECIFIC REQUIREMENTS
MOLDBOARD•
Width - 812" wide
Width as "V" - 717"
Plowing width of full 30 degree
angle - 6110"
Moldboard to hinge in center to
form "V" straight blade, scoop
or any position in between
Moldboard height - 29 1/2" of 11 ga.
steel with box type reinforcements
and 6 vertical ribs
TRIP MECHANISM:
PUMP•
The trip mechanism to allow for
tripping of moldboard shall
incorporate 3 trip springs. In
addition, the hydraulic control
valve shall have pressure relief
valves for added protection.
Hydraulic pump shall be Bornes Electric
Hydraulic Pump with integral oil
reservoir and mounted in engine
compartment, or equivalent.
VALVE•
The control valve shall be a 3 section
solenoid operated valve mounted in
the engine compartment. Internal
pressure relief valves to protect
all hydraulic components of excessive
pressure.
PRODUCT SPECIFICATIONS
SNOWPLOW FOR ONE TON PICKUP
PAGE 3
MEETS SPEC'S/FAILS SPEC'S
CONTROLS•
The controls are 3 rocker switch to
control each blade function separately.
This control box can be either pendant
mounted or permanently mounted in the
cab.
A -FRAME:
The "A Frame" assembly is of super strong
tube steel of patented "T -Frame" for
dependability and superior strength.
HITCH•
The hitch shall be "Rapid -Tach" with locking
pins controlled for either the cab or the
lift tower.
Custom designed hitch to suit individual trucks
and applications.
LIGHTS:
The lights are to be Halogen low profile
with integral turn signals and selector
switch in cab for either plow lights
or chassis lights.
VENDOR'S NAME
- BID FORM -
FOR
ONE (1) 1991 SNOWPLOW
Public Works Director
City of Rosemount
2875 145th Street West
P. 0. Box 510
Rosemount, MN 55068
We submit for your consideration the following bid in accordance
with specifications on file in the office of the Public Works
Director in the City of Rosemount.
BASE BID
ONE NEW 1991 SNOWPLOW
S
MOUNTED ON ONE TON PICKUP fi
NET BID
NOTE: Any deviation from specifications for this snowplow shall
be attached as per Section B.1.3. Failure to do so may be
reason for rejection of the bid.
DELIVERY DATE•
SERVICE:Location of Parts and Service
Company Name:
Address:
City: State:
BID FORM
SNOWPLOW
PAGE BF -2
Telephone Number:
Bid enclosure requirements:
1. Bid Proposal - 3 pages
2. Authorized Signature - (Within bid proposal form)
3. Statement of any deviations - (Attached to proposal
form)
4. Manufacturer literature & specifications sheets
5. Manufacturer warranty statement
Sealed bids will be received and publicly opened and read by two
officials of the City of Rosemount on March 5, 1991, at 10:00 a.m.
C.S.T., at the Rosemount City Hall, located at 2875 145th Street
West, Rosemount, MN 55068.
Enclosed herewith is a certified check, cashier's check, bid bond,
money order, made payable to the City of Rosemount in the amount
of $ (equal to at least 5% of the bid) to guarantee
that the bidder, should his bid be accepted, enter promptly into
a contract.
NON -COLLUSION STATEMENT: (Required for submission of bid)
I hereby swear (or affirm) under the penalty for perjury:
1. That I am the bidder, a partner of the bidder, or an
officer or employee of the bidding corporation having authority to
sign on it's behalf;
2. That this bid or bids have been arrived at by the bidder
independently and have been submitted without collusion with, and
without any agreement, understanding or planned common course of
action with any other vendor of materials, supplies, equipment or
services which maybe designed to limit independent bidding or
competition;
3. That the contents of the bid or bids have not been
communicated by the bidder or its employees or agents to any person
not employee or agent of the bidder or its surety on any bond
furnished with the bid or bids and will not be communicated to any
such person prior to the official opening of the bid or bids; and
4. That I have fully informed myself regarding the accuracy
of the statements made in this statement.
In submitting this bid, the bidder understands that the City
reserves the right to reject any or all bids, to waive
informalities, to award the bid in the best interest of the City,
and to accept trades on any or all units to be traded, or to accept
the base bid without trade.
BID FORM
SNOWPLOW
PAGE BF -3
Date of Bid:
SUBMITTED BY: NAME OF BIDDER
ADDRESS
TELEPHONE NUMBER
STATE OF INCORPORATION
AUTHORIZED SIGNATURE
CITY OF ROSEMOUNT
BID SPECIFICATIONS
This invitation is issued for the purpose of establishing a vendor
to supply equipment to the City of Rosemount in accordance with
these specifications.
Specifications for: Tractor/Mower with (3) Rotary Decks
Purchasing Agent: Steve Jilk, City Administrator
Buyer: City of Rosemount
Telephone Number: (612)423-4411
The following refers to the bid specification requirements:
Sealed Bids received until:
Sealed Bids received at:
Bid Deposit:
Performance Bond:
Notes:
March 5, 1991, 10:00 a.m. C.S.T.
Rosemount City Hall
2875 145th Street West
Rosemount, MN 55068
None Required
None Required
All standard terms and conditions
apply as stated within instructions
to Bidders.
Special terms and conditions apply
as specified within product
specifications.
CITY OF ROSEMOUNT
SPECIFICATIONS
FOR
TRACTOR/MOWER WITH (3) ROTARY DECKS
A. GENERAL•
The bidder shall deliver to the City Maintenance Garage, 14455 Brazil
Avenue, Rosemount, Minnesota, one (1) new large capacity rotary/mower
with three (3) rotary decks and optional attachments as specified,
including all items necessary for proper operation whether
specifically mentioned or not. All specified equipment shall be
installed and guaranteed by the bidder. The successful bidder in all
ways shall be responsible for supplying equipment to the City of
Rosemount which is in full compliance with all Federal and State
safety laws governing such items. All standard equipment advertised
in manufacturer's literature shall be furnished, whether specifically
called for herein, except where specifications exceeds the standard
or conflicting equipment specified. Operating data, engine
specifications shall conform or exceed SAE (Society of Automotive
Engineers). The unit shall conform in all ways with the current
requirements for the Occupational Safety and Health Act of 1973
(State of Minnesota). The required bidder will be required to
certify compliance with aforementioned acts. All equipment must
equal or exceed the listed items.
B. INTENT•
It is the City's intent to purchase a new current production Howard
Price, Prime Mover Model H-180, or Toro Groundmaster Model 580D or
equivalent. Other manufacturer's are encouraged to submit bid
proposals on their vehicles or models, but specification compliance
must be substantiated. The City's staff shall reserve the right and
be the sole judge in determining whether or not the equipment may be
considered acceptable and meets the specifications.
C. CONTRACTUAL AGREEMENT
The City shall issue a signed purchase order as acceptance of the
successful bidders proposal.
The purchase order shall state the price and items to be purchased.
All terms and conditions stated on the purchase order as well as the
BID FORM and these specifications will constitute the entire and
integrated agreement between parties and hereto supersede all
PRODUCT SPECIFICATIONS
TRACTOR/MOWER W/ (3) ROTARY DECKS
PAGE 2
negotiations or agreements either written or oral made prior by any
party having any interest in this purchase.
Delivery of the unit shall be on or before the date entered on the
BID FORM. Failure to meet the delivery date will result in the
assessment of liquidated damages in the amount of Fifty Dollars
($50.00Z per calendar day. The liquidated damages shall not be
considered a penalty. Payment shall be made no later than 30 days
after delivery, start-up, and operation of the complete unit.
D. SPECIFIC REQUIREMENTS
MEETS SPECIS/FAIL SPEC'S
ENGINE•
76 H.P., or larger diesel engine
Four cylinder, water-cooled
FUEL CAPACITY•
Diesel, 15 gallon minimum
TRANSMISSION•
Servo -controlled with integral acceleration
valves for smooth effortless speed
control. Infinitely variable ground
speed from 9-20 mph forward and 10 mph
reverse.
TIRE/WHEELS•
Two (2) rear steering tires, 4 -ply
high flotation.
Two (2) front drive tires, 4 -ply
high flotation.
One (1) Front spare, mounted
One (1) Rear spare, mounted
ROPS•
Welded ROPS system, certified per OSHA 1928.52,
tested to gross vehicle weight of the unit.
PRODUCT SPECIFICATIONS
TRACTOR/MOWER W/(3) ROTARY DECKS
PAGE 3
MEETS SPEC'S/FAILED SPEC'S
BRAKES:
Hydraulic drum/shoe brakes and parking brake.
STEERING•
Full power steering
15" steering wheel
TURNING RADIUS•
10' turning radius
5' uncut circle
CONTROLS:
Hand operated throttle
Attached safety locks
Three (3) independent P.T.O. controls
Foot operated ground speed control
Automatic shut-off on side P.T.O.'s when
raised above 30 degrees, independent
automatic pressure relief controls
on each hydraulic circuit.
GAUGES:
Tachometer
Hour meter
Water temperature
Fuel Level
Hydraulic fluid temperature
Engine oil pressure warning light
Hydraulic fluid temperature warning light
All gauges fully luminated.
SEAT:
Deluxe cushion adjustable suspension
Seat belts
Safety seat interlock switch
PRODUCT SPECIFICATIONS
TRACTOR/MOWER W/(3) ROTARY DECKS
PAGE 4
MEETS SPEC'S/FAILED SPEC'S
ELECTRICAL:
12 volt
Maintenance free battery
35 amp minimum
Alternator
Sealed beam headlights (front & rear)
Tail light
Amber flashing hazard lights
Turn signals
Strobe light
Electronic back-up alarm
ATTACHMENT DRIVE:
Three (3) independent hydraulic P.T.O.
Circuits, each capable of 20 G.P.M.
at 2400 R.P.M. at 2000 P.S.I.
DECKS•
Total cut width 15' rotary minimum
11 acres p/h
Adjustable height from 1" to 5"
Center deck and right and left side decks
D. OPTIONS
1. Four Wheel Drive
2. Engine Turbo Charged 100 H.P.
3. 6 Foot Wing Decks
VENDOR'S NAME
- BID FORM -
FOR
ONE (1) 1991 TRACTOR/MOWER
W/(3) ROTARY DECKS
Public Works Director
City of Rosemount
2875 145th Street West
P. O. Box 510
Rosemount, MN 55068
We submit for your consideration the following bid in accordance
with specifications on file in the office of the Public Works
Director in the City of Rosemount.
BASE BID
ONE NEW 1991 TRACTOR/MOWER
W/ (3) ROTARY DECKS $
OPTIONS
FOUR WHEEL DRIVE
P9
ENGINE TURBO CHARGED 100 H.P. $
6 FOOT WING DECKS
;I
NET BID ***************************** 11s
NOTE: Any deviation from specifications for this tractor/mower
w/3 rotary decks shall be attached as per Section B.1.3.
Failure to do so may be reason for rejection of the bid.
DELIVERY DATE:
BID FORM
SNOWPLOW
PAGE BF -2
SERVICE:Location of Parts and Service
Company Name:
Address:
City:
Telephone Number:
Bid enclosure requirements:
State:
1. Bid Proposal - 3 pages
2. Authorized Signature - (Within bid proposal form)
3. Statement of any deviations - (Attached to proposal
form)
4. Manufacturer literature & specifications sheets
5. Manufacturer warranty statement
Sealed bids will be received and publicly opened and read by two
officials of the City of Rosemount on March 5, 1991, at 10:00 a.m.
C.S.T., at the Rosemount City Hall, located at 2875 145th Street
West, Rosemount, MN 55068.
Enclosed herewith is a certified check, cashier's check, bid bond,
money order, made payable to the City of Rosemount in the amount
of $ (equal to at least 5% of the bid) to guarantee
that the bidder, should his bid be accepted, enter promptly into
a contract.
NON -COLLUSION STATEMENT: (Required for submission of bid)
I hereby swear (or affirm) under the penalty for perjury•
1. That I am the bidder, a partner of the bidder, or an
officer or employee of the bidding corporation having authority to
sign on it's behalf;
2. That this bid or bids have been arrived at by the bidder
independently and have been submitted without collusion with, and
without any agreement, understanding or planned common course of
action with any other vendor of materials, supplies, equipment or
services which maybe designed to limit independent bidding or
competition;
3. That the contents of the bid or bids have not been
communicated by the bidder or its employees or agents to any person
BID FORM
SNOWPLOW
PAGE BF -3
not employee or agent of the bidder or its surety on any bond
furnished with the bid or bids and will not be communicated to any
such person prior to the official opening of the bid or bids; and
4. That I have fully informed myself regarding the accuracy
of the statements made in this statement.
In submitting this bid, the bidder understands that the City
reserves the right to reject any or all bids, to waive
informalities, to award the bid in the best interest of the City,
and to accept trades on any or all units to be traded, or to accept
the base bid without trade.
Date of Bid:
SUBMITTED BY: NAME OF BIDDER
ADDRESS
TELEPHONE NUMBER
STATE OF INCORPORATION
AUTHORIZED SIGNATURE
CITY OF ROSEMOUNT
BID SPECIFICATIONS
This invitation is issued for the purpose of establishing a vendor
to supply equipment to the City of Rosemount in accordance with
these specifications.
Specifications for: Four -Wheel Drive Utility Tractor with Cab,
Front Mount Snowblower and Rear Mower
Purchasing Agent: Steve Jilk, City Administrator
Buyer: City of Rosemount
Telephone Number: (612)423-4411
The following refers to the bid specification requirements:
Sealed Bids received until:
Sealed Bids received at:
Bid Deposit:
Performance Bond:
Notes:
March 5, 1991, 10:00 a.m. C.S.T.
Rosemount City Hall
2875 145th Street West
Rosemount, MN 55068
None Required
None Required
All standard terms and conditions
apply as stated within instructions
to Bidders.
Special terms and conditions apply
as specified within product
specifications.
CITY OF ROSEMOUNT
SPECIFICATIONS
FOR
FOUR-WHEEL DRIVE UTILITY TRACTOR WITH
CAB, FRONT MOUNT SNOWBLOWER AND REAR MOWER
A. GENERAL:
The four-wheel drive utility tractor with cab, front mount
snowblower, and rear mounted mower shall be a currently advertised
model complete and ready for service. The unit shall be equipped
with all standard equipment, as currently advertised by the
manufacturer whether or not specifically mentioned in these
specifications, in addition to all other equipment called for in
these specifications. Operating data, engine specifications shall
conform or exceed SAE (Society of Automotive Engineers). The unit
shall conform in all ways with the current requirements for the
Occupational Safety and Health Act of 1973 (State of Minnesota).
The required bidder will be required to certify compliance with
aforementioned acts. All equipment must equal or exceed the listed
items.
B. INTENT
It is the City's intent to purchase a new current production Ford
4630, John Deere 2355 or equivalent. Other manufacturer's are
encouraged to submit bid proposals on their vehicles or models, but
specification compliance must be substantiated. The City's staff
shall reserve the right and be the sole judge in determining whether
or not the equipment may be considered acceptable and meets the
specifications.
C. CONTRACTUAL AGREEMENT
The City shall issue a signed purchase order as acceptance of the
successful bidders proposal.
The purchase order shall state the price and items to be purchased.
All terms and conditions stated on the purchase order as well as the
BID FORM and these specifications will constitute the entire and
integrated agreement between parties and hereto supersede all
negotiations or agreements either written or oral made prior by any
party having any interest in this purchase.
Delivery of the unit shall be on or before the date entered on the
BID FORM. Failure to meet the delivery date will result in the
assessment of liquidated damages in the amount of Fifty Dollars
_($50.00) per calendar day. The liquidated damages shall not be
considered a penalty. Payment shall be made no later than 30 days
after delivery, start-up, and operation of the complete unit.
PRODUCT SPECIFICATIONS
TRACTOR
PAGE 2
D. SPECIFIC REQUIREMENTS
ENGINE:
Diesel
3 or 4 Cylinder
55.O P.T.O. Horsepower
201 cubic inch displacement
Water cooled with thermostat
freeze to 30 degrees F
Dry type air filter
Pressurized lubrication with
oil filter
Cool weather starting system
Vertical exhaust
Fuel filter
and anti -
full -flow
Block type engine coolant heater
TRANSMISSION•
Top shaft synchronized hi -lo
transmission with eight forward and four
reverse speeds. Must allow on -the -go
full load operation with no clutch
shifting, differential lock.
P.T.O.:
Independent 540 R.P.M. rear
HYDRAULICS:
Live, Two (2) complete remote cylinder
controls with two-way control valves
with two sets of breakaway couplers
each.
Pump displacement, 13 gpm minimum
ELECTRICAL•
Two (2) 12 volt, 66 ampere batteries or
equal
70 Amp alternator
Starter
Complete lighting equipment including
headlights, taillights rear work lights,
directional signals, front & rear
HITCH•
Category 2, Three-point hitch/hydraulics
Telescoping lower links
Telescoping linkage stabilizers
MEETS SPECIS/FAILS SPEC'S
PRODUCT SPECIFICATIONS
TRACTOR
PAGE 3
MEETS SPEC S/FAILS SPEC'S
Swinging draw bars
STEERING•
Hydrostatic steering or power steering
OPERATOR SEAT:
Deluxe, designed to provide several
adjustments for the operator, including
height, weight, armrest, lumbar and tilt
Seat shall be cloth
TIRES•
Shall be turf tires, front & rear
BRAKES:
Hydraulically actuated - mechanical
operated
Foot -operated individually or
simultaneously
Hand -operated parking brake.
INSTRUMENTS•
Indicator Lights:
Alternator
Flasher Indicator light
Engine Oil Pressure
Transmission Oil Pressure
Clutch Fluid Level
Hand brake (with audible warning
signal)
Hi -beam
Air restriction
Gauges:
Fuel
Engine coolant
Electronic Tachometer/Hourmeter
Turn signals
Dash located dimmer switch
OPTIONAL EQUIPMENT:
Front fenders
Front Crankshaft drive
Rear wheel weights, 600 minimum
PRODUCT SPECIFICATIONS
TRACTOR
PAGE 4
MEETS SPEC'S/FAILS SPEC'S
TRACTOR CAB: Factory mounted, all weather
Construction:
Cab shall be of all steel construction
four -post, roll guard steel frame for
increased operator
protection,
,permanently mounted.
Roll over
protection structures which meet
Federal and State
of Minnesota
regulations must be
provided. It
shall include large
expansive type
tinted safety glass.
Interior:
Inside cab platform shall allow easy
entry and exit. All doors, windows,
cab to tractor joints and floor
arrears shall be completely
weatherstripped. Interior shall be
sound deadened and covered with heavy
vinyl.
Other:
Cab shall include electric windshield
wiper/washer, front and rear, seat
belt, heater, air conditioner, working
lights, both front and rear. It shall
have factory mounted West Coast
Mirrors (right and left side), Am/Fm
Stereo Radio, full width sun visor.
One (1) full set of operational &
service manuals
Color:
Shall match tractor color.
FRONT MOUNTED SNOWBLOWER
Blower Unit:
Width of Cut - 84"
Stages - 2
Cutting Height - 36"
Auger Diameter - 12" Two Augers
Auger Protection - Shear bolt
Fan Diameter - 2811, 3 Bladed
Fan Protection - Shear bolt
Discharge Chute - 180 Degree -
Hydraulically operated
PRODUCT SPECIFICATIONS
TRACTOR
PAGE 5
MEETS SPECIS/FAILS SPEC'S
Discharge Tip Control - Hydraulically
operated
PTO RPM - 540 RPM
Drive Line - Series 35
Weight - Approximately 1,500 lbs.
Erskine Model 840 -2 -FM or Equal
REAR MOWER - 88" (Offset right side)•
Mower Housing:
Unitized cutter housing, 10 gauge with
bearing guards.
Full-length, replaceable skid shoes.
Cuttershaft: 4-1/2" steel, 4 rows of
knives.
Cuttershaft bearings: self -aligning.
1-15/16" I.D. greasable.
Rear roller: full-length, 6"
diameter, adjustable (3/4" - 611)
greasable 1-11/32" I.D. bearings
Cuttershaft speed: 2200 RPM,
inherently and dynamically balanced.
Lift Chains: allows flexibility to
the tractor hitch, provides a greater
vertical angular range which the mower
can freely move through.
Drive Train:
PTO: 540 -Cat. 4 with spring-loaded
slip clutch.
Gearbox: 60 HP continuous, 90 HP
intermittent
Driveshaft to outboard drive: totally
enclosed
Drive belt: modified "C" section "V"
belt, reverse bend.
Belt adjustment: automatic spring -
tension.
Knives:
Coarse cut knives:
Dimensions - 1-3/4" x 3-5/1601, 3 oz.
each.
Mounted to cuttershaft on heat-treated
clevis rings.
Number of knives: 88 inch, 44 pair.
VENDOR'S NAME
- BID FORM -
bID
ONE (1) 1991 FOUR-WHEEL DRIVE UTILITY TRACTOR WITH
CAB, FRONT MOUNTING SNOW BLOWER AND REAR MOWER
Public Works Director
City of Rosemount
2875 145th Street West
P. O. Box 510
Rosemount, MN 55068
We submit for your consideration the following bid in accordance
with specifications on file in the office of the Public Works
Director in the City of Rosemount.
BASE BID
ONE NEW 1991 FOUR-WHEEL DRIVE UTILITY
TRACTOR & CAB S
FRONT BLOWER
REAR MOWER
SUBTOTAL
5
1�
�9
NET BID *************************** IL$
'I
NOTE: Any deviation from specifications for this tractor, cab,
snowblower & rear mower shall be attached as per Section
B.1.3. Failure to do so may be reason for rejection of the
bid.
DELIVERY DATE:
SERVICE:Location of Parts and Service
Company Name:
BID FORM
FOUR WHEEL DRIVE UTILITY TRACTOR & ACCESSORIES
PAGE BF -2
Address:
City:
Telephone Number:
Bid enclosure requirements:
State:
1. Bid Proposal - 3 pages
2. Authorized Signature - (Within bid proposal form)
3. Statement of any deviations - (Attached to proposal
form)
4. Manufacturer literature & specifications sheets
5. Manufacturer warranty statement
Sealed bids will be received and publicly opened and read by two
officials of the City of Rosemount on March 5, 1991, at 10:00 a.m.
C.S.T., at the Rosemount City Hall, located at 2875 145th Street
West, Rosemount, MN 55068.
Enclosed herewith is a certified check, cashier's check, bid bond,
money order, made payable to the City of Rosemount in the amount
of $ (equal to at least 5% of the bid) to guarantee
that the bidder, should his bid be accepted, enter promptly into
a contract.
NON -COLLUSION STATEMENT: (Required for submission of bid)
I hereby swear (or affirm) under the penalty for perjury:
1. That I am the bidder, a partner of the bidder, or an
officer or employee of the bidding corporation having authority to
sign on it's behalf;
2. That this bid or bids have been arrived at by the bidder
independently and have been submitted without collusion with, and
without any agreement, understanding or planned common course of
action with any other vendor of materials, supplies, equipment or
services which maybe designed to limit independent bidding or
competition;
3. That the contents of the bid or bids have not been
communicated by the bidder or its employees or agents to any person
not employee or agent of the bidder or its surety on any bond
furnished with the bid or bids and will not be communicated to any
such person prior to the official opening of the bid or bids; and
4. That I have fully informed myself regarding the accuracy
of the statements made in this statement.
BID FORM
FOUR WHEEL DRIVE UTILITY TRACTOR & ACCESSORIES
PAGE BF -3
informalities, to award the bid in the best interest of the City,
and to accept trades on any or all units to be traded, or to accept
the base bid without trade.
Date of Bid:
SUBMITTED BY: NAME OF BIDDER
ADDRESS
TELEPHONE NUMBER
STATE OF INCORPORATION
AUTHORIZED SIGNATURE