Loading...
HomeMy WebLinkAbout8.c. Authorize Purchase of VehiclesCITY OF ROSEMOUNT EXECUTIVE SUMMARY,, FOR ACTION 'CITY COUNCIL MEETING DATE: February 5, 1991, AGENDA ITEM:VEHICLE PURCHASE REQUEST AGENDA SECTION: Nev Business PREPARED BY:DAVID J. BECHTOLD / DIR. P & R AGENEM #�{ 7T C • ATTACHMENTS:NOTICE OF BIDS AND, SPECIFICATIONS APP VED Y: EXPEND. BREAKDOWN & VEHICLE EVAL ra or as as e me o ea wi the i e of purchasing vehicles as identified in the 1991 IP. Therae purchases` relate to the following vehicles= FIRE DEPARTMENT I. PURCHASES A. 1/2 Ton Extended Cab Pickup B. 1 Ton Pickup II. TRANSFERS / TRADES A.`Transfer 4 x-4,1 ton pickup to Maintenance Fleet B Trade in 1987 Chev. car PUBLIC WORKS I. PURCHASES A. Two 1/2 ton pickups (Public Works trucks for trade in. B. 1/2 ton pick up (NOTE Police squad for trade in.) II TRANSFERS / TRADES A. Trade in 1979 Dodge pickup B. Trade in 1970 Chev. pickup C. Trade in 1988 Chevy squad from Police Department PARKS & RECREATION I. PURCHASES A. 3/4 ton Commercial Sports Van (Rec. Van.) B. 3/4 ton Cargo Van (Parks) II. TRANSFERS / TRADES` A. Trade in 1983 Ford LTD from fleet (now in Public Works) B. Trade in 1984 Ford LTD from fleet (Fire Marshall's car) POLICE I. ' PURCHASES : PURCHASED 2 CHEVY SQUADS THROUGH STATE BIDS II. TRANSFERS t TRADES A. Transfer 1987 squad to fleet (to Community Development) B. NOTE: 1988 squad used for trade in for Public Works An ad will be published in the legal paper for bids. The deadline for accepting bids .will be 10:00 A.-M.'February 21, 1991. .RECOMMENDED ACTION: MOTION: To approve specs and advertise for bids for vehicle's,listed. COUNCIL ACTION: Approved specifications and allow staff to prioritize the purchase of vehicles based upon need and hold off purchasing some until later. i REQUEST FOR VEHICLE PURCHASES FEBRUARY 5, 1991 SUMMARY PURCHASE ITEM AND ACCOUNT # ITEM TO BE PURCHASED 1991 CIP $ AMOUNT PURPOSE ACCOUNT # FIRE, 1. 1/2 TON 4X4 PICK UP 14 (552) 20,000 GENERAL 2. 1 TON 4X4 PICK UP 12 (551) 20,000 GRASS RIG NOTE= TRADE IN 1987 CAR & ROTATE PRESENT TRUCK INTO PUBLIC WORKS PUBLIC WORKS: 1. 1/2 TON PICK UP 20 (553) 13,000 RICK COOK 2. 1/2 TON PICK UP 22 (554) 12,300 GENERAL USE 3. 1/2 TON PICK UP 24 (555) 12,300 GENERAL USE NOTE: TRADE IN 1970 & 1979 PICK UPS - ALSO TRADE IN 1988 SQUAD CAR PARKS & RECREATION= 1. 3/4 TON SPORTS VAN 40 (556) 17,000 RECREATION DEPT. 2. 3/4 TON CARGO VAN 42 (557) 17,000 BUILDING TRADES & PARK REPAIR USE This short memo depicts departments working together in an effort to replace vehicles that are in the fleet dating to 1970, 1979, 1983, and 1984. The result is each new vehicle with a representative trade in for use in this purchase request. This request also shows departments working together to salvage use of vehicles from one department to another to obtain some extended use if a. vehicle is in somewhat fair to good condition. ie; the 1987 squad to the Fire Marshall to replace his department's 1984 LTD. Attached is a check off slip that was used by the Parks Supervisor, the Public Works Supervisor, and the level III Mechanic as a part of the vehicle evaluation process. Also used to identify vehicle condition and status for availability and for trade was a meeting of staff from the departments of Fire, Public Works, Police, and Parks. Ar CARS - 1 - 16 - 91 EVALUATION OF CONDITION of POSSIBLE ADDITIONS TO FLEET FOR BACK UPS OR FOR TRADE INS LIST CONDITION OF ITEMS EITHER AS GOOD, FAIR, POOR GEORGE LUNDE'S_(_LTD DOORS / le, o/i, ADDITIONAL COMMENTS DRIVE CHAIN vc>/' ENGINE ovv TIRES PAINT MILES�yy JOHN STRESE (FIRE DEPT. 1987 CHEV) DOORS DRIVE CHAIN ADDITIONAL COMMENTS ENGINE 'op,,t TIRES /e .`0-=4-,�� PAINT 'Cl a7 MILES =Z -Cf LYLE'S (POLICE 1987 DODG DOORS cc, - DRIVE CHAIN ADDITIONAL COMMENTS ENGINE CLQ TIRES Grcc�. PAINT CoocE�- MILES LYLE'S (POLICE 1988 CHEV.) DOORS Roo2 ADDITIONAL COMMENTS DRIVE CHAIN ;rz ENGINE TIRES �, PAINT'carz. MILES�yL6 1983 AND 1984 LTD (BEING TRADED FOR park's VANS) PREVIOUSLY AGREED TO BE TRADED WITHOUT CONSIDERATION FOR KEEPING IN FLEET WITH park's VAN PURCHASES 1979 DODGE AND 1970 CHEV TRUCK (TRADED FOR pwks TRUCKS) PREVIOUSLY AGREED TO BE TRADED WITH pwks TRUCK PURCHASES NOTE: A THIRD CAR (1987 CHEV) IS BEING KEPT BY LYLE MIKE WIDSTROM: �✓ �` �� ��,/�� RICK COOK: DEAN SANDSTROM : ��-�-- CITY OF ROSEMOUNT ADVERTISEMENT OF BID PC 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., February 21, 1991 and will then be publicly opened and read aloud. Bids are being requested for the purchase of the following equipment: Three (3) 1/2 Ton Pickups One (1) Full Size Cargo Van one (1) Commercial Sport van or equivalent One (1) One Ton Full Size 4x4 Pickup w/Single Rear Wheels One (1) 1/2 Ton Pickup w/ 4x4 Extended Cab Shortbox 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 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 (5%) 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. Johnson 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: Three (3) 1/2 Ton Pickup Trucks 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: February 21, 1991, 10:00 a.m. C.S.T. Sealed Bids received at: Bid Deposit: Performance Bond: Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 None Required None Required Notes: All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. PRODUCT SPECIFICATONS 1/2 TON PICKUP TRUCK PAGE 4 MEETS SPEC'S/FAILS SPEC'S TRADE-INS The units proposed as trades are as listed: 1970 Chevrolet 3/4 ton Pickup 1979 Dodge 1/2 ton Pickup 1983 Ford 1/2 ton Pickup 1983 Ford LTD 1984 Ford LTD 1988 Chevrolet Caprice 1987 Chevrolet Caprice These vehicles can be inspected, by appointment only, at the Public Works Garage, 14455 Brazil Avenue. You may contact Mike Widstrom, the Public Work Supervisor, 322-2053, to arrange for an appointment. VENDOR'S NAME - BID FORM - FOR THREE (3) 1991 1/2 TON PICKUP TRUCKS 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 THREE NEW 1991 1/2 TON PICKUP TRUCKS LESS TRADE-INS 1979 DODGE 1/2 TON PICKUP 1970 CHEVROLET 3/4 TON PICKUP 1983 FORD 1/2 TON PICKUP 1983 FORD LTD 1984 FORD LTD 1988 Chevrolet Caprice 1987 Chevrolet Caprice OPTION 1 EXTENDED WARRANTY 9 R u NET BID ****************************** 11s 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. a BID FORM 1/2 TON PICKUP TRUCK PAGE BF -2 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) 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 February 21, 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; 00�- BID FORM 1/2 TON PICKUP TRUCK PAGE BF -3 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. 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: Full Size Cargo Van 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: February 21,1991, 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 FULL SIZE CARGO VAN GENERAL The full size cargo van 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 full size cargo van. 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 ($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, operation and acceptance of the complete unit. SPECIFIC REQUIREMENTS TECHNICAL ENGINE• MEETS SPEC'S/FAILS SPEC'S 350 Fuel Injected Gas Engine or equivalent CHASSIS: 3/4 Ton or greater PRODUCT SPECIFICATIONS FULL SIZE CARGO VAN PAGE 2 MEETS SPECIS/FAILS SPECS TRANSMISSION• 3 speed automatic with extra cooling Heavy Duty & Pulling Package Rear Axle Locking Differential PAYLOAD• Minimum 2,764 lbs. TIRES• All season radials, 235-15 Full size spare tire-undermount FUEL CAPACITY: 16 gallons or more BATTERY• Minimum 80 amp/hr; 630 cold cranking amps ALTERNATOR• Minimum 100 amp or equivalent STEERING: Power BRAKES• Power/rear anti-lock CONSTRUCTION: Body on Frame SHOCKS: Gas -pressurized, Heavy duty SPRINGS• Heavy Duty WHEELBASE• 125" or greater PRODUCT SPECIFICATIONS FULL SIZE CARGO VAN PAGE 3 MEETS SPEC'S/FAILS SPECS AIR CONDITIONING: High capacity HEATING: High capacity with auxiliary rear heater TRAILER TOWING• Heavy duty type III receiver hitch Trailer wiring harness Heavy duty turn signal flasher EXTERIOR Hinged rear and side cargo doors Fixed rear and side cargo door glass tinted Engine block heater Windshield shall be shaded on top Wipers shall be heavy duty with interval speed Rust proofing and undercoating protection Paint will be white Mirrors: Dual swingaway mirrors approximately 9 x 7 Door stop, rear and side doors INTERIOR Front and rear dome lights Day/night rearview mirror Electronic AM/FM stereo radio w/clock Dual cloth captains chairs Color -Blue Engine cover console PRODUCT SPECIFICATIONS FULL SIZE CARGO VAN PAGE 4 MEETS SPEC'S/FAILS SPEC'S MISCELLANEOUS MANUAL• 1 Complete Set of Parts & Chassis CORROSION PROTECTION: 6 years/100,000 miles all body components are to be warranted against rust -through corrosion or equivalent. OPTION 1 EXTENDED WARRANTY: 5 years/50,000 miles for all parts, including labor and parts, to correct any defects in material or workmanship. No deductible will be allowed within this warranty. If the vehicle cannot be driven because of a defect covered by warranty, towing to the respectful repair shop will be covered. VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 FULL SIZE CARGO VAN 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 FULL SIZE CARGO VAN OPTION 1 EXTENDED WARRANTY 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: Telephone Number: State: BID FORM FULL SIZE CARGO VAN PAGE BF -2 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 February 21, 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 FULL SIZE CARGO VAN 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: Commercial Vehicle Sport Van or equivalent 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: February 21,1991, 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 COMMERCIAL VEHICLE SPORT VAN OR EQUIVALENT A. GENERAL The commercial vehicle sport van or equivalent 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 commercial vehicle sport van or equivalent. 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. 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, operation and acceptance of the complete unit. C. SPECIFIC REQUIREMENTS TECHNICAL ENGINE: MEETS SPEC'S/FAILS SPEC'S 350 Fuel Injected Gas Engine or equivalent CHASSIS: 3/4 Ton or greater PRODUCT SPECIFICATIONS COMMERCIAL VEHICLE SPORT VAN PAGE 2 MEETS SPECIS,/FAILS SPECS TRANSMISSION: 3 speed automatic with extra cooling Heavy Duty & Pulling Package Rear Axle Locking Differential PAYLOAD• Minimum 2,764 lbs. TIRES• All season radials Full size spare tire-undermount FUEL CAPACITY• 16 gallons or more BATTERY• Minimum 80 amp/hr; 630 cold cranking amps ALTERNATOR• Minimum 100 amp or equivalent STEERING• Power BRAKES• Power/rear anti-lock CONSTRUCTION• Body on Frame SHOCKS• Gas -pressurized, Heavy duty SPRINGS• Heavy Duty WHEELBASE• 125" or greater PRODUCT SPECIFICATIONS COMMERCIAL VEHICLE SPORT VAN PAGE 3 1'4V } MEETS SPEC'S/FAILS SPEC'S AIR CONDITIONING: High capacity HEATING: High capacity with auxiliary rear heater TRAILER TOWING• Heavy duty type III receiver hitch Trailer wiring harness Heavy duty turn signal flasher EXTERIOR Hinged rear and side cargo doors Fixed rear and side cargo door glass tinted Engine block heater Windshield shall be shaded on top Wipers shall be heavy duty with interval speed Rust proofing and undercoating protection Paint will be white Mirrors: Dual swingaway mirros approximately 9 x 7 Door stop, rear and side doors INTERIOR Front and rear dome lights Day/night rearview mirror Electronic AM/FM stereo radio w/clock Dual cloth captains chairs Color -Blue Engine cover console Two 3/4 bench style seats/1 seat to be removable,rear Cloth PRODUCT SPECIFICATIONS COMMERCIAL VEHICLE SPORT VAN PAGE 4 MEETS SPEC I SIFAILS SPEC S WARRANTY AND MISCELLANEOUS MANUAL: 1 Complete Set of Parts & Chassis CORROSION PROTECTION: 6 years/100,000 miles all body components are to be warranted against rust -through corrosion or. equal. OPTION 1 EXTENDED WARRANTY: 5 years/50,000 miles for all parts, including labor and parts, to correct any defects in material or workmanship. No deductible will be allowed within this warranty. If the vehicle cannot be driven because of a defect covered by warranty, towing to the respectful repair shop will be covered. VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 COMMERCIAL VEHICLE SPORT VAN OR EQUIVALENT 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 COMMERCIAL VEHICLE SPORT VAN OR EQUIVALENT $ OPTION 1 EXTENDED WARRANTY NET BID **************************** l' (I 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: Telephone Number: BID FORM COMMERCIAL VEHICLE SPORT VAN PAGE BF -2 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 readbytwo officials of the City of Rosemount on February 21, 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, BID FORM COMMERCIAL VEHICLE SPORT VAN PAGE BF -3 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: One (1) 1 Ton Full Size 4x4 Pickup w/ Single Rear Wheels 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: February 21,1991, 10:00 a.m. C.S.T. Sealed Bids received at: Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 Bid Deposit: None Required Performance Bond: None Required Notes: All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. SPECIFICATIONS FOR 1991 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS A. GENERAL The 1 ton full size 4x4 pickup truck with single rear wheels 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 1 ton full size 4x4 pickup truck w/ single rear wheels. This 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. 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, operation and acceptance of the complete unit. C. SPECIFIC REQUIREMENTS MEETS SPEC'S/FAILS SPEC'S ENGINE Gas engine EFI 7.4L -7.8L or equivalent minimum SAE net HP 230 at 3,600 rpm PRODUCT SPECIFICATIONS 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS PAGE 2 minimum SAE net torque 390 lbs -ft 2,200 rpm CHASSIS 1 ton 4x4 full size pickup with manual locking hubs TRANSMISSION Automatic 3 speed with cooler SUSPENSION 9,000 lbs GVW tapered leaf constant rate front. Two stage leaf, variable rate rear axle rating 6,000 lbs. Payload capacity 3,500 lbs. GAS TANK TIRES 16 gallons or greater 235-245-16" all terrain radials Full size spare mounted on rim BATTERIES Two heavy duty (950 cca) each ALTERNATOR (1) 100 amp or equivalent STEERING Power PRODUCT SPECIFICATIONS 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS PAGE 3 AIR CONDITIONING Yes HEATING High out put TRAILER TOWING PACKAGE Heavy duty type III receiving hitch (Installed) EXTERIOR Color - White INTERIOR Color - Tan Knitted vinyl folding bench seat Rubber floor mat MISCELLANEOUS Sliding rear window Cold climate package Off road skid plates AM/FM stereo w/clock Dual swingaway mirrors, approx. 9x7 Stainless Steel Chrome front bumper Standard rear step bumper All gauges Dome light Halogen headlights Tow hooks Rust proofing and undercoating protection MANUAL 1 Complete Set of Parts & Chassis 1 Complete Service Manual PRODUCT SPECIFICATIONS 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS PAGE 4 CORROSION PROTECTION 6 years/100,000 miles all body components are to be warranted against rust -through corrosion or equivalent. OPTION 1 EXTENDED WARRANTY 5 years/50,000 miles for all parts, including labor and parts, to correct any defects in material or workmanship. No deductible will be allowed within this warranty. If the vehicle cannot be driven because of a defect covered by warranty, towing to the respectful repair shop will be covered. VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS 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 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS OPTION 1 EXTENDED WARRANTY 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 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS 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 February 21, 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 the bidder or its employees the bidder or its surety on not be communicated to any bid or bids; and of the bid or bids have not been communicated by or agents to any person not employee or agent of any bond furnished with the bid or bids and will such person prior to the official opening of the 4. That I have fully informed myself regarding the accuracy of the statements made in this statement. BID FORM 1 TON FULL SIZE 4X4 PICKUP W/ SINGLE REAR WHEELS 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 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 (1) 1/2 Ton Pickup w/ 4x4 Extended Cab Shortbox 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: February 21, 1991, 10:00 a.m. C.S.T. Sealed Bids received at: Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 Bid Deposit: None Required Performance Bond: None Required Notes: All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. SPECIFICATIONS E�� 1991 1/2 TON PICKUP W/4X4 EXTENDED CAB SHORTBOX A. GENERAL The 1/2 ton pickup truck with 4 x 4 extended cab shortbox 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 1/2 ton pickup truck w/ 4x4 extended cab shortbox. This 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. 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, operation and acceptance of the complete unit. C. SPECIFIC REQUIREMENTS MEETS SPECIS/FAILS SPEC'S ENGINE Gas engine EFI 5.7L -5.8L or equivalent PRODUCT SPECIFICATION 1991 1/2 TON PRUP W/4X4 EXTENDED CAB SHORTBOX PAGE 2 MEETS SPECIS/FAILS SPEC'S CHASSIS 1/2 ton 4x4 shortbox extended cab with automatic locking hubs TRANSMISSION Automatic 3 speed with cooler TIRES 235-245-15" all terrain radials Full size spare mounted on rim GAS TANK 16 gallons or greater BATTERIES Two heavy duty (950 cca) each ALTERNATOR (1) 100 amp or equivalent STEERING Power AIR CONDITIONING Yes HEATING High out put TRAILER TOWING PACKAGE Heavy duty type III receiving hitch PRODUCT SPECIFICATION 1991 1/2 TON PKUP W/4X4 EXTENDED CAB SHORTBOX PAGE 3 MEETS SPEC'S/FAILS SPEC'S (Installed) EXTERIOR Color - White INTERIOR Color - Tan Cloth bucket seats w/center console Rubber floor mat MISCELLANEOUS Cold climate package Off road skid plates AM/FM stereo w/clock Dual swingaway mirrors, approx. 9x7 Stainless Steel Chrome front & rear bumpers All gauges Wheel covers Dome light Halogen headlights Tow hooks Black heavy duty bed liner (installed) Handling package Rust proofing and undercoating protection MANUAL 1 Complete Set of Parts & Chassis 1 Complete Service Manual CORROSION PROTECTION 6 years/100,000 miles all body components are to be warranted against rust -through corrosion or equivalent. PRODUCT SPECIFICATION 1991 1/2 TON PRUP W/4X4 EXTENDED CAB SHORTBOX PAGE 4 MEETS SPEC'S/FAILS SPEC'S OPTION 1 EXTENDED WARRANTY 5 years/50,000 miles for all parts, including labor and parts, to correct any defects in material or workmanship. No deductible will be allowed within this warranty. If the vehicle cannot be driven because of a defect covered by warranty, towing to the respectful repair shop will be covered. VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 1/2 TON PICKUP W/ 4X4 EXTENDED CAB SHORTBOX 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 1/2 TON PICKUP W/4X4 EXTENDED CAB SHORTBOX OPTION 1 EXTENDED WARRANTY �1 9 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 1/2 TON PICK EXTENDED CAB PAGE BF -2 W/4X4 SHORTBOX 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 February 21, 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 the bidder or its employees the bidder or its surety on not be communicated to any bid or bids; and of the bid or bids have or agents to any person any bond furnished with such person prior to the not been communicated by not employee or agent of the bid or bids and will official opening of the 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 1/2 TON PICK W/4X4 EXTENDED CAB SHORTBOX PAGE BF -3 Date of Bid: SUBMITTED BY: NAME OF BIDDER ADDRESS TELEPHONE NUMBER STATE OF INCORPORATION AUTHORIZED SIGNATURE