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