HomeMy WebLinkAbout7.c. Authorize Ad for Bids on Tanker Retrofit for Fire DepartmentY O 2875 -145TH ST. W.
r� !��tt 1� ROSEMOUNT. MINNESOTA 55468
�os I f[11��11��f o N/ l l 612-423-4411
TO: Mayor Knutson
Councilmembers Napper
Tucker
Walsh
Willard
FROM: Stephan Jilk, Administrator/Clerk
DATE: November 25, 1987
RE: Fire Department Tanker Truck Retrofit
Attached are specifications and bid form for the retrofitting of a new
3300 gallon tank and equipment to the existing fire department tanker
truck.
The specifications were prepared by the fire department and some
assistance and guidance by myself. I prepared the bid format.
The estimated cost of this projectis $21,000.00 and is included in the
1988 CIP budget.
We request your approval of the specifications and authorize the
advertisement for receipt of bids on December 14, 1987`at 2:00 p.m, with
consideration of bids for award at the December 15 Council meeting.
smj
Attachment
'i
CITY OF carr
BID SPBCIFICNTIC14S
This invitation is issued for the purpose of establishing a vendor to supply
equipment to the City of Rosemount in accordance with these specifications.
Purchase Order Number:
Specifications for:
Supplying One (1), Fitting & Placement of a 3300 U S
Gallon Capacity Stainless Steel Water Tank and Associated
Bquipnent on City Supplied Truck Chassis
Purchasing Ageait:
Fire Chief Robert Turek -City of Rosemount
Buyers:
Fire Chief Robert Turek -City of Rosemount
Telephone Numbers:
Rosemount - 423-4411
The following refer to the bid specifications requirements;
}aid Opening Dane/Time:
December 14,1987, 2:00 p.m. C.D.S.T.
Bid Opening Location:
Rosemount City Hall
2.875 145th Street West
Rosemount, MN 55068
Bid Deposit:
5% of Total Bid
Performance Botid:
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
CITY OF ROSEMOU[VT •
IiWIRiTC ONS TO BIDDERS
A. BIDDING LOCUM NTS'
A.1 IMYERPRETATION OR CORREMONS TC) BIDDING DOWMMrS:
A.1.1 Bidders shall promptly notify the Purchasing Agent of any
ambiguity, inconsistency, or errors which they may discover upon
examination of the bidding documents.
A.1.2 Bidders desiring clarification or interpretation of the
doctanents shall make the request at least forty-eight (48) hours prior
to the date and time of the bid opening.
A.1.3 Any interpretations, corrections and changes to the documents
shall be done by addendum. No addendum shall be issued within forty-
eicht (48) hours of the date and time of bid opening, except an
addendum withdrawing the Request for Bids or one which includes
postponement of the date of the bid opening or receipt. Any
interpretations, corrections and changes made in any other matter
shall not be binding upon the City, mor shall a bidder rely upon such
interpretations, corrections and changes made in such matter.
A.1.4 Addendum shall be mailed or delivered to all parties which
received a complete set of bidding documents originally by mail.
Additional copies shall be made available upon request fr(n the
Purchasing Agent or his designated official.
A.2 SUPSTI`PUMONS OF MATERIALS:
A.2.1 Materials, products and equipment described in the bid
documents by name are for the purpose of establishing a standard of
type, function, and quality to be met by an proposed substitution.
A.2.2 Unless specifications prohibit substitutions, bidders are
encouraged to propose materials, products or equipment of comparable
type, function, and quality.
A.2.3 Bidders using substitute items shall submit to the City at
least two (2) copies of the manufacturer's specifications, descriptive
literature, illustrations, performance and test data and any other
infonwition necessary for an evaluation at least ten (10) working clays
prior to the bid opening. The substitute materials shall be clearly
indicated on the bidder's proposal. Burden of proof of the merit of,
the proposed substitution is with the bidder.
B. BIDDING PROCEDLIMS:
B.1 FORA.S OF BID:
B.1.1 All bids shall include; (1) the legal name and address of the
bidder and (2) the signature of a person legally authorized to bind
the bidder to a contract. Any bid that does not contain both the
legal name, address and authorized signature on the bid form may be
considered a "No Bid".
**2**
B.2 BID SECURITY:
B.2.1 Each bid shall be accompanied by a certified check, cashier's
che(k, or bid bond made payable to the City of Rosemount, and, bid
security equal to five percent (5%) of the total bid amount. This bid
security is a pledge that the bidder will enter into a contract or
accept a stipulated purchase order with the City of Rosemount on the
terms and conditions stated in his bid and will if required, furnish
within the stated time frame, bonds as described hereunder covering
the arising thereunder. Should the successful bidder refuse or fail
to furnish such bonds or refuse to honor his bid in any way, the
amount of the bid security shall be forfeited to the City as
liquidated damages, not as a penalty.
B.2.2 the City shall have the right to retain all bid securities
submitted until either (A) the contract or purchase order is executed
and bonds, if required, have been furnished, or (B) forty-five (45)
days, have elapsed so that bids may be withdrawn, or (C) all bids Have
been rejected by the City.
B.3 SLUGMION OF BIDS:
B.3.1 the bid, bid security (if required), and any other documents
submitted with or made part of the bid shall be enclosed in a SEALED
OPX UE WVE[APE. This envelope shall be addressed to:
Fire Chief
City of Rosemount
2875 145th Street West
P. O. Box 510
Rosemount, MN 55068
and shall clearly state on the Frtaw of the envelope in the lower left
or tipper right corners this inscription:
"SEALED BID FOR (TME OF BID AND/OR
PROPOSED CION 'RAC r NUMBER OF 7HE BID)
The bidder's name and address shall be printed on the envelope in the
upper left-hand corner.
B.3.2 The bidder assumes full responsibility for timely delivery at
the location designated for receipt of bids. Bids received after the
time and date for receipt of bids shall be returned to the bidder
unor ened.
B.3.3 Bidders sutntitting oral, telephone, or telegraphic bids are
invalid and will not receive consideration.
B.4 BIDUER' S RET'RESE[�TrATION:
B.4.1 By submission of a bid, the bidder declares to the City that he
has read and understood the bidding documents and that the bid has
been made in accordance therewith.
CITY OF ROS M LVT ,
1',Ot 040UN'T voLUNTEER FIRE DEPARTMENT
SIUCiFICATIONS CN STAINLESS
WATER TANKER & ASSOCIATED WORK
GENEPAL:
Complete the specified work on the City supplied truck chassis as outlined
in Section A - H hexein. 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 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 is specified.
INTENT:
It is the intent of these specifications to describe what equipment is to be
supplied and installed and other modifications requested to install a 3300
gallon water tank to a City supplied fire department truck chassis. All
equipment proposals submitted will be judged using specified manufacturer's
as a standard. Other manufacturer's equipment may be considered as an
approved equal. The City's staff shall reserve the right and be the sole
judge in determining whether or not the demonstrated equipment may be
considered acceptable and meets the specifications. We invite competitive
equipment bids, but the specifications compliance must be substantiate by
the manufacturer or his representative. The entire portion of the unit
modified tinder this contract, must meet OSHA certification requirements,
A. TANK
U.S. Gallons capacity 3300
Elliptical. Had
Material -- Stainless Steel barrel, type 304L -2B, 12 gallons
Stainless Steel Bolster Frame
Baffles - ( 3 equally spaced) stainless steel, hydroformed & flanged and
continuously welded to the barrel circumference. With access and flow holes
for drainage of tank.A 30" high longitudinal baffle extends the full
length of the tank.
Manhole, 18" diameter - at the very FRONT of the tank.
Positive Vent - stainless steel pipe thru tank to vent under truck.
All welds on tank interior will be passivated.
B. SKIRT, CATWALK CR FMIDIIZ.S
1/2 Skirt (bottom) 12 gauge Galvanized Carbon Steel
Catwalks painted with grit for footing & paint protection
Mud Flaps - rear wheels
Stepdeck cn rear - Carbon Steel Grip Strut
Approximately 18" in depth
C. CABINET'S
Sweep out style, made as large as possible - Galvanized Carbon Steel - door
design recessed.
Vented/ Driver side front (opening 23" X 48" min. X 24" Deep)
Page 2
C. CABINETS (Oontinued)
Passenger side front - as large as possible
Hinges stainless steel. - bolted & polished
Inner cabinet door liners - painted
Flush door_ locks, 6" D style, polished stainless steel
Fully gas}:eted doors - clip on style gaskets
Door checzs holds door at 90 degrees with automatic release
Slide out battery tray with attached door, on driver's side below 12"
dump valve.
This tray will have no door cheek or light and should hold one 8D battery
No flanges on skirting or cabinets & overlapping seams.
D. LI(RnMU Y: ELjD CAL
All wirinc_t will be protected & connection will be sealed.
Clearance lights - two each side, amber & red
'T'ail lights - turn & stop lights minimum (7" diameter) 1 on each side, 2.
backup lights minimum (7" diameter) rear.
Flood lights - four (4) - one on front & rear of both sides, on an angled
bracket so the light shines downward. Two on rear on angled brackets to
help light stepdeck area.
Cabinet lights door activated, one light per cabinet.
Front flashers - remove from truck hood and repair holes & DON'T RE690Wf
Tank level gauge (with high -low warning) - at rear
Two 7" diameter flat red flashers on rear on left & right upper sides.
Two flat red flashers on each side of tank, ahead & behind wheels mounted
nearly flush.
Flat red flashers to be controlled with flashers on light bar.
Federal signal light bar, siren & P.A. system - P.A. (300M)
Siren to be grill mounted
Grill strobes - one (1) white - Driver & one (1) red - Passenger cab
controlled separately from other flashing lights.
Electrical. back-up alarm
12" rear clump valve, stainless steel, painted
12" side dump valve, driver's side, stainless steel., painted
Dump valve extensions (12" diameter), stainless steel, painted
Fold up style on rear, to extend 24" past bumper telescoping on side of dump
valve 36".
6" NST intake port on rear, right side. Fire Department will supply valve.
Side int&,e port -for pump in driver's side front cabinet. 6" line from
tank reduced to 2 1/2", with an elbow bringing it into the driver's
campartment. There is to be a manually operated ball valve & be 2 1/2 NST.
Male thread. Must be sturdy & well supported.
F. PAINl'Il+1G
Zinc Chmiate Primer
Tank - acrylic enamel, Dupont Imron # 7744 (Lime -green)
Truck - repair holes & paint them where spotlights are removed from
fiberglass hood.
Page 3
G. TRDI
Stainless Steel drip rail full length above cabinet doors
Stainless Steel. door sills in cabinets
Wheel well moldings polished stainless steel
Hand railings - 1 1/4 stainless steel tubing, end caps & center support
Grab bars on inside of light panel
On driver's side for access frau step gas tank to ladder
H. OTHER rM IS
Tip down tank rack - passenger side self locking latches
Dimensions: High_
Access lager - front driver's side
Folding steps, polished stainless steel
nose tray, 8" high 3" slant side large as possible, driver's side
Tray to have mesh front & open rear. Toe extend frau rear of catwalk up to
the ladder: at the front. Stainless steel.
Tow hooks - rear, 2.
"Keep back; 500 feet" in reflectorize lettering on back.
A push button switch accessible from rear step, for signaling the driver
shall be furnished & wired to the vehicle horn.
Provisioms to mount 2 pike holes.
Warranty for tank must be submitted with bid.
All bolts will be thread depth of diameter.
The entire appropriate body to be built separately frau chassis. The
skirting cannot be welded to tank. A cushion is to be placed between frame
and body.
VENDOR'S NAME
- BID FORM -
FOR
I'snu +l%ESS STSG wmm TANKER AssocIATED wow,
Fire Chief
City of Rosemount
2875 145th St. W.
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 Fire Chief in the City of Rosemount.`
We will supply the equipment and perform the requested work to meet the
specifications as outlined and on file for this project for the following
sum total
Warranty period on Tank Supplied:
Days to Complete Work Quoted Upon Delivery of Chassis to Bidder:
Bid enclosure requirements:
1. Laid Proposal - 3 pages
2. Authorized signature - (Within bid proposal form)
3. Manufacturer warranty statement (3 copies)
Sealed bids will be received and publicly opened and read by two officials of the
City of Rosemount on December 14, 1987, at 2:00 p.m. C.D.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,
Rede 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 accented,
enter prcmptly into a contract.
NON-OMLUSION STATEMEW: (Required for sthmission 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;
Bid Form - 1
2. That, this bid or bids have been arrived at by the bidder independently
and have been suhmitted 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 witti the bid or bids and will not be
ccmnanicated 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 sukmitting 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.
Date of Bid:
SUBMITTED BY: NAME OF PRIME BIDDER
ADDRESS
TELEP11 E NLJbU R
STATE OF INOURPORATION
ALMURIZED SIGNATURE
Bid Form - 2