Loading...
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