Loading...
HomeMy WebLinkAbout5.a. Authorize Ad for Bids on Ranker Retrofit for Fire DepartmentTO: Mayor Knutson 0M(pi I!, o osemount Councilmembers Napper Tucker Walsh Willard FROM: Stephan Jilk, Administrator/Clerk DATE: December 11, 1987 RE: Fire Department Tanker Replacement � PfR_f)0 2875- W011 S I . W- ROSEMOUNT, MINNESOTA 55068 612--423-4411 The Fire Department has reviewed the requirements for the tanker replacement under the Council's direction to request alternate bids to allow material other than stainless steel. They have revised those specifications and bid format to allow for the alternate material to be "Cold Rolled Copper Bearing Steel Based upon research done, this is the only acceptable type of steel which can be considered as a viable alternate from the standpoint of providing strength and durability for this type of use. A copy of the revised bid format and specifications are attached. In discussing this with Chief Turek, several items came up which I feel are relevant to considering this rehab: (1) The existing tank was constructed (we bought it used) for a well drilling company to provide a water supply at a drill site where a large amount of water supplied in a hurry was not the key factor. The tank we have is poorly constructed for our use. Its lack of structural integrity allows it to "oil can" or "flex" going down the road. It is, for some reason, constructed in such a manner as to cause weight distribution to the front of the tank which is not good. The existing tank is starting' to rust through; and areas, upon investigation, are starting to "scale". The existing tank's capacity is 2000 gallons. (2) The new tank will have a capacity of 3300 gallons, almost double the old one. In a sense, this almost creates a "second" tanker at the fire scene for the initial response when water supply is most needed. 'With an increase in residential building in areas not having a city water supply, this capacity becomes necessary. Chief Turek will be at the meeting to answer any questions you may have on this matter. smj • Information from Engle Fabrication, Inc. South Highway 71 Sauk Centre, MN 56378 December 5, 1987 Rosemount Fire -Dept. Rosemount, MN 55068 Bob Turek, The enclosed print-out addresses the major construction features of our tankers, but I want to specifically answer your question about using different metals in tank construction. I would like to explain as briefly as possible why we will only build our water tankers of 304L-28 Marine Grade Stainless Steel. Mild Steel, Copper Bearing Steel, Cold Rolled Steel, Core Ten Steel are all ferrous metals. That means they will rust. To make them corrosion resistant they must be coated. Aluminum is more corrosion resistant than the ferrous metals, but aluminum will oxodize which is the same destruction as rusting in ferrous metals. Aluminum also needs to be coated to withstand continual exposure to water. Ferrous metals and aluminum are only about 1/2 as strong as the stainless steel we use. To attain a similar strength as our 1/8" stainless, the ferrous metals and aluminum would need to be 1/4" thick. Consider the weight and the difficulty in properly forming this metal. All metals are alloys. The ferrous metals and aluminum have component alloys that melt at a lower temperature. When fabricating, the metal is bent and welded. When you bend and weld, the molecules move. The heat of welding move the molecules differently depending upon their tolerances. This disruption of the molecules when fabricating causes the destruction of the corrosion resistant that certain ferrous alloys and aluminum may have had prior to welding and bending. A serious problem with aluminum is that as it ages, it becomes brittle, especially at the pressure points. This is referred to as "work - hardening" and eventually leads to cracking. 304L Stainless Steel is also an alloy, but with a high content of Nickle & Chromium which gives it the resistance to corrosion. These alloys have a high tolerance to heat and so their molecular disruption is minimal%in the welding process. We build our tanks in an eliptical shape, use 90 degree radius flanges and hydroform the head and baffles, to eliminate the stress of bending and forming. The fixed eliptical shape also maximizes the inherent strength of the metal. We choose to use 304L Marine Grade Stainless because of it's strength and greater corrosion resistance than that of 304 Stainless. With proper construction and care it will long outlast any coated tanker. 0 A critical point to bear in mind is the larger size of today's tankers. Consider the weight, and the greater need for strength in the barrel and frame. Consider the stress and flex of the metal in a large tanker as it bears a heavy load and moves and bounces in transit. This flex will eventually cause a coating to crack. (Also weakened places in the metal will crack!) Tankers sit full of water and condensation in inevitable. When the coating cracks, water will get behind it and the rust will follow. A cracked and chipping coating will have to be repaired or replaced, pieces in the water could be constant threat to pumps and valves, and screens and filters will plug up. We choose to offer our customers what we feel is the best metal in fire service, stainless steel. We also feel very strongly that the construction knowledge that goes into our barrel, baffles and frame is the best in the industry. We welcome your questions and comments. I hope I have been able to describe some of the characterizations of the different metals sufficiently to enable you to make an informed choice for the tanker you build. Don't hesitate to call if I can be of further help. Also, please remember you are always welcome to stop in for a visit and a tour of our plant. Sincerely, Susan Engle 0 CITY OF ROSEMilNr BID SPBC,'IFICATEM 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 Nunbex: Specifications for: Supplying One (1), Fitting & Placement of a 3300 U S Gallon Capacity Nater Tank and Associated D-juipfnent on City Supplied Truck Chassis Purchasing Agent: Fire Chief Robert Turek -City of Rosemount Buyers: Fire Chief Robert Turek -City of Rosemount Telephone Nunkx-.rs: Rosemount - 423-4411 The following refer to the bid specifications requirements: Bid Opening Date/Time: January 11, 1988, 2:00 p.m C.D.S.`. Bid opening Location: Rosemount City Hall 2875 145th Street West Rosemount, I -IN 550G8 Bid Deposit: 5% of Total Bid Performance Bond: None required Notes: All standard terns and conditions apply as stated within instructions to Bidders Special terms and conditions apply as specified within product specifications CITY OF ROMUUNT R06EtULM VOLUNTEER FIRE DEPARTMENT SP�7CIE'ICATIONS ON HATER TMOM & ASSOCIATED WORK M'tERAL: Complete the specified work on the City supplied truck chassis as outlined in Section A - H herein. 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, c•A-lether specifically called for herein, except where specifications exceeds the standard or conflicting equipment is specified. 1lVI'II1T: It is the intent of these specifications to describe vttat 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 snail reserve the right and be the sole judge in determining whether or not the demonstrated equipment may be considered acceptable and meets the specifications. 4invite competitive equipment bids, but the specifications compliance must be substantiated by the manufacturer or his representative.: The entire portion of the unit modified under this contract, must meet OSHA certification requirements. AL` TE BIDS I,1ater al for tank, dump valves & dump valve extensions may be bid in either "Stainless Steel" or "Capper Bearing - Cold Rolled Steel". A. TANK U.S. Gallons capacity - 3300 Elliptical FL -ad Materials - Stainless Steel barrel, type 304L -2B, 12 gauge Stainless Steel Bolster Frame or Copper Bearing - Cold Rolled Steel, 10 gauge Copper Bearing Cold Rolled Steel Boster Frame Baffles - ( 3 equally spaced) Stainless Steel, hydroformed or Copper Bearing Cold Rolled Steel, flanged and continuously welded to the barrel circumference. With access and flow holes for drainage of tank.. A 30" high longitudinal baffle to extend the full length of the tank. Manhole, 18" diameter - at the very FRMT of the tank. Positive Vent - Stainless Steel or Copper Bearing - Cold Rolled Steel pipe ti-iru tank to vent under truck. All welds on tank interior will be passivated Stainless Steel tank only. **1 * B. SKIRT, CAMMIX OR FIMMS 1/2 Skirt (bottom) 12 gauge - Galvanized Carbon Steel Catwalks - painted with grit for footing & paint protection PIud Flaps - rear vh-ieels Stepdeck on rear Carbon Steel Grip Strut Approximately 18" in depth C. CABINETS Svieep out style, made as large as possible - Galvanized Car} -on Steel - door design recessed. Vented/ Driver side front (opening 23" X.48" rein. X 24" Deep) 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 gasketed doors clip on style gaskets Door checks - holds door at 90 degrees with automatic release Slide out battery tray with attached door, on driver's side below 12" dump valve. `Phis tray will have no door check or light and should hold one £3D battery No flanges on skirting or cabinets & overlapping seams. D. LICUTI G & UBCTRICAL, All wiring will be protected & connection will be sealed. Clearance lights - two each side, amber & red 'Tail 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. `itn 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 boles & DON'T REM U Ir Tank level gauge (with high -low warning) - at rear Ttzo 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. (3001.1) Siren to be grill mounted Grill strobes - one (1) white - Driver & one (1) red Passenger cab controlled separately from other flashing lights. Electrical baclz-up alarm R. PUN-13IM TANK 12" rear dump valve, Stainless Steel or Copper Bearing - Cold Rolled Steel, painted 12" side dump valve, driver's side, Stainless Steel or Copper tearing - Cold Rolled Steel, painted DLvP valve extensions (12" diameter), Stainless Steel or Copper Bearing Cold Rolled Steel, painted Fold up style on rear, to extend 24" past bumper telescoping on side of dump valve 3G". *2* PIUMING TAM CONT. r 6" 1,JST Stainless Steel or Cropper Bearing - Cold rolled Steel intake port on rear, right side. Fire Department will supply valve. Side intake port -for pump in driver's side front cabinet. 6" line frcrn tank reduced to 2 1/2", with an elbow bringing it into the driver's ca-LTpartment. There is to be a manually operated ball valve & be 2 1/2 NST. Teale thread. Must be sturdy & well supported. F. PAINTING Zinc Uwcxnate Primer '.rank - acrylic enamel, Dupont Imron # 7744 (Lime-greeri) Truck - repair holes & paint them where spotlights are removed from fiberglass hood. G. TR3[ 1 Stainless Steel drip rail full length above cabinet doors Stainless Steel door sills in cabinets VAieel 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 from step gas tank to ladder H. OTHER IM41S Tip down tank rack - passenger side self locking latches Access ladder - front driver's side Folding steps, polished stainless steel Idose tray, 8" high 3" slant side large as possible, driver's side Tray to have mesh front & open rear. ribe extend from rear of catwalk up to the ladder at the front. Stainless steel. 'Ibw hoots - 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. Provisions to mount 2 pike holes. Warranty for tank must be submitted with bid. All bolts will bP thread depth of diameter. The entire appropriate body to be built separately from chassis. 'he skirting cannot be welded to tank. A cushion is to be placed between frame and body. CITY or ROSEMOUNT INS'iRUMIONS TO BIUULR.S A. BIDDING DOCUMENTS: A.1 INTERPRETATION CR O RBCI'IONS 1 BIDDING DOCUMENTS: 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 documents 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- eight (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, nor 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 from the Purchasing Agent or his designated official. A.2 SUBSTITUTIONS 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 information necessary for an evaluation at least ten (10) working days Prior to the bid opening. The substitute materials shall be clearly indicaW o n the bidder's proposal. Burden of proof of the merit of the proposed substitution is with the bidder. B. BIDDING PROCEDURES: B.1 Fa MS 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 check, 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 SUBMISSION OF BMS: 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 SES OPAQUES. This envelope shall be addressed to: Fire Chief City of Rosemount 2875 145th Street West P. O. Box 510 Rosemount, [moi 55068 and shall clearly state on the FRONT of the envelope in the lower left or upper right corners this inscription: "SEMS BID FUR (TME OF BID ANIS/Qt PROPOSED CXl IRACT NUM M OF THE 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 afterthe time and date for receipt of bids shall be returned to the bidder unopened. B.3.3 Bidders submitting oral, telephone, or telegraphic bids are invallAland will not receive consideration. B.4 BIDDMI S 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. **3** C. B.4.2 A biddejWr SERVICES further representsJ&he has familiarized hlf with the local conditions urlMrr which the work is to be done and has correlated his observations with the requirements of the bidding documents, B.5 MODIFICATION OR WIMMAWAL OF BID: 13.5.1 Bidders requesting to modify a bid may do so only in writing, dated and signed by the authorized officer of the company submitting the original bid. This may be done at anytime prior to the date and time of the sealed bid opening. bidders requesting to withdraw a bid ma dot time Y so a any prior to the date and time of ttie sealed bid opening by notifying the Purchasing Agent in writing or by telegram. At no time shall the modification or withdrawal reveal the amount of the original bid, B.5.2 Bid security, if required, shall not differ from the modified bid by more than one percent (1%) or one hundred dollars ($100.00) which ever is greater. Any modification greater than this shall require a new bid security. BID ODMIDERATIGN: C.1 BID OPENIM: C.1,1 Bids which meet all the bid document requirements and have been submitted on time shall be opened and read out loud by two or more designated officials of the City of Rosemount. A bid tabulation shall be made available for public inspection within seven days after the bid opening. C.2 RIG= ZU REJECT: C.2.1 The Purchasing Agent or his designated official of the City shall reserve the right to reject any or all: bids and to reject a bid not accompanied by any required bid security or by other data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. The City shall reject any or all bids from bidders where collusion between bidders is in evidence. C.3 BID AWARD: C.3.1 It is the intent of the City to award a contract/purchase order to the lowest responsible bidder that meets or exceeds bid document specifications, provided that the bid was submitted in accordance with the requirements of the bid documents. The City shall have the right to waive any informality or irregularity in any bid or bids received; to accept bid or bids which, in the City's judgement, is in it's own bast interest; and to advertise for new bids where the acceptance, rejection, waiving, or re -advertising is determined by the City to be in its own best interest. C.3.2 Award shall be awarded on the following conditions (where applicable): 1. Adherences to all bid documents conditions and requirements. 2. Needs and requirements of the City **4** General reputation and experieg of bidder by the City or other municipalities. 4. The bid price (unit, plus selected options) including any discounts, and freight terms. 5. Evaluation of bidder's ability to service the City.' 6. Maintenance costs and warranty provisions. 7. Bidder's ability to meet delivery and stocking requirements. 8. Financial responsibility of the bidder. 9. Size and location of the bidder's warehouse. 10. Nature and extent of the cmipanY data furnished upon request. 11. Repurchase or residual value. 12. Delivery Date C.3.3 Unless otherwise indicated in the bid documents, the City reserves the right to award the contract in whole or in part where such action serves the best interest of the -City. Bids submitted on an "All or None" basis or similar basis shall be evaluated against the total of the low bids for the individual item, and award shall be made by the City in it's awn best interest. C.3.4 The Purchasing Agent shall resolve all tie bids in a manner which in the Agent's judgement is in the best interest of the City. A�1 **5** V&CM' S NAHE_ BID FORM - FCJft " VsTATER UOKM & ASSOCIATED TfX W' Fire Chief City of Rosalflount 2875 145th St. W. P. O. Box 510 Rosemount, HN 55065 lie sukmit 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 Alternate A - Stainless Steel Alternate 13 - Copper Bearing - Cold Polled Steel $ Warranty Period on 'Park Supplied: Days to Ccoplete tVbrk Quoted Upon Delivery of Chassis to Bidder: Bid enclosure requirements: 1. Bid 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 January 11, 1988, at 2:00 p.m. C.D.S.T., at the Rosemount City Hall, located at 2875 145th Street West, Rosemount, 144 55068. Enclosed herewith is a certified chedl:, 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 }did) to guarantee that the bidder, should his bid be accepted, enter proxmptly into a contract. NON-COLLUSIC N 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; Bid Form - 1 2. That this bid or bias have been arrived at by the bidder independently and have been sutmitted without collusion with, and without any agreement, understanding or planned coffmn course of action ;with any other vendor of materials, supplies, equipment or services which maybe designed to limit independent bidding or canpetition 3. That the contents of the bid or bids have not been ca municatal 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 coumnicated 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 bias, to waive informalities, to avrard the bid in the best. interest of the City. Date of Bid: SULKMITIM BY: PlrME OF PRIME BIRD ADEUMS ELllirlltlNE 19V1.vlM STATE OF INCJORPORATIO1 AUTHORIZED SIGNA'IURF, ti Bid Form - 2