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