Loading...
HomeMy WebLinkAbout1985-188 CCRMember Celia Scott introduced the following resolution and moved its adoption: RESOLUTION Rc; fib RESOLUTION APPROVING SPECIFICATIONS FOR PURCHASE OF STREET SWEEPER BE IT RESOLVED BY THE CITY COUNCIL of the City of Brooklyn Center, Minnesota that: 1. the specifications prepared by the Director of Public Works for the purchase of one vacuum street sweeper, as provided for in the 1986 budget for the Street Maintenance Division of the Public Works Department are hereby approved. 2. the City Manager is hereby authorized and directed to advertise for bids in accordance with said specifications, with bids to be opened at 11:00 a.m. on November 26, 1985 and considered by the City Council on December 9, 1985. October 21, 1985 Date 9 ATTEST Clerk May The motion for the adoption of the foregoing resolution was duly seconded by member Gene Lhotka and upon vote being taken thereon, 'the following voted in favor thereof: Dean Nyquist, Gene Lhotka, Celia Scott, Bill Hawes, and Rich Theis; and the following voted against the same: none, whereupon said resolution was declared duly passed and adopted. RESOLUTION NO. 85 -188 CITY OF BROOKLYN CENTER 6301 Shingle Creek Parkway Brooklyn Center, Minnesota 55430 PROVISIONS AND SPECIFICATIONS FOR ONE VACUUM STREET SWEEPER Provisions General All bids must be received at the office of the City Manager on or before 11:00 a.m.'on Thursday, November 26, 1985, and shall be submitted in a sealed envelope, plainly marked "Bid for Street Sweeper Each bid shall be accompanied by a certified check or bidder's bond, payable to the City Clerk in the amount of $2,000. It is also understood that the City Council reserves the right to reject any or all bids, to waive informalities and to award the contract to the best interest of the City. The street sweeper proposed and delivered to the City of Brooklyn Center shall be complete in every respect and ready for operation in accordance with these specifications, with certificates of service and inspection submitted at the time of delivery. Manufacturer's reference, trade name, brand or description mentioned in this proposal are descriptive but not restrictive and used only to indicate type and standard of material or equipment desired. The street sweeper the bidder proposes to furnish must be of a current production. Obsolete equipment is not acceptable. Catalog information showing make, model, and complete specifications of the street sweeper the bidder proposes to furnish shall accompany the vendor's bid. Insufficient descriptive information shall be cause for rejection of the bid. The bidder must give assurance to the City of Brooklyn Center in regard to patent infringements and in case of suits against the City by other parties. He must defray all cost in connection with such a suit and save the City harmless in all such actions. Guarantee The bidder shall guarantee this equipment as to the specified capacity and satisfactory performance and to be free of defects in design, material and workmanship. All defective parts and material shall be replaced free of cost to the City of Brooklyn Center, including labor, for a period of one year from date of delivery. RESOLUTION NO. 85 -188 Delivery Delivery of the street sweeper shall be made by the bidder, F.O.B. to the City Maintenance Garage, 6844 Shingle Creek Parkway, Brooklyn Center, Minnesota. Delivery Date Each bidder shall specify in his proposal the date by which the street sweeper will be delivered to the City. The specified date of delivery is an important factor which the City will consider in making the award of the contract. In the event the street sweeper is not delivered on or before the specified delivery date, the City of Brooklyn Center: (1) will require forfeiture of the bid security, unless failure to deliver can be clearly shown to be beyond the control of the bidder; and (2) may elect to cancel the contract for purchase of the street sweeper. Such cancellation of contract may be made whether or not the failure to deliver is within the control of the bidder. Trade -In The City of Brooklyn Center shall trade -in the following described vehicle: One (1) Elgin Street Sweeper, 1974 Whirlwind. This machine can be seen by appointment only at 6844 Shingle Creek Parkway, Brooklyn Center, Minnesota by calling 561 -5440, extension 177. Transfer of this trade -in unit to the bidder will be made only after delivery of the new unit by the bidder, and acceptance thereof by the City. Consideration of Bids The availability and adequacy of parts and service, and the costs of operation and maintenance of this equipment are all important factors which the City of Brooklyn Center will consider in making the award of contract. No prequalification requirements are specified herein. However, each bidder shall submit written statements with his bid which provide the following information: 1. length of time this manufacturer has been manufacturing street sweepers 2. length of time the dealer has been handling this product line 3. number, location and ownership of all comparable units in service in Minnesota, or in dealer's service area; (for usage RESOLUTION NO. 85 -188 by the City in checking references) 4. description of parts and service availability for this machine from the dealer and from the manufacturer Following opening of the bids, the City may require the bidder to submit such additional information as may reasonably be required in order to evaluate the proposed bid for the benefit of the City. In addition, the City of Brooklyn Center reserves the right to consider the previous performance of both the dealer and the manufacturer relating to the parts and service records to the City of Brooklyn Center as related to other City -owned equipment. Award Award of.contract by the City of Brooklyn Center will be based on, but not necessarily to the factors of price, delivery date, parts and service; as well as analysis and comparison of specifications and performance. The City of Brooklyn Center reserves the right to accept or reject any or all bids, whatever is to the benefit of the City. Objections To /Questions Reaardina Specifications In the event a bidder has an objection to, or has a question regarding any provisions of either these General Provisions or of the technical specifications for the sweeper, he shall submit such objection or question in writing, to the City Manager prior to 12:00 Noon, November 14, 1985. In the event a modification or clarification of the specification is issued, it will be issued to all potential bidders in the form of an addendum, at least five (5) days prior to the date for bid opening. RESOLUTION NO. 85 -188 Sweeper Specifications Engine: Heavy duty diesel engine, 239 cubic inch displacement minimum, full flow oil filter, heavy duty air filter, fuel filter, and variable control for r.p.m. setting with lock, emergency shut off, and hour meter Blower: Heavy duty blower shall be as per manufacturer's specifications and recommendations to accomplish maximum performance at 3200 Rpm. Side Brooms: Single right hand side brooms, 28 inch diameter minimum located at center of sweeper forward of vacuum nozzle on right hand side and operated from control panel in cab. Broom to be free floating to follow _.street contours with shock absorber cushioned for impact, manually adjusted for tilt. Broom segments to be disposable wire type. Extension Broom: Pneumatically raised and lowered, hydraulically driven pneumatically raised and lowered by the operator with switch controls located on the operator's control ...panel. Steel broom core, reversible, with polypropylene. Constant speed non reversible, hydraulically driven with relief valve. Hydraulic Motors: Hydraulic motors shall be provided for each broom drive. Vacuum Nozzle: Vacuum pick -up nozzle 170 square inch minimum, with automatic shutter, attached to hopper by flexible hose, raise and lower operations to be controlled with switches located on the operator's control panel. Hopper: Vacuum chamber, 6.0 cubic yards minimum; Dumping by raising body hydraulically with telescopic hoist to a 50 degree angle; Discharge door to be opened hydraulically and latched mechanically Water System: Water tank capacity 280 gallons minimum, with relief valve and strainer installed, pump furnished to have off -on switch located on operator's panel; three circuit flow control with automatic cut -off switch when water supply is exhausted; five spray nozzles located in the vacuum nozzle and two on curb broom; four spray nozzles located in the extension broom; one wash down _hose with quick disconnect, one handgun for washing out catch basins, 25 foot length minimum; hydrant fill hose, 16 feet, with coupling; water level indicator in cab Wonderhead: Wonderhead hose (12 foot long), 8 inch diameter minimum to be used for catch basin cleaning, leaf pile pick -up, etc., with up and down hydraulic power assist, with two 4 foot extensions with tubes and clamps Color: City of Brooklyn Center Yellow DA81657 with no lettering Service Manuals: Repair manuals, shop type, lube chart, operator's handbook and parts book shall be furnished Options: (1) Left side vacuum nozzle and hose assembly side broom, water system, and pivoting extension broom. (2) Hopper chamber to be coated with urethane coating, Senotex 7012 or approved equal RESOLUTION NO. 85 -188 Specifications General The street sweeper required under these specifications shall be a vacuum type, self propelled truck type vehicle capable of cleaning streets, parking lots, etc. of all types of litter, dust, and heavy accumulations of dirt, stones, bottles, sand, gravel and leaves. It shall have a sweeping swath of not less than 96 inches, using nozzle, side brooms and extension broom. It shall be complete with all necessary parts accessories and tools regularly supplied as standard equipment and all the attachments necessary to make a satisfactory operating unit. It shall have all the safety devices and shall meet-the requirements of the Minnesota Department of Labor and Industry, Division of Accident Prevention, and the U.S. Department of Labor, Occupational Safety and Health Administration. Truck Specifications Gross Vehicle Weight: 32,000 pounds minimum Chassis: Cab -over engine type, with hydraulic tilt, and reinforced frame; Front tow hooks; 50 gallon fuel tank Engine: Diesel driven, 500 cubic inch displacement minimum, full __flow oil filter, heavy duty air cleaner, fuel filter, governor and hour meter Transmission: Allison automatic transmission at 545 or equal, 5 speed, 5th direct Axles: Front 10,000 minimum Rear 22,000 minimum., 2 speed Springs: Front 7,000 pound each minimum at pad Rear 11,500 pound each minimum at pad Brakes: Service hydraulic, vacuum power assist all wheels Parking Orscheln lever, external expanding type with on warning alarm Steering: Dual operator control, right left side, full power hydraulic steering Tires: First line, size 11:00 x 20, 14 ply standard tread front, standard tread dual rear, two piece rims, size 8.0, furnish spare rim Batteries: 12 volt, 1,100 CCA Alternator: 65 amp capacity minimum, high output at idle, heavy duty regulator and transistor Lights: Lights shall meet Minnesota Motor Vehicle Code, other lights: back -up, clearance, side broom, and instrument panel Cab: Standard cab shall include the following: air conditioner, deluxe fresh air heater and defroster, Bostrom "T" bar seats with safety belts, dome light, hazard flasher, arm rests, dual two speed electric wipers, windshield washers, dual sun visors, dual exterior rear view mirrors "Retrac" 6 inch x 16 inch, back -up alarm, AM radio and bubble type windows. All glass shall be tinted including lower door see- through panels. Forward ground point visibility shall be 85 inches minimum.