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.