Loading...
HomeMy WebLinkAbout1989 09-25 EDAP Regular Session• 1. Call to Order 2. Roll Call 3. Approval of Minutes: a. August 28, 1989 - Special Session b. September 11, 1989 - Special Session 4. Resolutions: a. Approving Specifications and Authorizing Advertisement for Bids for Delivery of 1,200 Stacking Chairs for Earle Brown Heritage Center b. Approving Specifications and Authorizing Advertisement for Bids for Delivery of Folding Tables for Earle Brown Heritage Center c. Approving Specifications and Authorizing Advertisement for Bids for Delivery of Mobile Folding Platforms and Accessories for Earle Brown Heritage Center d. Terminating Contract for Gypsum Drywall with Westco Builders, Inc. for the Earle Brown Farm Restoration and Accepting Bid and Awarding Contract to the Next Lowest Responsible Bidder 5. Adjournment EDA AGENDA CITY OF BROOKLYN CENTER SEPTEMBER 25, 1989 • RESOLUTIONS MINUTES OF THE PROCEEDINGS OF THE ECONOMIC DEVELOPMENT AUTHORITY OF THE CITY OF BROOKLYN CENTER IN THE COUNTY OF HENNEPIN AND THE STATE OF MINNESOTA SPECIAL SESSION AUGUST 28, 1989 CITY HALL CALL TO ORDER The Brooklyn Center Economic Development Authority met in special session and was called to order by President Dean Nyquist at 11:24 p.m. ROLL CALL President Dean Nyquist, Commissioners Celia Scott, Todd Paulson, Jerry Pedlar, and Philip Cohen. Also present were EDA Director Gerald Splinter, Director of Public Works Sy Knapp, Finance Director Paul Holmlund, City Attorney Charlie LeFevere, City Engineer Mark Maloney, EDA Coordinator Brad Hoffman, and Administrative Aide Patti Page. APPROVAL OF MINUTES - AUGUST 14. 1989 - SPECIAL SESSION There was a motion by Commissioner Scott and seconded by Commissioner Paulson to approve the minutes of the August 14, 1989, Economic Development Authority meeting. The motion passed unanimously. RESOLUTION NO. 89 -22 Commissioner Philip Cohen introduced the following resolution and moved its adoption: RESOLUTION APPROVING ONE (1) BROOKLYN CENTER ECONOMIC DEVELOPMENT AUTHORITY GRANT (FILE NO. H73) The motion for the adoption of the foregoing resolution was duly seconded by Commissioner Jerry Pedlar, and the motion passed unanimously. RESOLUTION NO. 89 -23 Commissioner Jerry Pedlar introduced the following resolution and moved its adoption: RESOLUTION APPROVING CHANGE ORDER FOR ADDITIONAL LONG -TERM WATER CONTROL OF THE HIPPODROME BASEMENT The motion for the adoption of the foregoing resolution was duly seconded by Commissioner Philip Cohen, and the motion passed unanimously. ADJOURNMENT There was a motion by Commissioner Scott and seconded by Commissioner Pedlar to adjourn the meeting. The motion passed unanimously. The Brooklyn Center Economic Development Authority adjourned at 11:26 p.m. 8/28/89 -1 President RESOLUTIONS MINUTES OF THE PROCEEDINGS OF THE ECONOMIC DEVELOPMENT AUTHORITY OF THE CITY OF BROOKLYN CENTER IN THE COUNTY OF HENNEPIN AND THE STATE OF MINNESOTA SPECIAL SESSION SEPTEMBER 11, 1989 CITY HALL CALL TO ORDER The Brooklyn Center Economic Development Authority met in special session and was called to order by President Dean Nyquist at 7:05 p.m. ROLL CALL President Dean Nyquist, Commissioners Celia Scott, Todd Paulson, Jerry Pedlar, and Philip Cohen. Also present were EDA Director Gerald Splinter, Director of Public Works Sy Knapp, Finance Director Paul Holmlund, Director of Planning and Inspection Ron Warren, City Attorney Charlie LeFevere, EDA Coordinator Brad Hoffman, Personnel Coordinator Geralyn Barone, and Administrative Aide Patti Page. RESOLUTION NO. 89 -24 Commissioner Jerry Pedlar introduced the following resolution and moved its adoption: RESOLUTION APPROVING ONE (1) BROOKLYN CENTER ECONOMIC DEVELOPMENT AUTHORITY GRANT (FILE NO. H74) The motion for the adoption of the foregoing resolution was duly seconded by Commissioner Todd Paulson, and the motion passed unanimously. RESOLUTION NO. 89 -25 Commissioner Philip Cohen introduced the following resolution and moved its adoption: RESOLUTION AUTHORIZING THE EXECUTION OF A PROFESSIONAL SERVICES CONTRACT WITH PUBLICORP, INC. AND TRANSFERRING FUNDS FROM THE GENERAL FUND TO THE 1989 PROFESSIONAL SERVICES BUDGET OF THE ECONOMIC DEVELOPMENT AUTHORITY The motion for the adoption of the foregoing resolution was duly seconded by Commissioner Celia Scott, and the motion passed unanimously. Commissioner Cohen requested Gene Raniere, of Publicorp to give a brief update on where the tax bill is in the legislature. Mr. Raniere briefly discussed the tax bill and some of the changes which may be occurring this fall. ADJOURNMENT There was a motion by Commissioner Paulson and seconded by Commissioner Scott to adjourn the meeting. The motion passed unanimously. The Brooklyn Center Economic Development Authority adjourned at 7:16 p.m. 9/11/89 -1 President Commissioner introduced the following resolution and moved its adoption: EDA RESOLUTION NO. RESOLUTION APPROVING SPECIFICATIONS AND AUTHORIZING ADVERTISEMENT FOR BIDS FOR DELIVERY OF 1,200 STACKING CHAIRS FOR EARLE BROWN HERITAGE CENTER BE IT RESOLVED BY THE ECONOMIC DEVELOPMENT AUTHORITY of the City of Brooklyn Center that the specifications for the delivery of 1,200 stacking chairs are hereby approved. BE IT FURTHER RESOLVED that the Secretary is hereby authorized and directed to advertise for and receive bids for the delivery of 1,200 stacking chairs in accordance with said specifications. Date President The motion for the adoption of the foregoing resolution was duly seconded by Commissioner , and upon vote being taken thereon, the following voted in favor thereof: and the following voted against the same: whereupon said resolution was declared duly passed and adopted. • • 1. GENERAL 2. GUARANTEE ECONOMIC DEVELOPMENT AUTHORITY 6301 SHINGLE CREEK PARKWAY BROOKLYN CENTER, MN 55430 PROVISIONS AND SPECIFICATIONS FOR 1,200 STACKING CHAIRS All bids must be received at the office of the Secretary on or before 11 a.m., October 17, 1989, and shall be submitted on the enclosed proposal form in a sealed envelope plainly marked "Bid for 1,200 Stacking Chairs." It is also understood that the Economic Development Authority reserves the right to reject any or all bids, to waive informalities, and to award the contract to the best interest of the Economic Development Authority. The stacking chairs proposed and delivered to the Economic Development Authority 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 stacking chairs 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 chairs 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 Economic Development Authority in regard to patent infringements and in case of suits against the Economic Development Authority by other parties. He must defray all cost in connection with such suit and save the Economic Development Authority harmless in all actions. The bidder shall guarantee the equipment as to the specified capacity and satisfactory performance and to be free of defects in design, material, and workmanship. All defective parts, material, and labor shall be replaced free of cost to the Economic Development Authority. • 3. DELIVERY DATE The successful bidder shall schedule delivery to the Earle Brown Heritage Center for March 1, 1990. 4. AWARD OF CONTRACT Award of contract by the Economic Development Authority will be based on, but not necessarily limited to, the factors of price, delivery date, parts and service, as well as analysis and comparison of specifications and performance. 5. OBJECTIONS TO SPECIFICATIONS Any objections to the specifications must be submitted to the Secretary in writing five (5) days prior to the opening of the bids. 6. PROOF OF WORKER'S COMPENSATION Each bid shall be accompanied by proof that the bidder has Worker's Compensation Insurance in force. Such proof shall be in the form of a copy of the bidder's current insurance certificate or certificate of exemption from the State Insurance Commissioner. GENERAL DESCRIPTION Chair shall have a round tubular steel sled -base frame with deeply sculptured plastic seat and back. Back shall be cantilevered. Armrests shall be an integral part of the frame assembly. The chair shall have an upholstered seat and back. Welded connectors shall be attached for ganging. The chair shall have no horizontal supports attached to the front legs of the chair. CONSTRUCTION Frame: The frame shall be formed of 14 gauge .083, welded seam, cold rolled, A.K.D.Q. steel tubing, plated with commercial Bright Chrome (.0005 Nickel, .00001 Chrome) or coated (dipped) with 2 mill thick powder coated epoxy in standard American Seating, or approved equal colors. Frames shall withstand 24 hour salt bath without rusting. A 22- 7/16" long 16 gauge steel inner reinforcement tube shall extend from the center of the arm to 6" below seat bridge. Two side frame halves shall be joined with two 3" long 16 gauge steel inner reinforcement tubes welded in place. A separate formed tubular frame section shall be mig welded to the side frames providing support to the front area of the seat and forming a lateral cross brace under the seat between the frame halves. Four nitrate case hardened parkerized 1 -5/8" x 1/2" steel glides contoured on the front and rear for ease of movement on carpeting shall be attached to the runner base with four 3/16" pop rivets. Seat and back: The seat and back shall be of copolymer plastic color clear through with soft etch texture to facilitate cleaning, available in all standard American Seating, or approved equal colors. The seat shall attach to the frame by locking onto the seat frame at the front and is held in position with two steel drive screws. It shall be attached to the frame assembly at the rear with two 3/16" pop rivets. The copolymer back shall be attached by four #8 - 32 x 5/8" chrome plated steel oval head machine screws through the rear back support tube and into T -nuts retained in a recess molded into the back. Dimensions: Height - 30 -1/2" Depth - 21 -1/2" Width - 20" Seat Height - 17" Arm Height - 26 -3/4" Arm - Seat - 9 -1/4" Stacking and storage: Chairs shall stack six high on floor. Upholstered chairs shall be capable of stacking 20 high on a dolly with a total height of 75 ". Ganging attachment: Two ganging connectors 3" long, 5/16" diameter, solid steel rod shall be resistance welded up rear side frames. On right side it shall turn down and on left side up. By dropping one chair into adjoining chair, a rigid, quick, positive locking shall be achieved. The connector shall be applied at factory. The chairs shall gang on 20" centers. Upholstered seat and back: The seat and back shall be upholstered and fully cover the front surface of the seat and back. The upholstery base shall be a 1/8" thick fiberglass reinforced plastic insert molded to the shape of the plastic seat or back. The inserts shall have 1/2" of polyurethane foam glued to the front surfaces which in turn shall be covered with upholstery fabric. The insert assembly shall be attached to the seat and back by eight #8 - 32 x 3/8" truss head chrome plated steel machine screws through the seat and back of the chair and into T -nuts placed into molded recesses in the insert and held in position with speed nuts. Plastic shell color: Gray Taupe - G Standard Approved Equal PROPOSAL Upholstery fabric: Party Dot - Elephant Dot GA Approved Equal • TO: Economic Development Authority 6301 Shingle Creek Parkway Brooklyn Center, MN 55430 Gentlemen: PROPOSAL 1,200 STACKING CHAIRS We propose to furnish and deliver 1,200 stacking chairs according to the specifications at the following bid price: 1. Bid Price Per Unit 2. Total Bid Price (1,200 Units) Signed: Firm Name: Address: Date: Bid Opening: October 17, 1989, 11 a.m. • • Commissioner introduced the following resolution and moved its adoption: EDA RESOLUTION NO. RESOLUTION APPROVING SPECIFICATIONS AND AUTHORIZING ADVERTISEMENT FOR BIDS FOR DELIVERY OF FOLDING TABLES FOR EARLE BROWN HERITAGE CENTER BE IT RESOLVED BY THE ECONOMIC DEVELOPMENT AUTHORITY of the City of Brooklyn Center that the specifications for the delivery of folding tables are hereby approved. BE IT FURTHER RESOLVED that the Secretary is hereby authorized and directed to advertise for and receive bids for the delivery of folding tables in accordance with said specifications. Date President The motion for the adoption of the foregoing resolution was duly seconded by Commissioner , and upon vote being taken thereon, the following voted in favor thereof: and the following voted against the same: whereupon said resolution was declared duly passed and adopted. Nb • 1. GENERAL 2. GUARANTEE ECONOMIC DEVELOPMENT AUTHORITY 6301 SHINGLE CREEK PARKWAY BROOKLYN CENTER, MN 55430 PROVISIONS AND SPECIFICATIONS FOR FOLDING TABLES All bids must be received at the office of the Secretary on or before 11 a.m., October 17, 1989, and shall be submitted on the enclosed proposal form in a sealed envelope plainly marked "Bid for Folding Tables." It is also understood that the Economic Development Authority reserves the right to reject any or all bids, to waive informalities, and to award the contract to the best interest of the Economic Development Authority. The folding tables proposed and delivered to the Economic Development Authority 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 folding tables 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 platforms 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 Economic Development Authority in regard to patent infringements and in case of suits against the Economic Development Authority by other parties. He must defray all cost in connection with such suit and save the Economic Development Authority harmless in all actions. The bidder shall guarantee the equipment as to the specified capacity and satisfactory performance and to be free of defects in design, material, and workmanship. All defective parts, material, and labor shall be replaced free of cost to the Economic Development Authority. • 3. DELIVERY DATE The successful bidder shall schedule delivery to the Earle Brown Heritage Center for March 1, 1990. 4. AWARD OF CONTRACT Award of contract by the Economic Development Authority will be based on, but not necessarily limited to, the factors of price, delivery date, parts and service, as well as analysis and comparison of specifications and performance. 5. OBJECTIONS TO SPECIFICATIONS Any objections to the specifications must be submitted to the Secretary in writing five (5) days prior to the opening of the bids. 6. PROOF OF WORKER'S COMPENSATION Each bid shall be accompanied by proof that the bidder has Worker's Compensation Insurance in force. Such proof shall be in the form of a copy of the bidder's current insurance certificate or certificate of exemption from the State Insurance Commissioner. LB TABLES 1. Tops shall have .040 Melamine plastic top surface, per NEMA specifications; backing sheet shall be .030 for balanced construction. 2. Table top edges shall be banded with 5/16" thick tear drop vinyl edge. Edges shall have a 9/16" radius with a corner radius of 1 -1/2" for greater durability and to help prevent damage to the plastic top surface. 3. Table top core shall be 3/4" 45# P.C.F. density resinwood - no honeycomb. 4. Tops shall be fastened to frame by expansion rivets - -no wood screws. 5. Table top frame shall be a complete one -piece of 14 gauge structural steel to which the tops are riveted. All legs shall operate from the top frame -- not the table top. 6. Center hinges of 8 gauge structural steel shall be vertical, not horizonal for sanitation purposes. 7. All pivot points shall be a minimum 3/8" dia. steel bolts with aircraft lock nuts. III 8. Frame shall be 16 gauge square tubing - -which is approx. 40% stronger in bending strength than 1" 14 ga. round tube, and is approx. 70% stronger in bending strength than 1" 16" ga. round tube. Entire frame shall be a unitized (one - piece) construction. 9. Metal parts to be nickel chrome plated on use /abuse areas; high grade black acrylic enamel electrostatically applied to low contact areas. 10. Table shall fold up in one easy operation. 11. In the open position a gravity lock shall provide positive locking and shall be capable of being released from either side of the table prior to folding. 12. Leg system shall provide narrow profile for maximum seating. 13. Glides shall be 2" neoprene (non- marking) with steel washer insert molded in. 14. In folded position unit shall rest on 4" dia. ballbearing raceway casters with non - marking sanitized rubber wheels. 15. IF BIDDING ALTERNATE, A LIST OF ALL DEVIATIONS FROM THESE SPECIFICATIONS MUST BE ATTACHED. This check list must be filled out or bid will not be considered. LB Table Construction SPECIFICATION CHECK LIST 1. Top Thickness 3/4" If no, list deviations: 2. Top core 45# density resinwood If no, list deviations: 3. All crossbracing and tension supports 21 -3/4" above floor If no, list deviations: 4. Vinyl edge banding 5/16" (7.9mm) thick If no, list deviations: 5. Fully unitized frame If no, list deviations: 6. Tops attached to frame with expansion rivets If no, list deviations: 7. 16 gauge, 1" square tubular steel frame If no, list deviations: 8. 16 gauge, 1" square tubular steel legs If no, list deviations: 9. Vertical, self - cleaning center hinge of 8 gauge steel If no, list deviations: 10. All pivot points at least 3/8" steel rod with self- locking tamperproof aircraft lock nuts If no, list deviations: 11. Written manufacturers warranty of 10 years on all welds and 3 years on table If no, list deviations: 12. Serial # on table frame If no, list deviations: 13. Nickle chrome plate on legs, cross braces, and tension bars If no, list deviations: As Specified YES NO • • • 14. Non - marking glides and casters If no, list deviations: 15. List 5 major convention centers using your tables A. B. C. D. E. 16. No cotter pins used anywhere on table If no, list deviations: 17. No springs used anywhere on table If no, list deviations: 18. No screws used anywhere on table If no, list deviations: 19. State location of assembly and manufacturing facility of tables If no, list deviations: • • SEMINAR TABLE SPECIFICATION Mobile folding tables shall open or close in a simple operation with each leg providing its own locking system as table is opened or closed. Tops shall be 13/16" thick consisting of high pressure melamine plastic laminated to a 3/4" core (per NEMA specifications) with a .030 backing sheet for balanced construction. Table top edges shall be of a heavy duty vinyl 5/16" thick, teardrop shaped for maximum protection to the finished table top surface. Table top core shall be 45# P.C.F. density resinwood. Tops shall be fastened to frame by expansion rivets - - no wood screws. Tableframe shall be unitized (one - piece) structural steel, operable with or without tops. Center hinges shall be vertical -- not horizontal - - for sanitation purposes. All pivot points shall be minimum 3/8" diameter steel bolts with aircraft lock nuts. All framing shall be 16 gauge square tubular steel or heavier. Metal parts to be chrome plated on use /abuse areas; black enamel on low contact areas. Leg braces shall be a minimum of 21 -3/4" off floor (On 29" height) for freedom of leg movement. In folded position unit shall rest on 3" diameter double raceway ballbearing casters. IF BIDDING ALTERNATE, A LIST OF ALL DEVIATIONS FROM THESE SPECIFICATIONS MUST BE ATTACHED. • • • It is the purpose of these specifications to describe a series of mobile folding tables, which shall open or close in one simple, easy operation. The design of the table must permit comfortable seating in all positions. Tables requiring bulky leg locking apparatus or framing that restricts leg movement will not be acceptable. The unit shall be designed so that each leg provides its own locking system and shall engage automatically as table is opened which creates a stationary table in the open position. As the unit is being folded the weight of the table automatically shifts from the legs to the casters making the unit totally mobile. TABLE TOPS: CENTER HINGES: FRAME: HOSPITALITY /PACER TABLES Tops shall have 13 "/16" (206mm) thick consisting of high pressure melamine plastic laminated to a 3/4" (19.1mm) one -piece core of resinwood with a density of at least 45 PCF. The laminate shall meet or exceed appropriate NEMA specifications. A .030" (.8mm) backing sheet shall be laminated to the back face of the core for balanced construction. Edges shall be of a heavy duty vinyl 5/16" (7.9mm) thick and shall be of a teardrop shape to allow maximum protection to the finished table top surface. Tops to be securely fastened to the unitized table frame by means of expansion rivets. The expansion rivets must be of a type that can be removed by a hammer and chisel only - - no screws allowed. Table tops shall be butted at the center and the 1" - 16 gauge "square" tubular steel top frames shall be butted for metal strength and support at the center seam. Center hinges shall be designed vertically (not horizontally) in order to self clean. All framing shall be 16 gauge (1.65mm) square mechanical tubular steel electrically arc - welded or bolted together to form a one - piece (unitized) construction for strength and rigidity and shall be operable with or without tops. Leg braces shall be a minimum of 21 3/4" above floor level for seating comfort. All pivot points, including center hinges, shall be at least 3/8" (1.5mm) diameter steel rods with self - locking tamperproof aircraft lock nuts. FINISHES: Legs, cross braces and tension bars shall be nickel chrome plated. The nickel and chrome shall be applied to plating quality steel for tight adhesion and a lustrous appearance. Other metal surfaces shall have black acrylic enamel applied to steel that has been properly cleaned and zinc phosphatized for proper paint adhesion. The high grade acrylic enamel shall be electristatically applied for even thickness and appearance, then baked for durability. GLIDES: Glides shall be 1" (25.4mm) base non - marking linear polyethylene. CASTERS: In folded position, unit shall be mounted on 3" (76.2mm) casters with ball bearing raceways. Wheels shall be a 3" (76.2mm) diameter nonmarking rubber. • • • This check list must be filled out or bid will not be considered. Seminar and Oval Table Construction SPECIFICATION CHECK LIST 1. Top Thickness 3/4" If no, list deviations: 2. Top core 45# density resinwood If no, list deviations: 3. All crossbracing and tension supports 21 -3/4" above floor If no, list deviations: 4. Vinyl edge banding 5/16" (7.9mm) thick If no, list deviations: 5. Fully unitized frame If no, list deviations: 6. Tops attached to frame with expansion rivets If no, list deviations: 7. 16 gauge, 1" square tubular steel frame If no, list deviations: 8. 16 gauge, 1" square tubular steel legs If no, list deviations: 9. Vertical, self- cleaning center hinge of 8 gauge steel If no, list deviations: 10. Center of table supported by two 16 gauge 1" square steel tubes butted together If no, list deviations: 11. All pivot points at least 3/8" steel rod with self - locking tamperproof aircraft lock nuts If no, list deviations: 12. Written manufacturers warranty of 10 years on all welds and 3 years on table If no, list deviations: 13. Serial # on table frame If no, list deviations: As Specified YES NO • • 14. Nickle chrome plate on legs, cross braces, and tension bars If no, list deviations: 15. Non - marking glides and casters If no, list deviations: 16. List 5 major convention centers using your tables A. B. c D. E. 17. No cotter pins used anywhere on table If no, list deviations: 18. No springs used anywhere on table If no, list deviations: 19. No screws used anywhere on table If no, list deviations: 20. State location of assembly and manufacturing facility of tables If no, list deviations: • • • TO: Economic Development Authority 6301 Shingle Creek Parkway Brooklyn Center, MN 55430 Gentlemen: PROPOSAL FOLDING TABLES We propose to furnish and deliver folding tables as listed below according to the specifications at the following bid price: 1. 100 - LB Tables 8' x 30" x 29 "H 2. 150 - Seminar Tables 8' x 29" x 29 "H 3. 100 - Hospitality /Pacer Tables (Oval) 6' x 5' x 29 "H Signed: Firm Name: Address: Date: Bid Opening: October 17, 1989, 11 a.m. • Commissioner introduced the following resolution and moved its adoption: EDA RESOLUTION NO. RESOLUTION APPROVING SPECIFICATIONS AND AUTHORIZING ADVERTISEMENT FOR BIDS FOR DELIVERY OF MOBILE FOLDING PLATFORMS AND ACCESSORIES FOR EARLE BROWN HERITAGE CENTER BE IT RESOLVED BY THE ECONOMIC the City of Brooklyn Center that the delivery of mobile folding platforms are BE IT FURTHER RESOLVED that authorized and directed to advertise for delivery of mobile folding platforms specifications. Date DEVELOPMENT AUTHORITY of specifications for the hereby approved. the Secretary is hereby and receive bids for the in accordance with said President The motion for the adoption of the foregoing resolution was duly seconded by Commissioner , and upon vote being taken thereon, the following voted in favor thereof: and the following voted against the same: whereupon said resolution was declared duly passed and adopted. 1. GENERAL 2. GUARANTEE ECONOMIC DEVELOPMENT AUTHORITY 6301 SHINGLE CREEK PARKWAY BROOKLYN CENTER, MN 55430 PROVISIONS AND SPECIFICATIONS FOR MOBILE FOLDING PLATFORMS All bids must be received at the office of the Secretary on or before 11 a.m., October 17, 1989, and shall be submitted on the enclosed proposal form in a sealed envelope plainly marked "Bid for Mobile Folding Platforms." It is also understood that the Economic Development Authority reserves the right to reject any or all bids, to waive informalities, and to award the contract to the best interest of the Economic Development Authority. The mobile folding platforms proposed and delivered to the Economic Development Authority 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 mobile folding platforms 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 platforms 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 Economic Development Authority in regard to patent infringements and in case of suits against the Economic Development Authority by other parties. He must defray all cost in connection with such suit and save the Economic Development Authority harmless in all actions. The bidder shall guarantee the equipment as to the specified capacity and satisfactory performance and to be free of defects in design, material, and workmanship. All defective parts, material, and labor shall be replaced free of cost to the Economic Development Authority. • 3. DELIVERY DATE The successful bidder shall schedule delivery to the Earle Brown Heritage Center for March 1, 1990. 4. AWARD OF CONTRACT Award of contract by the Economic Development Authority will be based on, but not necessarily limited to, the factors of price, delivery date, parts and service, as well as analysis and comparison of specifications and performance. 5. OBJECTIONS TO SPECIFICATIONS Any objections to the specifications must be submitted to the Secretary in writing five (5) days prior to the opening of the bids. 6. PROOF OF WORKER'S COMPENSATION Each bid shall be accompanied by proof that the bidder has Worker's Compensation Insurance in force. Such proof shall be in the form of a copy of the bidder's current insurance certificate or certificate of exemption from the State Insurance Commissioner. • • I. Scope EARLE BROWN HERITAGE CENTER BROOKLYN CENTER, MINNESOTA Mobile Folding Platfotm Specifications For the supply of interlocking mobile stages consisting of basic platform modules 6' wide by 8' long and accessories. Each platform must be self - supporting and independent in function and operation. Units shall lock together without the use of special tools at differing heights. The basic 6' x 8' unit shall have height adjustments of 24 " -32" and 40" with each unit having fine tune adjustable glides of 2 1/2" diameter PVC coated (non- marking) steel glides. Each stage unit shall be so constructed that each unit shall store vertically and when in the folded or storage position, shall rest on 5" casters to allow units to be easily pushed about by hand from room to room. Units shall be capable of being folded for storage when in either the 24 "- 32 " -40" heights - - eliminating the need to readjust the height each time the staging is stored or reset. Casters shall not bear weight when the platforms are in the down or in -use position. When the platforms are in use the weight shall be borne by the tubular steel columns of each independent platform. Roto -locks shall be installed on each stage to provide locking when units are placed side by side and end to end. These connectors shall not be required to bear weight on adjoining platforms. Platforms shall be so constructed as to permit each unit to remain on 5" casters when in the open position, yet be totally mobile, alowing the platform to be rolled by hand into desired position. After the platforms are rolled in place the caster system shall be retracted and the platforms securely locked together by roto- locks. A. Decks • II. Stage Construction C. Legs 1. Stage decks shall be a minimum of 5/8" thick exterior -type plywood. 2. Plywood will be covered with SICO's or approved equal black Dura -Deck vinyl. 3. The back of the stage deck shall be painted black. 4. Edges shall be protected with an 18 gauge vinyl - covered steel banding. 5. Decks shall be securely fastened to an all- welded steel framework by means of expanding rivets. 6. Stage frames shall be furnished with velcro -type (or equal) for quick attachment of drapes without the use of special fasteners or attachments. B. Frames 1. Units shall be constructed of 14 gauge or heavier structural steel. 2. Finish shall be high quality baked -on enamel and zinc chromate electroplating. 3. Units shall be built on unitized, (one - piece) steel frame. Decks or flooring cannot be a functional part to which a mechanism is attached. 1. Stage units shall have four legs adjustable to the following heights: 24 ", 32 ", and 40 ". 2. End legs shall consist of an upper leg section of 1 3/4" x 14 gauge BREW steel tube and a 1 1/2" x 11 gauge lower section. 3. Weight shall be borne by six tubular steel columns with 2 1/2" diameter, PVC coated adjustable terminals for fine tuning of stage elevation. 4. Extension legs shall have built in anti -sway brace for use at maximum height extension. 5. Tubular leg units shall have built in spring- loaded locking device for positive elevation changes. D. Unit To Unit Connectors 1. Platforms shall incorporate roto -locks built into each unit for easy, positive interlocking. 2. Roto -locks shall not be required to bear weight on adjoining platforms. 3. Roto -locks shall be installed on each stage to provide easy locking when units are placed side to side and end to end. E. Conclusion Mobile folding multi - height stage units as described above shall be capable of interlocking to form a sturdy, elevated floor. All assembly or set up operations shall be done rapidly, without the use of bolts, nuts and loose parts. Platforms shall offer flexibility and time - saving advantages, such as storage in folded position, rolled in open position, folded at any height or stored at any height. III. Stage Accessories A. Step system 1. Step units shall consist of a system of units, 2 two - rise modules that can be used individually or in combination when hooked together. Units will meet the following height considerations: 24 ", 32 ", and 40 "H. 2. Step units will have built in guard rails and feature a mobile tilt - and -roll caster system for easy transport. 3. Framework shall be of 1" x 16 gauge or heavier tubular steel. Frames shall be electric arc - welded construction with a baked enamel finish. 4. Stepboards shall be 12" wide by 36" long, 5/8" thick, exterior grade plywood covered with grey dura- vinyl. • • • 5. Boards shall be attached to frame with 5/16" bolts through the frame and board secured by nuts. 6. Step assembly shall be furnished with 2" OD teiminals. 7. Step assembly shall attach to the stage using the quick attachment feature without the use of latches, locks, tools, etc. B. Chair /Table Stops 1. Chair /table stops shall be of all steel construction. Bars shall be 1 3/8" x 7/8" x 1/8" steel angle with quick attachment feature. 2. Bars shall rest 3/8" above surface of stage deck to serve as a chair stop. Finish shall be baked -on enamel. 3. Chair stops shall be 48" in length. C. Drapes 1. Drapes shall be 100% cotton velour, flame - resistant, treated material. Color of drapes to be selected. 2. Adjustable height drapes shall match stage heights of 24 ", 32 ", and 40 ". Drape height adjustment will be obtained by use of velcro strips. 3. Drapes shall attach to stages through use of velcro strips sewn to the backside that attaches to the continuous velcro on the stage units to eliminate gaping or drooping. 4. Drapes shall be made from customer provided material. D. Drapery Trucks 1. Drapery truck for moving and storage of drapes shall be constructed of 14 gauge or greater steel. Finish shall be electroplated or baked -on enamel. They shall be supported on two swivel and two non - swivel 4" or 5" casters. Truck shall have uprights with velcro as a method of hanging drapes. • All bidders whose products deviate from these specifications must list their deviations. All bids shall include a factory representative to check all equipment after delivered and instruct facility personnel in the operation and maintenance of all products supplied. All debris, cartoning, etc. to be removed from job site by prospective bidder. • • The following check list must be filled out for bid to be considered: I. SCOPE A. Unit size 6' x 8' Deviation description: B. Height 24- 32 -40 "H Deviation description: C. Units roll on own wheels Deviation description: D. No loose pieces to be attached for assembly Deviation description: II. STAGE CONSTRUCTION A. Decks 1. 5/8" plywood minimum Deviation description: 2. Dura vinyl covering Deviation description: 3. Painted back Deviation description: SPECIFICATION CHECK LIST 4. 18 gauge steel banding overlapping top to protect edges Deviation description: 5. Expanded rivet attachment Deviation description: B. Frames 1. 14 gauge steel frame Deviation description: 2. Baked enamel finish and zinc chromate electroplate As Specified YES NO • Deviation description: 3. Unitized steel frame with no mechanisms attached. Deviation description: 4. Serial # on frame Deviation description: 5. Frame furnished with velcro for drape attachment Deviation description: C. Leas 1. Four legs per unit Deviation description: 2. 1 -3/4 "x14 gauge upper leg, 1- 1/2 "xll gauge lower leg Deviation description: 3. Four 2 -1/2" PVC coated adjustable terminals. Deviation description: 4. Built -in anti -sway brace Deviation description: 5. Spring load lever operated leg locks Deviation description: D. Unit to Unit Connectors 1. Built in Roto locks Deviation description: 2. Locks do not bear weight of next platform Deviation description: 3. Locks that allow for 8" different heights to be locked Deviation description: E. Conclusion: 1. No tools required for set up with exception of alien wrench Deviation description: 2. Stores at any height Deviation description: 3. Rolls when open or closed Deviation description: 4. Serial # on frame Deviation description: III. STAGE ACCESSORIES Step System: 1. Units meet heights of 24- 32 -40 "H Deviation description: 2. Built in guardrails and casters • Deviation description: 3. 1" x 16 gauge or heavier tubular steel Deviation description: 4. 5/16" bolts through frame attach boards Deviation description: 5. 2" OD terminals Deviation description: 6. No latches, locks, tools required to attach steps Deviation description: 7. 4 load bearing, non - marking contact points to floor, per two step rise module Deviation description: • TO: Economic Development Authority 6301 Shingle Creek Parkway Brooklyn Center, MN 55430 Gentlemen: PROPOSAL MOBILE FOLDING PLATFORMS We propose to furnish and deliver mobile folding platforms and accessories listed below according to the specifications at the following bid price: 1. 15 Mobile Folding Platforms 6' x 8' x 24- 32 -40 "H 2. 2 - Steps 4 Rise Step w /Rails and Wheels 3. Drapes 8'W x 24- 32 -40 "L C.O.M. 4. 26 - Chair /Table Stops 4'L 5. 1 - Drapery Truck Signed: Firm Name: Address: Date: Bid Opening: October 17, 1989, 11 a.m. CITY OF BROOKLYN CENTER Council Meeting Date 9/25/89 ^ 7 Agenda Item Number CI REQUEST FOR COUNCIL CONSIDERATION *********************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ITEM DESCRIPTION: Drywall Contract *********************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** DEPT. APPROVAL: / --C2 . EDA - eerdinator Signature - title *********************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** MANAGER'S REVIEW /RECOMMENDATION: No comments to supplement this report Comments below /attached ********************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SUMMARY EXPLANATION: (supplemental sheets attached ) Monday evening the EDA will be asked to terminate the contract of Westco Builders, Inc. for drywall on the Earle Brown Farm. From the time the contract was awarded to Westco, we have had problems with the contractor getting compliance with the terms of the contract /bid specs. Westco has now refused to provide a performance bond for this job. The next low bid is that of Mulcahy Drywall for $136,000. Westco's bid was $113,927. It is my recommendation that Westco's contract be terminated and a contract awarded to Mulcahy Drywall. Further, 1 would recommend that the EDA keep the bid bond of Westco in the amount of $5,696. The difference between the two is $16,377. I will be available Monday to provide additional information on this matter. • • Commissioner introduced the following resolution and moved its adoption: EDA RESOLUTION NO. RESOLUTION TERMINATING CONTRACT FOR GYPSUM DRYWALL WITH WESTCO BUILDERS, INC. FOR THE EARLE BROWN FARM RESTORATION AND ACCEPTING BID AND AWARDING CONTRACT TO THE NEXT LOWEST RESPONSIBLE BIDDER WHEREAS, by EDA Resolution No. 1989, the Economic Development Authority Brooklyn Center authorized and directed into an Agreement with Westco Builders, gypsum drywall portion of the Earle Project; and 89 -10 adopted on May 1, in and for the City of the President to enter Inc. ( "Westco ") for the Brown Farm Restoration WHEREAS, the contract documents for said contract require that Westco provide a performance bond and labor and material payment bond each written for the full amount of the contract; and WHEREAS, despite several requests to Westco to provide such bonds, Westco has failed to provide the requested bond; and WHEREAS, Westco has been notified in accordance with the contract documents that the contract would be terminated due to failure to provide such bonds; and WHEREAS, by letter dated September 13, 1989, from Mr. Robert M. Zwack of Westco to Heskin Research Group, Westco has notified the Economic Development Authority that it will not provide the required bonds; and WHEREAS, the Economic Development Authority desires to continue with the work of the project described in the contract documents; and WHEREAS, the second low bidder on the gypsum drywall portion of the project was Mulcahy Drywall which has indicated a willingness to honor its original bid and which has been determined by the Economic Development Authority to be a responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the Economic Development Authority in and for the City of Brooklyn Center, Minnesota, that: 1. The contract with Westco Builders, Inc. is hereby terminated and the authorization and direction to the President of the Economic Development Authority to enter into a contract with Westco is hereby rescinded. yd and the following voted against the same: • whereupon said resolution was declared duly passed and adopted. EDA RESOLUTION NO. 2. The President of the Economic Development Authority is hereby authorized and directed to enter into the attached contract in the amount of $136,000, with Mulcahy Drywall, of St. Paul, Minnesota, in the name of the Economic Development Authority, for the gypsum drywall portion of the Earle Brown Farm Restoration Project according to the plans and specifications therefor approved by the Economic Development Authority and on file in the office of the Secretary. Date President The motion for the adoption of the foregoing resolution was duly seconded by Commissioner , and upon vote being taken thereon, the following voted in favor thereof: