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: