Loading...
HomeMy WebLinkAbout2010-12-01 PACKET 04.K.REQUEST OF CITY COUNCIL ACTION COUNCIL AGENDA MEETING I # DATE 12/01/201 PREPARED BY: Public Works Les Burshten ORIGINATING DEPARTMENT STAFF AUTHOR COUNCIL ACTION REQUEST: Adopt resolution approving the specifications and establishing a January 10, 201 bid date for the purchase of an Ice Resurfacer. STAFF RECOMMENDATION: Recommend the Council adopt the resolution approving the specifications and establishing a January 10, 201 bid date for the purchase of an Ice Resurfacer. ADVISORY COMMISSION ACTION: F PLANNING ❑ PUBLIC SAFETY F PUBLIC WORKS ❑ PARKS AND RECREATION ❑ HUMAN SERVICES/RIGHTS F ECONOMIC DEV. AUTHORITY F� SUPPORTING DOCUMENTS: DATE REVIEWED APPROVED DENIED ❑ ❑ F F F ❑ 1 F F F ❑ ❑ F F 1 F ❑ F ❑ ❑ ❑ ❑ MEMO/LETTER: Zac Dockter, November 1, 201 ❑ RESOLUTION: ❑ ORDINANCE: F ENGINEERING RECOMMENDATION: ❑ LEGAL RECOMMENDATION Z OTHER: Advertisement for Bid, Instructions to Bidders, and Bid Form. ❑amity Admi4strator Date COUNCIL ACTION TAKEN: Y'A P R 0 V E D ❑ DENIED L-IOTHER 7!I% CITY OF • • .'I �A MINNESOTA To: Honorable Mayor and City Council From: Zac Dockter Date: 11/1/10 Subject: Ice Resurfacer Request for Proposal Introduction The equipment replacement program identifies the replacement of an ice resurfaces in 2012. The purchase of a new ice resurfaces would replace the existing 1984 Zamboni. The purchase is anticipated to be financed using equipment certificates or a capital lease over a five year period. Due to production lead times of 10 months or more, staff is asking that the city council consider authorizing a call for bids at this time. Background The ice arena currently operates one machine to maintain each sheet of ice. The life expectancy of these machines is approximately fifteen years when maintaining one sheet of ice. However, the Zamboni being suggested for replacement actually resurfaced two sheets of ice for approximately 13 years meaning that the city certainly exceeded the expected life of the machine. Much of this extended life can be attributed to the quality workmanship from our ice maintenance technician. As part of the bid package, bidders will be asked to provide a trade -in value for the 1984 ice resurfacer. Should those values not be satisfactory, council and /or staff may choose to put the item for sale on the open market or find an alternative use. Due to the extended lead time of manufacturing a new machine, staff is requesting authorization to call for bids from vendors to supply a new ice resurfacing machine to the City of Cottage Grove no later than January 15, 2012. The specification guidelines are attached for your review. Staff is proposing to advertise for bids beginning December 15, 2010 with all bids being due January 10, 2011. At the January 19, 2011 city council meeting, council would provide final action to accept or reject proposals. Authorize staff to call for bids for the purchase of an ice resurfacing machine to be used at the Cottage Grove Ice Arena with a bid date of January 10, 201 at 1 - .00 p.m. O' Adopt resolution to approve the specifications and establish a January 10, 2011 bid date for the purchase of an Ice Resurfacer. - 1Q kid NOTICE IS HEREBY GIVEN, that sealed bids will be received in the office of City Clerk, located at 7516 80 Street South, Cottage Grove, MN 55016, until 1:00 P.M., Monday, January 10, 201 at which time they will be opened and read aloud for the furnishing of: Bid Instructinns, Specifications and the Bid Form may be obtained from the Public Works Department. No bid will be considered unless it is securely sealed in an envelope, labeled with the nature of the bid and submitted to the office of the City Clerk prior to the time noted above for closing of bids. Each bid shall be accompanied by Bid Security in form of certified check, cashier's check, or bid bond in the amount of five (5%) percent of Base Bid submitted, made payable to Owner, as guarantee that Bidder will, if awarded, enter into Contract Documents and submitted Bid. The City reserves the right to reject a Bid, which is in any way incomplete or irregular, or to waive informalities or irregularities in a Bid received, and accept a Bid, which in the City judgment is in the City's best interest. The City Council will consider awarding of the bid at a regular scheduled City Council meeting. Dated this 1 9 th day of January 201 Caron Stranskv City Clerk 1 11 p �10 It is the intent of the City of Cottage Grove not to be restrictive to any one manufacturer. The bidder understands and agrees that the City is not limited to the acceptance of the low bid as the only requirement in its final purchase decision. The City may also consider the quality of construction and materials used, the desirability of the unit design, including exterior and interior components assurance of quality, completely new parts, service, warranty coverage, features that may exceed the Specifications and the timely delivery of the ice resurfacer. The bidder understands the City reserves the right to reject any or all bids for any reason deemed in the best interest of the City and the interests of the community served by the City. The successful bidder will be required to deliver to the City one new model Ice Resurfacer no later than January 15, 2012. This ice resurfacer will be used by the City to resurface multiple sheets of ice at the Cottage Grove Ice Arena. The attached Specifications are intended to describe the type, size, and quality of the ice resurfacer desired by the City. The Specifications are considered minimum design and construction standards against which the ice resurfacer will be inspected. It is the City's intent to receive bids for ice resurfacers that meet the Specifications. Any bid that is submitted that does not comply with the Specifications shall state this information on the Bid Form. The City reserves the right to review the exceptions and to determine whether they would be acceptable. 1. Warranties As a condition of the acceptance of the ice resurfacer, the successful bidder shall furnish a mmanufacturer's signed warranty to cover parts and repairs to correct defects in material workmanship for 24 months from date the machine is placed into service. include, The successful bidder will be required to provide one complete set of service/maintenance manuals on all equipment provided with the ice resurfacer which shall but • be .d to, chassis/engine repair parts manual, operators o of the wiring schematics. 3. Service Support Bidders shall supply, with their bids, detailed information on the bidder's ability to perform routine and emergency service on the ice resurfacer after its delivery to the City. Detailed information shall be provided on service facilities, personnel, service ice resurfacers, and the type and nature of repair work the bidder is able to provide. The bidder shall state the number of miles from the City to the nearest fully staffed repair facility operated by the bidder. It is the intent of the City to assure that parts and service are readily available for the ice resurfacer and its equipment. Service capabilities will be one of the criteria examined by the City in its award of the bid. 0 Bids may be withdrawn in writing by an authorized partner or officer (as the case may be) of the Bidder on the Bidder's letterhead received by the City by mail, personal delivery or facsimile, and marked to the attention of the City Clerk, prior to the time scheduled for opening of bids. The original of any modification or withdrawal transmitted by facsimile must also be mailed to the City (and marked to the attention of the City Clerk), be postmarked the same date as the date of the bid opening, and received by the City no later than 12:00 p.m. on the second business day following the date of the bid opening. Any modification or withdrawal that is transmitted by facsimile shall be transmitted to: 651-458-2897. Bids may not be modified or withdrawn after the bid opening. IMNMLO • Each Bid Form, specifications, together with bid security and any additional information, shall be submitted in a sealed envelope with the name of the bidder and the nature of the bid clearly indicated thereon. All bids must be mailed or personally delivered to City Hall located at: 7516 80 Street South, Cottage Grove, Minnesota 55016. Telephone, oral or facsimile bids will not be accepted. The envelope shall be time stamped no later than 1:00 p.m. on January 10, 2011. Late bids will not be accepted. It shall be the responsibility of the bidder to assure that their proposal arrives at the location and time indicated in the advertisement for bid. The City shall have no responsibility or liability to any bidder whose bid is not received within the time frame designated herein, regardless of whether a delay is caused by a third party, the United States Postal Service, or failure or unavailability of any transmitting device or service. The bids will be opened in the office of the City Clerk, City of Cottage Grove located at 7516 80 Street South, Cottage Grove, Minnesota 55016, at 1:00 p.m. on Monday, January 10, 2011 . The City Council will consider the bids at 7:30 p.m. on Wednesday, January 19, 2011. A bid shall be valid for a period of ninety (90) days from the date of bid opening. 6. Evaluation of Bids The City reserves the right, in its sole discretion, to reject any and all bids, accept any bid, waive informalities in bids submitted, and waive minor discrepancies between a bid and these Bid Instructions, the Specifications and the Bid Form, as it deems to be in its best interests. Any waiver of the City with respect to the requirements of these Bid Instructions, the Specifications or the Bid Form shall apply only to the particular instance for which it was made or given, and no such waiver shall constitute a permanent or future waiver of such requirements. Bid Form City of g• Grove 75168 C November 24, 2010 We, the undersigned, have examined the Bid Instructions, the Specifications, and the Advertisement for Bids and hereby propose to furnish the following: One (1) new Ice Resurfacer From: City of Cottage Grove Office of the City Clerk 7516 80 Stre -t South Cottage Grove, MN 55016 1,1 and Location: January 10, 2011 at 1:00 p.m. City of Cottage Grove Office of the City Clerk 7516 80 Street South Cottage Grove, MN 55016 Equipment Delivery: On or before January 15, 2012 City of Cottage Grove Ice Arena 80208 01h Street South Cottage Grove, MN 55016 Contact: Zac Dockter, Arena /Recreation Manager City of Cottage Grove 651- 458 -3415 or zdoekter (� cottaa -ro ves WITH THE PRESENT SPECIFICATIONS SPECIFICATIONS ICE RESURFACING MACHINE SELF PROPELLED HEAVY DUTY MODEL This column lists the minimum standards required. CONFIRMATION This column to be completed by the bidder showing particulars of equipment to be supplied. Where detailed information is not required "yes" or "no" must be inserted. A detailed explanation is required if "no" is inserted. 1. GJENERAL The unit shall be new, of the current model and year. The unit shall be designed so the following can be achieved as a one person operation. (a) Plane the ice. (b) Pick up and store snow. (c) Wash and squeegee ice. (d) Distribute water for freezing a SPECI CONFIRMATION sheet of ice. (e) Dump snow from storage tank to front. (f) Sweep and clean close to boards. Frame designed by the manufacturer to provide proper support for the loads required. Required preference will be given to welded 2°" x 5" steel tubing frame. Shall be four (4) wheel drive. I 3. AXLES Axles application must be certified and warranted by the manufacturer to properly support the maximum loads. Shall be four (4) wheel drive type and will be equal to or better than: Spicer model 44 front. Spicer model 60 rear. Capacity shall be minimum: front 4300 lb. rear 6400 lb. 4. STEERING Shall be front wheel power steering. Control of steering is to be done by automotive type steering wheel. H r r To be equipped with heavy duty hydraulic drum type braking system. 6. ENGINE Maximum four cylinder, 75 HP, liquid cooled. Must be of sufficient capacity to provide efficient and dependable service while minimizing emissions and its required ventilation. • 19 6. ENGINE (continued) Propane engine shall be equipped with hardened valve seats and be L.P.G. certified by the manufacturer. Throttle control - Electronic governor and speed limiter capable of "hands -free" operation with independent load - sensing adjustments. Exhaust piping to be stainless steel. Exhaust to be vertical and mount to top outside of unit complete with guard. Heavy duty inuffler, low noise type. Catalytic converter for emissions control and/or fuel system management. Engine to be equipped with spin on oil filter. Vehicle speed control shall be through a foot operated device that will cause the machine to come to a full and complete stop if operator falls off or releases the controls. Cooling system to be protected to -25 degrees fahrenheit. 8. FUEL SYSTEM Propane system includes mounting brackets to allow for two (2) 33 lb. or 40 lb. tanks (not included). Switch to alternate between tanks by means of manual crossover lever to be installed. Dual pressure relief valves to be installed. SPECIFY CONFIRMATION I 60 amp minimum alternator. 10. BATTERY 600 CCA minimum, maintenance free. 11. INSTRUMENTATION A tachometer/hour meter shall be installed. Ammeter /voltmeter gauge be installed. SPECIFY CONFIRMATION Indicator lights for oil pressure, coolant temperature are to be dash mounted in view of operator. 12. HYDROSTATIC TRANSMISSION The hydrostatic drive will provide infinitely variable vehicle speed. Transmission shall have a maximum speed range of approximately 0 - 10 M.P.H. State range 0 - Hydrostatic transmission shall enable operator to use full hydraulic power at any vehicle speed and shall be equipped with a bypass valve to allow towing if engine is inoperative. Charge loop oil filter. 1 ". Pumps will be direct driven thereby eliminating belts to ensure maximum power transfer and reduce maintenance. A double hydraulic pump with two distinct hydraulic systems, one to power the vertical conveyor, the other to power the horizontal conveyor. M.P.H. 13. HYDRAULIC SYSTEM (continued) Hydraulically driven accessory equipment will not be affected by vehicle speed and a directly driven pump for each auger must be provided. Hydraulic oil tank capacity shall be 25 USG. Oil filter with change indicator installed. 14. CONVEYOR SYSTEM The method used to convey the shavings shall be by a horizontal and vertical auger system. Snow will be collected and carried from the surface of the ice by means of a conveyor system which throws the snow into the snow dump tank by a high capacity slinger of approximately 1.6" x 5 ". STATE SLINGER SIZE All conveyor augers shall have a minimum diameter of 10" and shall be double flighted. The horizontal auger will have double flighting. The vertical auger will be 10" in diameter and have the ability to completely fill the snow tank. All conveyors to be hydraulically driven and controlled at operator's station. 1\7[II.9 The unit must have the ability to completely resurface the corners of a standard hockey rink without conditioner off sets. STATE MINIMUM RADIUS A' - I' ONDITIONER 7 A hydraulically controlled board brush which is retractable and detachable when not in use shall be installed on the drivers side of the machine for close sweeping along boards to prevent snow build -up. Brush controls will be located at the operator's station. The brush will be approximately 15" in diameter and rotate only when extended to the operating position. STATE SIZE The brush will be equipped with a system to protect the assembly and the dasher boards during the brushing process. When not in operation the brush attachment shall be capable of being retracted to a position close to the body of the machine and raised above the ice surface. 17. SHAVING AND CONDITIONING UNIT Steel ice shaving blade will be not less than 77" x 5" x 1/2" with two bolt hole rows for longer life. BLADE SIZE x x BIade holding apparatus shall secure the blade so that the ends are tapered upwards approximately 1/16" to ensure feather edge effect under normal shaving conditions. The unit must have the ability to shave smooth and deep, the blade height and angle adjustment shall be made from outside of the shaving unit and accomplished in a single easy method. Power coated conditioner Shaving apparatus shall include a spring loaded down pressure system that provides constant downward force on the shaving blade. Supply ten (10) blades with the unit 18. SNOW DUMP TANK The snow collecting tank shall empty forward and shall be capable of dumping itself clean. A manual auxiliary pump is required to lift both the dump tank and conditioner. Dump Tank Light The snow collection tank shall be enclosed and be capable of holding a minimum of 2.83 in (100 ft of snow or 108 USG of water that can be dumped at a location away from the ice surface. Compacted snow capacity shall be a minimum 3.5 m (125 ft 3 .) STATE ACTUAL SNOW CAPACITY STATE ACTUAL WATER CAPACITY Ice making water tank for restoring the ice surface shall contain a minimum of 200 USG of water and be molded high density polyethylene to completely eliminate potential to rust. STATE CAPAC:;ITY c) 19. WATER STORAGE (continued) Tank shall have an access cover of no less than 8" in diameter. An additional 72 USG water tank will be provided for washing the ice surface, or flooding, by a rod operated manual valve. This second tank shall be made of high density polyethylene. A wash water system with water pump with blue impellor and squeegee shall be installed on the machine. With this system, the operator shall be able to wash the ice or remove excess water as ice conditions require. The brass water pump shall be a 1 1/4" self Priming pump equipped with electro- magnetic clutch (Jabsco or approved equal) and powered by hydraulic motor. Regular adjustable v -belt STATE PUMP SIZE MAKE MODEL 20. TIRES 16" steel belted radials with double shoulder tungsten tip studs for traction 21. ACCESSORIES Guide wheel mounted on left front bumper. Headlights. Horn. Ice making & wash water site glass. Automatic snow breaker. 10 21. ACCESSORIES (continued) Backup alarm. Low fuel light. Black towel (ice making) 22. WARRANTY Manufacturer's signed warranty to cover parts and repairs to correct defects in material workmanship for 24 months from date the machine is put into service. 23. PARTS AND SERVICE Addresses where parts and service will be available. The supplier shall ensure that spare parts will be available to maintain and repair the machine supplied for a reasonable period of time consistent with the normal life of the unit. 24. PAINT Standard manufacturer's Black & Gold 25. MANUALS One complete service manual. One complete parts manual. One complete operators manual. Set -up and training of arena personnel on proper operation and maintenance procedures shall be included. One complete parts manual. 26. SET -UP AND TRAINING (continued) One complete operator's manual. 27. Delivery: Bidder shall deliver freight prepaid. Delivery of machine to be no later than January 15, 2012 to City of Cottage Grove Ice Arena 8020 80` Street South Cottage Grove, MN 55016 28. Bid Security: Each bid shall be accompanied by Bid Security in form of certified check, cashier's check or bid bond in the amount of five (5 %) percent of Base Bid submitted, made payable to Owner, as guarantee that Bidder will, if awarded, enter into Contract Documents and submitted Bid. 29. Total Bid Price 30. Alternate Deduct #1 Trade -in Value Zamboni Model 500 HD Serial 3225 Condition Fair Hours 7,282 Bidder may schedule an appointment with arena staff at 651 -458 -3400. z A. General Provisions. Bidder understands and agrees that failure to comply with any or all of the provisions of this Agreement shall constitute an event of Default ( "Default "). The Default shall exist at the time of the failure to comply with the provisions of the contract, whether or not either party has notice. The City, in addition to other available legal remedies, may, at the City's discretion, elect to impose any single remedy or penalty, or combination of remedies and/or penalties. The City may impose remedies and penalties in addition to those remedies and penalties specified in this Agreement. B. Conflicting Provisions. In the event that provisions set forth in this section conflict with any other provisions set forth elsewhere in this Agreement, it is agreed by Bidder and the City that the provision which is more strictly in favor of the City shall be the governing contracting provision. C. Specific duties of Bidder. The Bidder shall do the following: I . Review all proposal specifications and be familiar with the requirements outlined in the Bid Specifications; 2. Provide the City with the name of the Bidder's contact person; 3. Schedule the delivery, and keep the City informed at all times of the delivery schedule of the vehicle and all equipment pertaining to the vehicle; 4. Inventory all equipment for this vehicle in the presence of a representative of the City; and 5. Perform or coordinate all training requirements as described in the proposal specifications and Bid Specifications with the City. D. Remedies and Penalties. The City shall seek any remedies and penalties to which it is entitled under federal, state or local laws. The City shall seek any remedy or penalty, including, but not limited to, those remedies and penalties specifically provided for in this Agreement. E. Liquidated Damages. Bidder shall be liable for liquidated damages for failure to deliver ice resurfacer by January 15, 2012 at the rate of $500.00 per week. In the event that the cause for non - completion is the fault of the City or uncontrollable natural occurrences, the City shall waive liquidated damages. The calculation and accumulation of liquidated damages will not commence without written notice from the City to Bidder. F. Termination. This Agreement shall continue in effect until Bidder has completed its delivery and the City has paid to Bidder the Purchase Price. G. Entire Agreement. This Agreement, any attached exhibits and any addenda or amendments signed by the City and Bidder shall constitute the entire agreement between the City and bidder with respect to the Delivery. This Agreement supersedes any other written or oral agreements between the City and Bidder. This Agreement may only be modified in writing signed by the City and Bidder. H. Compliance with the Minnesota Government Data Practices Act. Data provided to Bidder or compiled by Bidder under this Agreement shall be lalse or sham bid. The l undersigned represents that it has not solicited or induced any person, firm or organization or corporation to refrain from bidding; and that it has not sought by collusion to obtain for itself any advantage over any other bidder or over the City. (A Corporation (An Individual (A Partnership By: Submitted by Name of Bidder Printed Name of Signer Address Title City, State, Zip Telephone Number E RESOLUTION NO. 2010- RESOLUTION APPROVING EQUIPMENT SPECIFICATIONS AND ESTABLISHING A BID DATE FOR AN ICE RESURFACER WHEREAS, equipment specifications have been prepared in accordance with the City standards and specifications for the purchase of the Ice Resurfacer; and WHEREAS, the Parks and Ice Arena Manager has presented such plans and specifications to the City Council for approval. NOW THEREFORE BE IT RESOLVED, by the City Council of the City of Cottage Grove, County of Washington, State of Minnesota, as follows 1. Sealed bids will be received at the office of the City Clerk until 1:00 p.m. on Monday, January 10, 2011. Passed this 1st day of December, 2010. _________________________ Myron Bailey, Mayor Attest: ____________________________ Caron M. Stransky, City Clerk