REQUEST FOR PROPOSAL ONE (1) NEW 2013 MODEL ELECTRIC ICE RESURFACING MACHINE ROSEVILLE ICE ARENA 2661 CIVIC CENTER DRIVE

Similar documents
Discover why Zamboni is the overwhelming choice for ice rink operators throughout the world.

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR ONE (1) ZERO TURN, 100 INCH LASTEC 3300 ARTICULATING MOWER TABLE OF CONTENTS

The Inner Workings of an Ice Resurfacing Machine By Casey Murdough

Discover why Zamboni is the overwhelming choice for ice rink operators throughout the world.

Bradford Fire Department. Seeks Bids for the Purchase of Self Contained Breathing Apparatus and Related Equipment GENERAL SPECIFICATIONS WARRANTY

Town of Wells Vehicle Bid Package

NOTICE INVITING BIDS 2017 FIRE & RESCUE DEPARTMENT RESCUE BOAT CITY OF BEAVER DAM, WISCONSIN

Grayslake Fire Protection District Request for Self-Contained Breathing Apparatus (SCBA) Bid

GROVE MODEL RT58D - 20 TON CAPACITY

SWIM POOL MANAGEMENT City of Blue Springs, Missouri

SPECIFICATIONS - DETAILED PROVISIONS Section Butterfly Valves C O N T E N T S

ALL TERRAIN CRANE AR-1200M-1

How to Drive a Zamboni

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR VERTICAL SHORES PARTS AND SERVICE ADDENDUM 1

Limited quantities of compressed gases.

G l e a s o n I n t e r n a t i o n a l R a c e w a y O v e r a l l R u l e s & R e g u l a t i o n s

LOAD CHARTS RT540E 85% STABILITY ON OUTRIGGERS 75% STABILITY ON RUBBER

I N V I T A T I O N T O B I D

City of Conway Mayor s Office 1201 Oak Street Conway, AR Invitation and Bid

CUSTOMER ASSISTANCE GUIDE BUILDING PERMIT APPLICATION SUBMITTAL REQUIREMENTS

AIR/OVER HYDRAULIC JACK 20 TON

USER MANUAL

Product Guide. Crawler Crane

310 SERIES TILT-TO-LOAD ROTATOR. The Specialist In Drum Handling Equipment

REQUEST FOR BIDS For Intake Tunnel Project Bid Notice

TECHNICAL SPECIFICATIONS THE LV300 GREEN CLIMBER: REMOTE CONTROLLED TRACTOR MOWER WITH FLAIL

SECTION BUTTERFLY VALVES

CP10K. 10,000 lb. Cable Puller Instruction Sheet. SAFETY ISSUES

CITY OF ANTIOCH NOTICE OF PUBLIC SALE SURPLUS OFFICE FURNITURE AND EQUIPMENT

6000SLX HYDRAULIC CRAWLER CRANE

BID SHEET. Project: Respiratory Equipment for Fire Department Plain Township Resolution F2 Company Name:

Apparatus Driver/Operator Evaluation Form Rosenbauer Tanker:

Nottingham Township 909 Sugar Run Road Eighty Four PA (724) Fax (724)

OPERATOR, ORGANIZATIONAL, DIRECT AND GENERAL SUPPORT AND DEPOT MAINTENANCE MANUAL COMPRESSOR, RECIPROCATING, AIR; 15 CFM, 175 PSI;

Requirements for Swimming Pools

UE- 90- X X X X X X O P E R AT I N G M A N UA L 0 TO 90 HYDRAULIC UPENDER

NATIONAL INSTITUTE OF ANIMAL BIOTECHNOLOGY (NIAB)

REQUEST FOR PROPOSAL RFP FD SCBA. Closing Time: August 23rd, 2018 at 2:00pm Local time

! Warning, refer to accompanying documents.

The Evaluator shall ask the Apparatus Driver/Operator questions regarding the mechanical systems and size of the apparatus.

Misaligned Folds Paper Feed Problems Double Feeds Won t Feed FLYER Won t Run iii

20 Ton SD Shop Press Operating Instructions

Key. counterweight. Lifting capacities on outriggers 360. Superlift

AIRMASTER SERIES RF AUTOMATIC DEWATERING VALVES. For the purging of water from compressed air systems WHERE DO YOU NEED AUTOMATIC DEWATERING VALVES

2.1 STS Crane Glass Pricing - Savannah Crane # Drawing # Item # Type Of Glass Cost. Sav LV50:112-L1 1. Sav LV50:112-L1 2

Technical Standard Order

Piped Air SCBA Refilling System Standard

Equipment Operation Procedures

3800 SERIES END SUCTION PUMP REPAIR PARTS INDEX. Model Model 3804

Section GAS CHLORINATION SYSTEM

INSTALLATION, OPERATION AND SERVICE MANUAL ABS AIR BAG LIFT

WEREAS, Don King Productions was the successful bidder at the purse bid; and

LOAD CHARTS RT890E METRIC DIN / ISO / 75%

Operator s Manual. GreenTek Ltd Rudgate Walton Leeds LS23 7AU UK

BREATHING AIR SYSTEMS HIGH-PERFORMANCE PRODUCTS FROM SCOTT

2018 Saint Paul Winter Carnival Parade Application

Puyuan. QUY 160 Crawler Crane Technical Manual

MAIN EVENT. HERBY DERBY (Compact & Sub-Compact Cars - tire height no more than 25 high and wheel base not to exceed 105 )

DEER LODGE DEMOLITION DERBY

Installation Operation Maintenance

ULTRA HIGH PRESSURE PAINT GRATE CLEANER FCT-JS OPERATION AND MAINTENANCE MANUAL

Hot Tapping Machine. OPERATIONS MANUAL and OPERATING INSTRUCTIONS

EUROPEAN FEDERATION RADIO CONTROL CARS. Rules for IR GT CARS June ZAGREB (Croatia)

MiniMag. 1 of 8. The MiniMag scrubber s 2 recover drain are 80% larger than a 1.5, making the MiniMag scrubber s drain hose less likely to clog.

Building Services Department

OPERATION, INSTALLATION, & MAINTENANCE MANUAL. for. Aircon Flex-air AN Airlocks

Reelmaster 3550-D. Light in Weight, Heavy in Productivity.

Hydraulic lift crane. Complies with ANSI/ASME B 30.5 LR enus LR

COMPRESSOR, RECIPROCATING: AIR HANDTRUCK MOUNTED, GASOLINE ENGINE DRIVEN, 8 CFM, 175 PSI (C & H DISTRIBUTORS MODEL ) NSN

FIELD USE AGREEMENT. DATE: This Agreement is made on the day of, 2016.

Model Portable Eyewash

Cover Page for Lab Report Group Portion. Pump Performance

Lake. City of cold. Equipment Rental Policy POLICY NUMBER: 199-AD-16. Approval Date: November 8, 2016 Motion Number: CM

Pressure Relief Valve Instruction Manual

BID SPECIFICATIONS. Tablets FOR. Hardeman County Schools

Model Safety Program

75 Ton SD Shop Press Operating Instructions

WATER HEATER THERMAL EXPANSION TANKS Owner s Manual. Safety Instructions Installation Maintenance Warranty. Models: 2-5 Gallon Capacity

CHAPTER 10 FALL PROTECTION

Mobile Breathing Air Systems

FXT. FXT Cooling Tower RIGGING & ASSEMBLY INSTRUCTIONS

(AS AT 31 st MARCH, 2002)

Operators & Maintenance Manual OPERATOR S MANUAL USAGE AND MAINTENANCE F100M F100M. Powered Fixed Hoist Ideal for raised swimming pools and hot tubs

ENERGY BLADE 3K4. Energy Blade Installation Instructions

INFUSION SYSTEM (110V) (220V) USER S MANUAL

Regulations Respecting Compressed Gas Pressure Vessels

The Corporation of the Town of Bradford West Gwillimbury. By-law Swimming Pool Fence By-law

SAN ANTONIO WATER SYSTEM I.H. 10 Ground Storage Tank Rehabilitation and Painting Project SAWS Job No Solicitation No.

PCS 340 Core Saturator : 115 Volt : 230 Volt. Instruction Manual

This test shall be carried out on all vehicles equipped with open type traction batteries.

6000SLX SL-N HYDRAULIC CRAWLER CRANE

Check with local zoning official for property line distance requirements.

Idaho Fire Service Technology Pumping Apparatus Driver/Operator Skill Sheet: 1

PL475. Patient Lift Scale. Owner's Manual

92831 TEL: (714) FAX:

BREATHING AIR SYSTEMS HIGH-PERFORMANCE PRODUCTS FROM SCOTT

The Univentor 1250 Anaesthesia Unit

Customer Responsibilities. Important Customer Information. Cary 4000/5000/6000i UV-Vis spectrophotometer Site Preparation Checklist

Rules for the Installation, Inspection and Testing of Air Reservoirs (Other than on Locomotives)

Blue Whale Spa :- Site Preparation and Delivery

Transcription:

REQUEST FOR PROPOSAL ONE (1) NEW 2013 MODEL ELECTRIC ICE RESURFACING MACHINE AT ROSEVILLE ICE ARENA 2661 CIVIC CENTER DRIVE ROSEVILLE, MN 55113 Bid Opening 1:00 p.m. CST Friday, March 22, 2013 CITY OF ROSEVILLE ROSEVILLE ICE ARENA 2661 CIVIC CENTER DRIVE ROSEVILLE, MN 55113 February 25, 2013

REQUEST FOR PROPOSAL ONE (l) NEW 2013 MODEL ELECTRIC ICE RESURFACING MACHINE City of Roseville Roseville Ice Arena 2661 Civic Center Drive Roseville, MN 55113 GENERAL: These specifications contemplate the furnishing and delivery of one (1) new 2013 Model Electric Ice Rink Resurfacing Machine - Zamboni Model 552 or approved equal. Unit, complete with special equipment as indicated, shall be delivered to the City of Roseville Ice Arena, 2661 Civic Center Drive, Roseville, MN 55113. Unit shall be supplied completely assembled and complete with all attachments and auxiliary equipment necessary to place unit in operation condition and ready for service. Unit attachments and auxiliary equipment supplied shall be in full compliance with all Federal OSHA, state and local laws governing such equipment and in effect at the date of manufacture. Unit proposed shall be the latest production model manufactured in the United States of America. When analyzing the bids submitted, superior design, workmanship, materials, size of component parts, operating costs, efficiency, etc., will be considered. It is the intent to accept equipment which proves to be the most suitable for the Roseville Ice Arena's use. The right is reserved to reject any or all proposals for equipment which the City of Roseville considers unsatisfactory, and to waive specification requirements that in the opinion of the City of Roseville will not impair the intent of the outlined specification. SERVICE: Proposer shall state in their proposal the location of the nearest stock of repair and replacement parts. Proposer shall have a local parts distributor with guaranteed parts availability and proposal where a serviceman man be called, if necessary, and furnish necessary training to the City of Roseville personnel, I.E. operational guidelines, maintenance guidelines and procedures, repair assistance (training mechanics) etc. Proposer shall furnish one (1) printed copy and one (1) electronic copy of operators, service, overhaul and parts manual with each unit at time of delivery and covering each unit as proposed.

DELIVERY: Proposer shall state in their proposal the shortest time of delivery, complete and ready for operation. Time of delivery is an essential and critical provision of these specifications. TRADE-IN ALLOWANCE: Proposer shall state in their proposal the trade-in allowance for one (1) 1998 Electric Zamboni Ice Resurfacer, Model 552. Unit can be inspected by calling the Roseville Ice Arena (651-792-7121) and making an appointment. REQUIRED SPECIFICATIONS: The unit shall conform to the following minimum requirements. CHASSIS: The chassis shall be equipped with four (4) wheel drive and front wheel steering. Control of steering is to be done by an automobile-type steering wheel. VEHICLE POWER: The battery package of lead acid 510 AMP Hour 80 volt DC. Charger shall be ferroresonant, microprocessor controlled with 80 volt output. For emergency service, a hydraulic hand pump capable of lifting the dump tank and the conditioner will also be included. VEHICLE DRIVE: Resurfacer shall have a traction drive motor with solid state controls to provide infinitely variable speeds in forward and reverse. Drive motor shall be a minimum 15 HP. Resurfacer shall have a speed range of 0-12 MPH. Resurfacer speed control shall be through a foot-operated device that will cause the machine to come to a full and complete stop if the operator falls off or releases the controls. ELECTRIC CONTROLS: Machine shall have General Electric SCR controls with full diagnostic capabilities and dash display or equivalent. AXLES: Axle loading shall be fully approved by the original equipment manufacturer for the application and minimum capabilities of axles shall be: a. front 6,400 lbs. b. rear 6,200 lbs. BRAKES: Resurfacer shall have front disc brakes, rear drum brakes and parking brake HYDRAULIC SYSTEMS: Machine shall include an auxiliary hydraulic pump that powers the machine's hydraulic system. The pumps will be direct driven by a separate motor.

SHAVING AND CONDITIONING UNIT: The steel ice shaving blade shall not be longer than 77 inches. Blade holding apparatus shall secure the blade so that ends are tapered upward approximately 1/16" to ensure a feather edge effect under normal shaving conditions. The shaving apparatus shall include a spring loaded down pressure system that provides constant downward force on the shaving blade. Blade height and angle adjustment shall be made from outside of the shaving unit and accomplished in a single, easy to accomplish procedure. SNOW CONVEYOR: The machine must have a conveyor system to collect and carry snow from the surface of the ice and into the snow tank by high capacity slinger at least 16" in diameter. All conveyor augers must have a minimum diameter of 10 inches and be double flighted. SNOW DUMP TANK: The snow collection tank shall dump forward from a minimum height of 48 inches. The tank shall be enclosed and be capable of holding a minimum of 100 cubic feet of snow. It shall also be capable of holding a minimum of 110 gallons of water of which can be dumped in the existing resurfacer room snow melt pit. The snow dump tank must be fully operational within the existing conditions of the resurfacer storage room. WATER STORAGE: The ice making water tank shall be capable of holding a minimum of 200 gallons of water and shall be made of high density polyethylene. Ice making water tank shall have right side water filling capabilities. Wash water tank shall be capable of holding a minimum of 82 gallons of water and shall be fitted to fill from the right side of the machine. WASHING SYSTEM: A wash water system to include a pump and squeegee shall be installed on the machine. The water pump must be a Jabsco 1 1/4-inch self- priming pump or equivalent. TIRES: Tires shall be LT 245/85 R16 steel belted radial tires with double shoulder tungsten tip studs for traction. GUIDE WHEEL: Roller shall be attached to the left front of the machine to protect both the machine and dasher board system in the rink corners. Roller should be made of non-marking material. BOARD BRUSH ATTACHMENT: A brush attachment with a shock absorbing hydraulic cylinder shall be installed on the left side of the machine that is capable of brushing away any accumulated snow at the base of the dasher boards. The brush attachment shall be hydraulically powered through an electric control valve. The switch to operate the electric control valve shall be located on the instrument panel. The brush will be approximately 15 inches in diameter and will only rotate in the extended position. The brush will have the ability to be retracted to a closed position when not in use. The brush attachment shall have a roller attached to the end of the arm to act as a guide against the dasher board system.

BACK-UP ALARM SYSTEM: The machine shall include an audible alert when the machine is operated in reverse ADDITIONAL ITEMS: The machine shall also include: one spare tire and rim one hydraulic jack three spare shaving blades above the number supplied with machine one set of miscellaneous tools required for servicing the unit one pint of touch up paint for each color one spare water pump impeller COLOR: Complete unit to be painted with one coat of metal primer and minimum of two finish coats. Owner shall choose two color paint scheme. Colors to be determined. LABELS AND WARNING: Equipment shall comply with the American National Standards (ANSI Z 35.1) and National Safety Council recommended practices for signs and warnings. DVD ON SAFE OPERATION: The supplier shall furnish at no extra charge one (1) DVD that provides instruction on safe operation and highlighting resurfacing function and machine controls for the purpose of training operators. REFERENCES: The proposer shall furnish the names of ten (10) locations where units meeting the above specifications are presently in operation. Along with the names of the locations, proposer shall furnish addresses, cities and states, telephone numbers, email address and names of individuals to contact. Proposers failing to furnish this information may be disqualified. WARRANTY: The resurfacer shall carry a two-year warranty on all parts. All defective equipment shall be replaced free of all cost to the City of Roseville for a period of two (2) years from date of delivery unless otherwise stated within these specifications. GUARANTEE: Proposer shall guarantee this equipment as to the specified capacity and satisfactory performance and to be free from defects in design, materials and workmanship. Proposer shall include in their proposal all technical and performance data pertaining to the equipment proposed. Awarded proposer will sign purchase agreement with City of Roseville specifying requirements within proposal. NOTE: The City reserves the right to accept, or reject any combination of the base proposal and alternates which staff determines to be in the best interest of the City.

INFORMATION REQUIRED FROM PROPOSER 1. Delivery schedule after receipt of order: days. 2. Make and Model 3. Vehicle Power: Battery Package: Charger: 4. Hydraulic System: Pump: Make: Model: P.S. I: Hydromotors: Make: Model: @ RPM 5. Type of drive to wheels: Horizontal Auger: _ Vertical Auger _ Brush: _ 6. Resurfacing path: inches 7. Turning radius to outside of turn: 8. Dimensions: Length: Width: (Vehicle only): (in dump position): (resurfacing sled): (resurfacing blade): Height: (Vehicle only): (in dump position): Wheelbase: inches inches inches inches inches inches inches inches 9. Weight: Dry: Operating: pounds pounds 10. Wheels and Tires: Rim Size: inches Tire Size: X ply

11. Ice Making Water Tank Capacity: gallons Type of Material: 12. Wash Water Tank: Capacity: Type of Material: Dumping Hyd.: 13. Brakes : Service Type: Parking Type: gallons Mech: 14. Alarm System: Compliance - Proposer proposes to furnish one (1) new Electric 2013 Ice Resurfacing Machine in full compliance with these specifications, except as follows: SIGNED: DATE: PHONE:

CITY OF ROSEVILLE PROPOSAL FOR: ONE (l) NEW 2013 MODEL ELECTRIC ICE RESURFACING MACHINE Proposals to be opened: Friday, March 22, 2013 1:00 p.m. Roseville Skating Center 2661 Civic Center Drive Roseville, MN 55113 Honorable Mayor and City Council City of Roseville 2660 Civic Center Drive Roseville, MN 55113 The undersigned, being familiar with the conditions and specification issued under the date of February 25, 2013, does hereby submit the following proposal for the following prices: BASE PROPOSAL One (1) new 2013 model electric Ice Resurfacing Machine. Manufacturer: Model: For the amount of: TRADE-IN One (1) used 1998 Zamboni Ice Resurfacer, Model 552. $ Deduct: $ NET PROPOSAL: $ Accompanying this proposal is a Proposer's bond, certified check, or cash deposit in the amount of $ is at least five percent (5%) of the amount of proposal, made payable to the City of Roseville, Minnesota, and the same is subject to forfeiture in the event of default on the part of the undersigned to execute the prescribed contract within thirty (30) days after its submittal. The undersigned has completed the accompanying "Affidavit of Non-Collusion", and has submitted same as a part of the proposal. In submitting this proposal, it is understood that payment will be by check.

I have completed and also attached the "Information Required From Proposer" Form to this Proposal. It is understood that bids may not be withdrawn for a period of thirty (30) days after the date and time set for the opening of bids. It is understood that the City Council reserves the right to retain the certified check or bond of the three (3) lowest Proposers as determined by the City Council for a period not to exceed thirty (30) days after the date set for the opening of the bids. In submitting this proposal, it is understood that the City Council reserves the right to reject any and all proposals, to waive irregularities and informalities therein, and to award to the contract in the best interests of the City. Delivery shall be days after receipt of the City of Roseville Purchase Order, FOB Roseville Ice Arena, 2661 Civic Center Drive, Roseville, Minnesota 55113 Parts and service facilities available at: Name and address of Proposer: Telephone Number: Email Address: Signature of person authorized to sign proposal Title

CITY OF ROSEVILLE 2660 Civic Center Drive Roseville, MN 55113 Affidavit of Non-Collusion: I hereby swear (or affirm) under the penalty of perjury: 1. That I am the proposer (if the proposer is an individual), a partner of the proposer (if the proposer is a partnership), or an officer or employee of the proposing corporation having authority to sign on its behalf (if the proposer is a corporation); 2. That the attached proposal or proposals have been arrived at by the proposer independently, and have been submitted without collusion with and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to propose, designed to limit independent proposals or competition; 3. That the contents of the proposal or proposals have not been communicated by the proposer or its employees or agents to any person not an employee or agent of the proposer or its surety on any bond furnished with the proposal or proposals, and will not be communicated to any such person prior to the official opening of the proposal or proposals; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signature Firm Name Subscribed and sworn to before me this day of _, 2013. Notary Public My commission expires NOTARY SEAL