Loading...
Keyline Transit Bus Shelters Vendor July 27, 2005 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: RFP Review Committee Recommendation to Award Passenger Boarding Shelter Project to Brasco International, Inc. Transit Manager Mark Munson requests City Council approval of the selection of Brasco International, Inc. as the vendor for the City to purchase three shelters for the downtown trolley route and seven shelters for the KeyLine fixed route for a total amount of $39,670. KeyLine has a federal grant that will fund up to 80% of approved costs. I concur with the recommendation and respectfully request Mayor and City Council approval. ____________________________________ Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Mark Munson, Transit Manager David Heiar, Economic Development Director July 20, 2005 TO: Michael C. Van Milligen, City Manager FR: Mark Munson, Transit Manager Subject: RFP Review committee recommendation to award passenger boarding shelter project to Brasco International, Inc. PURPOSE The purpose of this memo is to recommend an award to purchase passenger boarding shelters from Brasco International, Inc., Detroit, Michigan based on the evaluation of proposals under RFP KLT Passenger Boarding Shelters 050323. BACKGROUND On May 24, 2004, the City Council approved a proposal for shelters, benches and signs for the Downtown trolley route per the review conducted by the Port of Dubuque Design Review Committee and the Historic Preservation Commission. The council also approved changing the current CIP project for passenger boarding facilities to include both structures in the Downtown and the Port of Dubuque as well as structures throughout the KeyLine Transit fixed route. An RFP Review Committee was formed and included the following City staff: Mark Munson, Transit Manager Karen Sisler, Operations Supervisor Dave Heiar, Economic Development Director Ken Tekippe, Finance Director Wally Wiernimont, Planning Assistant In September 2004, a request for price quotes was issued for those shelters approved by the Port of Dubuque Design Review Committee and Historic Preservation Commission. Discussions with the Iowa DOT over the specification standards postponed the procurement until a Request for Proposals was developed and approved by the DOT April 2005. On May 25, 2005, the City of Dubuque KeyLine Transit received (3) proposals from vendors responding to our direct mail solicitation and national advertisement for passenger boarding shelters. KeyLine did not receive any protests to specifications. The vendors submitting proposals were Handi-hut, Inc. Clifton, NJ, Duo-Gard Industries, Canton, MI and Brasco International, Detroit, MI. Upon review of the evaluation scoring summary, the Iowa DOT recommended staff to request “best and final offers” from Handi-hut and Brasco International as both proposals were considered to be within the competitive range. Handi-hut lowered their price from $41,530 to $41,000 and Brasco maintained their original price quotes of $39,670. Duo-Gard Industries quoted a price of $44,604. KeyLine’s RFP Review Committee evaluated the proposals and scored them according to the criteria presented in the RFP document which included technical experience, responsiveness to the proposal, responsibility of the contractor to perform successfully under the terms and conditions of the procurement and cost. The maximum score a proposal could receive was 100 points. ? Brasco International 94 points ? Handi Hut, Inc 92 points ? Duo-Gard Industries 91 points A summary of the evaluation scoring from the RFP Review Committee and copies of the proposal documents have been reviewed and approved by the Iowa Department of Transportation who also concurs with the committee’s recommendation to award to Brasco International. RECOMMENDATION The RFP Review committee recommends awarding a contract to purchase passenger boarding shelters under RFP KLT Passenger Boarding Shelters 050323 to Brasco International, Inc, Detroit, Michigan. BUDGET IMPACT The cost for procuring the 3 shelters for the downtown trolley route and the 7 additional shelters for the KeyLine fixed route is $39,670. KeyLine has a federal grant that will fund up to 80% of approved costs and local match under an approved CIP 050-436 to fully fund the project including installation. Costs associated with assembly and installation of the shelters will range between $350 and $1,000 per shelter depending on the amount of demolition necessary to remove existing benches and installation of new cement pads. Local contractors will be solicited for price quotes to install the shelters. Cc: Dave Heiar, Economic Development Director Ken Tekippe, Finance Director Karen Sisler, Operations Supervisor Wally Wiernimont, Planning Assistant Brasco International, Inc. 1000 Mt. Elliott Detroit, M1 48207 800-893-3665 Phone (313) 393-0499 Fax SLIMLINE SERIES SPECIFICATION PART I GENERAL Shelter(s) shall be MODEL as listed on drawings as manufactured by Brasco International, Inc. 1.1 DESCRIPTION The work specified shall consist of the design, fabrication, and delivery of Passenger Waiting Shelter to include structural aluminum frame with glazed rear, side, and front wall modules, glazed roof assembly, and all required hardware for installation. Shelters shall be computer designed and structurally engineered. The shelter frame shall be designed to be stable with or without wall and roof glazing. All connections and glazing containment shall be tamper proof. Shelters shall be prefabricated in 4 or more modular sections complete and ready for field erection. 1.2 STANDARDS A. Materials All aluminum shall conform to the standards of the Aluminwn Association. All glazing shall conform to the American National Standards Institute (ANSI) Safety Standard for Architectural Glazing Materials 297.1-1975. B. Performance Shelter shall be designed to withstand minimwn vertical and horizontal wind load of 20 PSF (90 MPH). Roof shall be designed to withstand minimum dead load of 40 PSF. 1.3 QUALITY ASSURANCE A. Experience Manufacturer shall have a minimum of 10 years experience in the design and manufacture of Aluminum Passenger Waiting Shelters. B. Approved equals Requests for approved equals shall be supported by complete technical documentation which; shall include descriptive literature, assembly instructions, and detail drawings which clearly show dimensions, joining details, alloy, temper, finish, and thickness of all members. Detailed specifications shall also accompany such request. 1.4 SUBMITTALS A. Submit shop drawings and product data. B. Submit manufacturers statement of certification that materials meet or exceed these specifications. C. Submit finish sample. (optional) D. Submit wall and roof glazing sample(s). (optional) 1.5 DELIVERY AND STORAGE Shelter shall be delivered to destination in clearly labeled modular assemblies. Each shelter shall include a boxed hardware kit complete with installation instructions. 1.6 WARRANTY Manufacturer warrants that shelter shall be free from defect in parts and manufacture for a period of one year. Manufacturer shall maintain inventory of replacement parts for ten years after delivery of shelter. PART II PRODUCTS Shelter size shall be approximately: deep by _ wide by high (see drawings) 2.1 CONSTRUCTION Shelter shall be constructed of modular interchangeable components. All structural framing members and mullions shall be I (one) piece seamless extruded aluminum tubes of 6063-T5 alloy. SNAP TOGETHER OR 2 (TWO) PIECE MEMBERS ARE NOT ACCEPT ABLE. All roof and glazing frame extruded aluminum sections shall be 6063-T5 alloy. All structural connector channels, roof comer key angles, and base anchor boots shall be extruded aluminum sections of 6061- T5 alloy. 2.2 MATERIALS A. Framing members All vertical support posts and top and bottom horizontal beams shall be 2 1/2" x 2112" X 118" thick square tube. All mullions shall be 1 1/2" x 2 112" X 1/8" thick rectangular tube. B. Structural connections All structural connector clips shall be factory applied and shall be concealed when field assembly is complete. FIELD A IT ACHMENT OF CONNEcrOR CLIPS IS NOT ACCEPT ABLE. Connector clips shall be extruded aluminum as specified in Section 2.1 and shall be 2 1/4" x 2 1/4" x 1/4" thick or 1 1/4" x 2 1/4" X 1/4" thick with tapered edges. Connector clips shall be attached to frame at main structural joints with 2 (two) stainless steel hex bolts 1/4 - 20 x 3/4" with flat washers, lock washers, and nuts. Mullion clips shall be attached to frame with 2 (two) 1/4" diameter stainless steel flush break rivets. C. Field connections All field connections to join modular wall sections shall be concealed with shelter complete and upright. Connection to structural clips shall be with 2 (two) 1/4" countersunk aluminum and stainless steel drive rivets. Finished joint shall be flush. D. Fasteners All fasteners shall be aluminum or stainless steel or a combination thereof and shall be tamper proof. Zinc, carbon steel, plated, or any other "non-corrosive" fasteners will not be acceptable. SELF- T APPlNG OR SELF-DRILLING FASTENERS ARE NOT ACCEPTABLE. Exposed fasteners shall be finished to match shelter finish. E. Window framing Window frames shall be special"F" shaped aluminwn extrusion with integral alignment lip and comer key slot. All comers shall be mitered and reinforced with internal comer keys. Window frames shall be affixed to shelter frame with 3/16" diameter aluminum flush break rivets approximately 13" on center. NO WINDOW FRAMES SHALL BE SHIPPED LOOSE OR UNA IT ACHED TO A WALL MODULE. Window frame shall provide minimum 3/4" engagement of glazing material on all sides. Attachment shall be from exterior of shelter for ease of replacement. F. Glazing All glazing material shall be 1I4" clear tempered safety glass. All wall glazing shall be gasketed with continuous extruded PVC dry-set splines. G. Roof Assembly 1. Fascia Fascia shall be I (one) piece 6" high extruded aluminum with mitered corners, integral self-aligning attachment lip, 2 (two) comer key slots at each comer, internal gutter, and top and bottom edges rounded for safety. Mitered comers shall be connected at outside comer with a 114" thick aluminum angle and 2 (two) stainless steel alien head set screws, and at inside corner with 2 (two) 118" thick aluminum angle keys and concealed fasteners to prevent twist prior to installation. The completed roof assembly shall be attached to shelter frame through self-alignment lip into header with aluminum and stainless steel tamper proof fasteners in shear. SELF-DRILLING OR SELF-TAPPING FASTENERS IN TENSION (OR PULL OUT CONDITION) SHALL NOT BE AN ACCEPT ABLE METHOD OF SECURING ROOF ASSEMBLY TO FRAME. 2. Standing Seam Aluminum Hip Roof Finished roof assembly shall be leak proof. Roof shall be selViceablc without removing fascia. Drainage shall be directed to rear of shelter and away from shelter walls. ROOF SHALL NOT RELY ON SELF-TAPPING OR SELF-DRILLING SCREWS IN TENSION FOR CONTAINMENT. H. Finishes Powder Coat Painted - customer to select color from provided RAL color chart I. Bench Pedestal Bench aluminum 1 backrest attached to shelter column and mullion. 1. Options - Schedule Holder - final location to be determined by customer BRASCO INTERNATIONAL 1000 Mt. Elliott Detroit. MI 48207 PHONE: (800) 893-3665 FAX: (313) 393-0499 WEB: www.brasco.com Warranty All Brasco International, Inc. shelters are warranted to be free from material and manufacturers defects for a period of one year. Your shelters are manufactured with materials that have an extremely long useful life. There is basically no estimate of the useful life as the aluminum, glass and stainless steel will not rust or degrade over time. We have thousands of shelters in use that are over 30 years old. They require no maintenance and appear as if they were recently manufactured. Warranty questions / problems should be reported to us at 800-893-3665 or sent via E- mail to sales@brasco.com. ~ FINAL BID REQUIRED DOCUMENTATION CHECKLIST Forms to be Signed: x Vendor Disadvantaged Business Enterprise Certification x Certification of Compliance with Bid Specifications x Bid Proposals - Schedule of Prices x Non-Collusion Bidding Certificate ~ Iowa Transit Vendor/Service provider/Subcontractor Certification Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion Information to be Submitted: X Warranty Provisions X Detailed drawings showing dimensions of shelter and roof and layout and dimensions of shelter entrances and bench seat 28 ~~ < I-< .. U \OVl < I..... ~ \ I \ I \ I \ I \ I \ I \ I - ~ ~ . a..W ~oQ :::'1-;3 \OO:t: CXlI-t..... o . WI.:) "Itl-Z ,.......... ~.JZ M~\t "QO . ~ ~ :;:. W .... > I- Z 0 ~ l".. ~ :;:. W :> W Q ..... (.I) . CO ~ i5 ~ 4: U i;: t3 W Q. ~ W 0:: ex ;:) wl:l ~ S~ ;:) ;:)w ex \:I~ :;; o::W ::E 9~ ;:) C i5 Uw ~ 13~ ~ ~: ~ :r 1A.z::r 4: '" 80t-...J ~ o::e:A \:I ... e.:r~ ~ ~~ :c~~ ei 8 a ~~~ ~ u z'" W Q!l-xcxL.J..... l:!l U ::l4:1"l >- >~ ~~c I- ow ::,,:t- W Q.~2: IX~ O;5IS~ I- "'~ex IX 0:: \:I..J~ ~ W Z=Z..J e A-I..... u I- Z4:L.. ;f~ ~88. IX U ~exIX :::: :r u l- e ::E: 1:1 I- :I: ~:r ~ i5:= ;:: "'c c 2: U I 1:1 :l :r. I- ..J ~~ ~ \l!lz > .... ...J L.. W C ~ t;; I Vi W..J e;f ~ Q. > II' !5 ~ ... ~~ t ~~ d C:J: ex ~~ l!:: ~:: is wC ;l: ...J I- W 4!13 5 ....co: Q ....~ w !l ~ 0 Q. 1ZI '" u..4: 0..... ~w~ CXlZ4: :Ju.. ~ i r~~1 r-----------------------, I ~ I I I I I I I I I I I I I I I , , I I I 1 I I I I I I I L---____________________J f ~ ~ ... I i; B ..~ i uSe :!I i _i5....~~ ~ <> ........s:::. ' ~~ .. l- exl- a i ~l!l l!l .. i ....t- ~ ~ I B6 0 sA ",::1 OC[..Js gjWlt ;tH II q I~~~~~ !,~ 1:'111 il Iii II 11 II II II II II II II II TT 4: r::l ti d (.I) 4: , . L.... "It (\J Vl".. " .... "'0 ~ w z ... .... ..I II II I' II II II II II II II , I I I I I I I I I , I I i& i I ~ I -0 (\J , ... N i Ii~ .... I ~ . i .. ~ > .... '" .. id ~ ~ ; ~ :; III .. ~~ <t .... .. U \0(1) <t u.. \ I \ I \ I \ I \ I \ I \ I ~ 0: . a..W "ItoQ :::'I-~ \Oo:t: (Xll-L.... Cl . WI.:) '<tl-Z ,.......... -'.JZ (Y)rW ~4:a.. .~~D ~ ~ :;:. ~ > W ~ .... (.I) .. ro ~ ~ I- < ~ \0- U W Q. '" :J: U I- <[ X o W I- ~ W21 X ...... sO? ~ :c ~ ~~ r;::= t- X 4: '" o<:W 2: ::E 0", Ie ::l a< X'" z U U ;: ...~ z ~ ::> c<C w_ ~ o~ = 3 a:W~;f'" ~ 13~~ <[ I- I ...... c- ..J V) Z ll/:e:A I:) W...J r;: e.~Qe4! t- ll/: :r~'" W o..::a <C[O _.....at ~ oaxz~~~u uu~r;:IA.~~~ eJt-:EO<:w",~o Qtl3~llQ>-...J"" ::a...J <>-c.... <:r l?~ ~"'~xu c~'~~~~ ... ((l~CX cx w < cx CJ...J~ <l ..J I- W z=z W (II ~ is..J.... d .t. ~ .... z<t.... ~~ a!~ ~88 ~ ~~ o<:u ((l0<:Q! ... o..llQ , ^ z e ... < g ..J ..J ~ ~ ::a u" ~z l!:: fi l:i &; OOC 1.011:) .... ll/:~ ~ xC e: ~~ .... ~< l:i ~~ ...J 1.01 v I-CX ~ &~ 1.01 o..J 5 ~~ 2 W((l Q.c ~ II- ::J -x El 4!~ :r 13... ~ Sl~ I . l:i 4: ....... .... MW~ ..oZ4: :::iL.... L- ~~ -J I U1d \ [-----------======111 TT I III '0] III I III I III I III I III , II I I III I III 4: I III ti I : : \ (I) : ~ III ~:..~ I ~ II J I III . (Xll... \ III ~ (XlC I S III W I .. III Z I i III ..... I III.J I ~; 1111 I il 111 I 911111 I 2.4 III I !II! III I II' , III I III I I II I ______..J , I ~___________:::=:::~J , ~ :;:. ~ > I- Z o O!: LL -SlIi U\\Ill 3~1 ~... 8~~ ......s i- ll/:li! w'" 1-1.01 z~ -l- eI- uS ~::il \iW ... x ~~ i I ti II il~.~~lI .~~~ lilsll il!lal i i i i I ~ I -0 l}' ... N I Ii~ .... I ~ I ! tl 3 u ... I !t! to. ~ ? .J ~ .. - :> "::::- w > W Q ... '" \ - \ \ "::::- , . G~ .0"" <[ ... ~ a... ex: . 0 W ......l-u...Q ..0 D<t 000 W I- :t: I w . 1-(:) ...........:JZ C')~a... 1'-<t0 (:l - -::::::- Co I S :> w - 5: -::::::- .... z 0 0<: U. - "::::- - "::::- - "::::- U I- <I: X C .... .;; z o ;:: <I: U i: ti w 0.. ((l W a: ~ WO :x: ^ t- SiX ~ x e g 6~ ~ ~ ~ ~ a:~ ... ~ H ((l 0 10 X cl~ x"" ~ ~ Uw ~ ti ~ ~ ~ ~l \!ilz:> ~2 J o<f) ~ .....w <I: "'w~<i"'\!lfl~ X 15~~ <I: l;; I t; UI3 ~ ~iXl'> cll!l:i... ~oc .... "-w I'> W<I: Z XC "- l1.:t:X W 0..:> Ii! "':>l ....15 %~~ ei x* b. ~~ ~cl x~2!i l1. ~4! I- l-iil UU~..."-axllll:i 1'>" OC.... "'0<.1..1 I- ::l0 ..J Wac WU~<[lIl~..J"''' ~W I:lW ..JZO"" C:t: Q( a:... ~cl C~I- ~ :t:~ \!l eel ll...... x I IX C t;.... -I IXti 0<1: C....zl-!j!W .... l:jwQ1 IX W <I: l1. C IX 1:)3~ ~ ....J to ~ I"" ~ 2!i"'~ -I <i W a .,j;Ji ~ ~;ill.. ~ ~ ~ ~ ~~ <i!3 !88 ~ i~ ~ s~ QCU V)QltX- <t F-~~:~ -1\ I ____~~____---___, r----- I I I . I I I I I I I I I I I I I I I I I I I I I t \ I I I I I I I I I I I I I I , I I t I I I I I I I t_____________ ------- 0J ~ (II w ex: ~ u <l: ~ w ..lac ::l\.>l :r B:l u :r 0 i5 ~:r III :z 4: ..I ll. 0: 8 ..I U. , I III II' III II I III III III 'I' I" III I,I III II r "I II: I I I . I I I I I I I I I I I I I I I III III II I III "I II t II' II' 1.1 1\ I 111 11' III II' ": I J ,~, ~. ...Ji!1 ~~ i I ~t; I Ckl!l ... ~!; I!i I i ~3 5 ~ Iii. ~ I I; ~I"ill '" li!ll. I a flil ~~ ~; 1~'i'l ~ a rill~1 i <t t) Vl ci ~ d l:i . .... (\J ~ :!; :J 0.. ..- - ~ \ \\6 ~ ~~i '-" ~ e- ~~E ~~8 - t: .~~ ~ ~~ ~~ ~~~ ~ ~~ ~~8 ~o~ :A~~ .,. ... i ~ ~ lil ~ - l' ~~~ ~ ~ ~ ~~N ~ - ("\ ~ ~ \ ~ - \ """" N \ e"" \ \ ~; ~ \ \ ~~~ 6 \ \ ,~ ~ \ \ ~~~~ E \ \ \ \ ~ ~ U \ \ ~~~~\ \ \ M ~ ~;~ \ -~~ () \ \ ~\!8 ~"'~O~ N~ N~ \ \ ~~~ Q , ~ .qOS~N \ \ ~ < ~ ~~ ,,=l :tp1~ \ \ .=I~ ~ e--~ ~ ~ ~~ --- ~o NC) -------- . ..-i J- ~€ ~b ~~ C"'\g ~~~ ~ .".-I -' - Co ~ -- ~~ ~ \t~ \~ \~\ ~\ ~~8 ~~ g~' ~~~ ~~~ ~ ~ ~ \~ ~~ po, ~ ~) -< .::~ ~ :;;0 .t ~~ ";:::iClJ) NO ~~ ~ ~ ~Oo -- .--' ~~ GCY- ~~"' ~ ~tS tl S~ \~ ~~ \~ i ~l\ ~. l\~ ~ ,& ~ ~~~ ~'a~ ~' ~ ~~~\\\~ ~ ~ii\,~% ~ \\'~%i\' ~ ~~~\~~~ tJ1 s ~ QO ~~ ~~ ~~ ~~ u~ ::E: Z W I-- ...... I-- ~ I- (/l 0 .-1>-< >- 0 <to (/l i- \-- (Xl Z~ 0 aI- l- e' 0 .....w a C1' 0 l-P (11 <t a 'i C1' (Xl Z !Xl I ct. ~ ~ ~ to .-< 0 CY w a \ ::c 0 l- '<t ::c z :r. u ..... U N i z u Z !Xl <[ Z a <t lDU- <[ U VI z VI r- <t i l- (/) ~ IS Z 0 [:1 !Xl ~ ~ 5 n_ In ~ ~ a .. G~ 0 0 1,J \\\\'\ L eY- 0 u z ~a~l!\ r-o '\1\'% !X(/) r- 'oz ~(/)z::> ~~ d LJ U >-'0 Z....J(::1I l- <[<i~(/) <[ (::1 p....J '-'0.- W W o- W w(/) r- Z oct. W 2- (::.l -iP~ (::.lLuP 0.- 0 W ....J::J WI ->-- P .- u-WZI ::> (/) r- 1- ....J ~ 0.- (::.l o::>~u <[0 :--~ 0.- LJ .L-I_ .. ::>OLJ (/)w::J<[ -<:t ~ Ld l- _J <[ ey l-~....J:z. 'oil (/) V) <[ r-' 0 (::1 ::J (/.l:J<[ (") (Y-'-' D.- tY-r-....J c' ,-< l- 0 I- LJJ Z W (/) ~ \-- (") ::J 0.- 0 .-I 0w~ LJ IX Z~ ~z('U~ 4- >U-.. ....J O::J'I u 0 Vl uz'--<(/) ~', <[ ..... , >-' I l- roC'Ll- ::c .<L ~ <l 1-"4 ,1 l- C'L U (Y. , 0 \-- ==- Z (\j .-1 0 0 w ("') l<J 0 0.- :2:. o :J D- o > x>~ w .-' o....Jl-u- ~(Xl_....J ~ r-l.......... W ::c m<[ oJ en ,C'L-<:t :> (/) '- ...... p oJ ~ o \ ~___~_l --- ---- T ~- J+-- \-- . "<t "'" \ \-~~ --l --------- Brasco International, Inc. 1000 Mt. Elliott Detroit, MI 48207 800-893-3665 Phone (313) 393-0499 Fax SLIMLINE SERIES SPECIFICATION PART I GENERAL Shelter(s) shall be MODEL as listed on drawings as manufactured by Brasco International, Inc. 1.1 DESCRIPTION The work specified shall consist of the design, fabrication, and delivery of Passenger Waiting Shelter to include structural aluminum frame with glazed rear, side, and front wall modules, glazed roof assembly, and all required hardware for installation. Shelters shall be computer designed and structurally engineered. The shelter frame shall be designed to be stable with or without wall and roof glazing. All connections and glazing containment shall be tamper proof. SheHcrs s":l1I be prefabricated in 4 or more modular sections complete and ready for field erection. 1.2 STANDARDS A. Materials All aluminum shall conform to the standards of the Aluminwn Association. All glazing shall conform to the Amcric:m National Standards Institute (ANSI) Safety Standard for Architectural Glazing Materials 297.1-1975" B. Performance Shelter shall be designed to withstand minimwn vertical and horizontal wind load of 20 PSF (90 MPH), Roof shall be designed to withstand minimum dead load of 40 PSF. 1.3 QUALITY ASSURANCE A. Experience Manufacturer shall have a minimum of 10 years experience in the design and manufacture of Aluminum Passenger Waiting Shelters. B. Approved equals Requests for approved equals slwll be slIpported by complete technical documentation which; shall include descriptive literature, assembly instmctions, and detail drawings which clearly show dimeusions,joiuing details, alloy, temper, finish, and thickness of all members. Detailed specifications shall also accompany such request, 1.4 SUBMITTALS A. Submit shop drawings and prodllct d:lt:l. B. Submit manufacturers statement of certification that materials meet or exceed these specifications. C. Submit finish sample. (optional) D. Submit wall and roof glazing s:1Y11plc(s). (optional) 1.5 DELIVERY AND STORAGE Shelter shall be delivered to destimtion in clearly labeled modular assemblies. Each shelter shall include a boxed hardware kit complete with installation instructions. 1.6 WARRANTY Manufacturer warrants that shell er shall be free from defect in parts and manufacture for a period of one year. Manufacturer shall maintain im"cllttry of rcpl:1cl'mcnt parts for ten years after delivery of shelter. PART II PRODUCTS Shelter size shall be approximately: deep by _ wide by high (see drawings) 2.1 CONSTRUCTION Shelter shall be constructed of modular interchangeable components. All structural framing members and mullions shall be 1 (one) piece seamless extruded alumimun tubes of 6063-1'5 alloy. SNAP TOGETHER OR 2 (TWO) PIECE MEMBERS ARE NOT ACCEPT ABLE. All roof and glazing frame extruded alwninum sections shall be 6063-1'5 alloy. All structural connector channels, roof corner key angles, and base anchor boots shall be extruded aluminwn sections of 606 1-1'5 alloy. 2.2 MATERIALS A. Framing members All vertical support posts and top ane! bottom horizontal beams shall be 2 1/2" x 2 1/2" X 118" thick square tube. All mullions shall be I 1/2" x 2 1/2" x I/R" thick rectangular tube. B. Structural connections All structural connector clips shall be factory al)plied and shall be concealed when field assembly is complete. FIELD ATfACHMENT OF CONNECfOR CLIPS IS NOT ACCEPTABLE. Connector clips shall be extruded aluminum as specified in Section 2.1 and shall be 2 1/4" x 2 1/4" x 1/4" thick or I 1/4" x 2 1/4" x 1/4" thick with tapered edges. COlUleetor clips shall be attached to frame at main structural joints with 2 (two) stainless steel hex bolts 1/4 - 20 x 3/4" with lbt w:lshers, lock washers, and nuts. Mullion clips shall be attached to frame with 2 (two) 1/4" diameter stainless stcd 1lush break rivets. C. Field connections All field connections to join l1lodular wall sections shall be concealed with shelter complete and upright. Connection to structural clips shall be with 2 (two) 1/4" conntersunk alwninwn and stainless steel drive rivets. Finishedjoint shall be flush. D. Fasteners All fasteners shall be alWllinUIll or .'::iil!I,'SS sled or a combination thereof and shall be tamper proof. Zinc, carbon steel, plated, or any other "nOli-coli ""ive" fasteners will not be acceptable. SELF-TAPPING OR SELF-DRll..LING FASTENERS ARE NOT ACCEPTABLE. Exposed fasteners shall be finisht'd to match shelter finish. E. Window framing Window frames shall be special "F" shaped aluminum extrusion with integral alignment lip and comer key slot. All comers shall be mitered and rcinforced with internal comer keys. Window frames shall be affixed to shelter frame with 3/16" diameter aluminum nlls1! bre:lk rivets a[)proxirnately 13" on center. NO WINDOW FRAMES SHALL BE SHIPPED LOOSE OR U t. ,: :; .::) 'J(j 1\ WALL MODULE. Window frame shall provide minimum 3/4" engagement of glazing matcri;11 (Ill :,11 "I,ks. Allaclunent shall be from exterior of shelter for ease of replacement. F. Glazing All glazing material shall be 1/.:" ,:l..:lf lClllpcrccl s:J.fety glass. All wall glazing shall be gaskcll'd \1:111 continuous cxtrudedPVC dry-set splines. G. Roof Assembly 1. Fascia Fascia shall be I (one) piece 6" high extruded aluminwn with mitered comers, integral self-aligning attachment lip, 2 (two) comer key slots at each comer, internal gutter, and top and bottom edges rounded for safety. Mitered comers shall be connected at outside corner Witil a lI4" thick aluminum angle and 2 (two) stainless steel alien head set screws, and at inside comer with 2 (t\\'o) lI8" thick ahuninum angle keys and concealed fasteners to prevent twist prior to installation. The completed roof assembly shall be attached to shelter frame through self-alignment lip into header with aluminum and stainless steel tamper proof fasteners in shear. SELF-DRILLING OR SELF-TAPPING FASTENERS IN TENSION (OR PULL OUT CONDITION) SHALL NOT BE AN ACCEPT ABLE METHOD OF SECURING ROOF ASSEMBLY TO FRAME. 2. Standing Seam Aluminum Hi:1 Roof Finished roof assembly shall be :., d h proof. Roof shall be selViceable without removing fascia. Drainage shall be directed to rear of shelter and a\\Ti IJ om sheller walls. ROOF SHALL NOT RELY Ol\;Ei .F-TAPPING OR SELF-DRILLING SCREWS IN TENSION FOR CONT AlNMENT. H. Finishes Powder Coat Painted - cnstolllu to . ,'!eet color from provided RAL color chart I. Bench Pedestal Bench aluminwn I \;:Ic ,,(l;irhcd to shelter column and mullion. 1. Options - Schedule Holder - finallocal:c'l\ to he dctennined by customer BRASCO INTERNATIONAL 1000 Mt. Elliott Detroit, MI 48207 PHONE: (BOO) 893-3665 FAX: (313) 393-0499 WEB: www.brasco.com Warranty All Brasco International, Inc. shelters are warranted to be free from material and manufacturers defects for a period of one year. Your shelters are manufactured with materials that have an extremely long useful life. There is basically no estimate of the useful life as the aluminum, glass and stainless steel will not rust or degrade over time. We have thousands of shelters in use that are over 30 years old. They require no maintenance and appear as if they were recently manufactured. Warranty questions / problems should be reported to us at 800-893-3665 or sent via E- mail to sales@brasco.c0,[!1. FINAL BID REQUIRED DOCUMENTATION CHECKLIST Forms to be Signed: x Vendor Disadvantaged Business Enterprise Certification x Certification of Compliance with Bid Specifications x Bid Proposals - Schedule of Prices x Non-Collusion Bidding Certificate ~ Iowa Transit Vendor/Scrvice provider/Subcontractor Certification Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion Information to be Submitted: X Warranty Provisions X Detailed drawings showing dimensions of shelter and roof and layout and dimensions of shelter entrances and Ot::l k 11 seat 28 CERTIFICATION OF COMPLIANCE WITH BID SPECIFICATIONS AND PROVISIONS I hereby certify that all items, which \llilY be d~1ivered under attached bid proposal, shall meet or exceed the minimwn specifications dated t\ If t.\... 1..~" - issued by the KL T, as amended by responses to requests for clarifica~ions afP!oved equals ~~Iexceptions.vs~ued pp.or,befoq;:1\ _ ~I\t. - f~"""-' ~ '"\~1..1o -;,G-. ]1.,-.l.~fl..l:lfJI.q~ \l...\I\\\~ \~'U By, \1 CJ1 4-25-05 (Date) Kevin Chown (Print Name) Sales Manager (Title) Brasco International, Inc. (Comp~ny) 10C,' ::t. EJ Hatt (StTeet/Box) Det- it, MI 48207-3426 (City, State, Zip) 800 ''1 1-JI': 1)5 .'ilnC) 30 CERTIFICATION OF COMPLIANCE WITH BID SPECIFICATIONS AND PROVISIONS I hereby certify that all items, which \llilY be d~livered under attached bid proposal, shall meet or exceed the minimwn specifications dated t\u t.\... 1.. ~"- issued by the KL T, as amended by responses to requests for c1arifica~ions afP!oved equals oJle;ceptions.vs~ued pp.or,befo1J:1\ _ -Pwl\t. - f~"""-' ~ "'-1..1o <a!;., .:m.:.l.~fl..l:lfJI.q~ \l...\I\\\~ \~'U By, \1 ct:! 4-25-05 (Date) Kevin Chown (Print Name) Sales Manager (Title) Brasco International, Inc. (Company) 1000 Ht. Elliott (StreetIBox) Detroit, HI 48207-3426 (City, State, Zip) 800-893-3665 (phone) 30 NON-COLLUSION BIDDING CERTIFICATION I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder (if the bidder is an individual), a partner in the bid (if the bidder is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation); 2. That the attached bid or bids have been arrived at by the bidder in-dependently and have been submitted without collusion and without any agreement, understanding, or planned common course of action with any other vendor or materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids, and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in SIGNA~e\Z C ~ FIRMNAME Brasco International, Inc. Subscribed and sworn to before me this 25t&yof April , 19 200;> Notary Public t\~~~~~!~~ \~.:.{~~Q:'i". ~~\ ~OT~"'\"':"';," ,19 38-3156752 (Number used on employer's quarterly federal tax return) My commission expires Bidder's E.!. Number 31 CERTIFICATION OF DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION The Bidder must certify that it: A) Will meet the DBE goal for this project of 4.56%, or B) That it will not meet the 4.56% goal, but. has made good faith efforts to meet the goal consistent with 49 CFR Part 26 and as outlined in Category ill Section 23. A) 4.56% Goal Attainment Certification. Signature & Title Date Company Name B) Certification of inability to meet the 4.56% Goal and Good Faith Efforts. The bidder hereby certifies that it is unable to meet the 4.56% DBE participation goal for this project, described by the procurement administrator and that it has made a good faith effort to maximize the DBE participation that is consistent with 49 CFR Part 26 and with Category ill, Section 23 of this document. \tr~e t it is~ble to meet u"'- 4.56 % DBE participation. (Letter Attached) Sales Manager 4-25-05 Date Braseo International, Inc. Company Name 32 BRASCO I NTERNA TIONAL 1000 Mt. Elliott Detroit, MI 48207 PHONE: (800) 893-3665 FAX: (313) 393-0499 WEB: www.brasco.com Re: DBE Good Faith Efforts As a long established designer and manufacturer of passenger waiting shelters, for transit agencies throughout the United States, we keep up a constant search for DBE manufacturer's of the small number of components that are utilized in the construction of our shelters. Our shelters are manufactured from aluminum extrusions, glass and various fasteners here at our plant in Detroit, MI. There are only a few very large manufacturers of each of these items and none are DBE's. We purchase directly from these companies and fabricate all items at our plant. We do not subcontract out any work to outside companies. Our company maintains a diverse workforce and is located in an urban setting near downtown Detroit. We are a Hub-Zone certified company by the Small Business Administration. As the requirements for such certification are very stringent. no other company in our Industry has this designation. We do not discriminate for any reason in the hiring, promotion of personnel or the procurement of materials used in our plant. Ifwe can provide any additional information, o( you would like to schedule a plant tour to review our facilities, please do not hesitate to call us at 800-893-3665. \2:IOL Kevin Chown Sales Manager Brasco International, Inc. 02/21/2005 MON 19:30 PAX 1 515 233 7983 MODAL DIV-IA DOT -+++ DUBUQUE 141015 Foem 020084...s 11.93 'i.' Iowa Department of Transportation lOWA TRANSIT VENDOR I SERVICE PROVIDER I SUBCONTRAcrOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER INELIGffiILITY AND VOLUNTARY EXCLUSION (for contracts or subcontracts with " value 'ove,..~OCO) The Brasco International, Inc. (NamQ ofVCDdot. Service Provider. or SubcoOll1lCtOr) submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. . certifies by (If the transit vendor or service provider is unable to certifY to any of the statements in this certification. the vendor / service provlder'shall attach an explanation o/this certification.) The Brasco International, Inc. certifies or affirms the (Nnc ofVClIdor or Sctvil;C I'M1dcr) truthfulness and accuracy of the contents of the. __I ~ on~' .th this certification and understandsthattheprovisionsof31 U.S.C.Sections3801 Et.S .are e y . cable. - ,- . . \ ' , (SigIIamre of AlItJloriud Official) Sales Manager Tille Bid Item (A) SCHEDULE OF PRICES 5' x 10' HISTORIC ROOF PASSENGER BOARDING SHELTERS 5' X 10' with 7' X 12' Historic Roof Passenger Boarding Shelter. Price Each Shelter as Specified $ 5,127.00 The shelters shall be delivered to the KL T office within 60 days after contract award. Name of Vendor: Brasco International, Inc. Date: 4-25-05 ~ eft:, Signature of Authorized Agent:' ~ ' ************************************************** 25 Bid Item (B) SCHEDULE OF PRICES 7' x 2' RIDGE ROOF PASSENGER BOARDING SHELTERS 7' X 2' with a 7' X 5' Ridge Roof Passenger Boarding Shelter. Price Each Shelter as Specified $ 3,267.00 The shelters shall be delivered to the KL T office within 60 days after contract award. Name of Vendor: BraseD International, Inc. Date: 4-25-05 Signature of Authorized Agent: ************************************************** ~~ 26 . - Bid Item (C) SCHEDULE OF PRICES 5' x 12' RIDGE ROOF PASSENGER BOARDING SHELTERS 5' X 12' with a 5' X 12' Ridge Roof Passenger Boarding Shelter. Price Each Shelter as Specified $ 4,687.00 The shelters shall be delivered to the KL T office within 60 days after contract award. Name of Vendor: Braseo International, Ine. Date: 4-25-05 ~~ Signature of Aolhorized Agent: . __ ************************************************ * * 27