APPARATUS BODY

advertisement
REQUEST FOR BID
RFP #B09-014
THE CITY OF OPELIKA
FIRE DEPARTMENT
RESCUE TRUCK REFURBISH AND REMOUNT
SHIRLEY WASHINGTON
PURCHASING AGENT
TERRY ADKINS
FIRE CHIEF
JOHN SEYMOUR
CITY ADMINISTRATOR
GARY FULLER
MAYOR
General Instructions
The City of Opelika desires sealed Bids for the furnishing of a complete Rescue
Apparatus Remount and Refurbishment to be opened December 8, 2008, 2:00 PM.
Late bids will not be opened nor returned. Bids submitted shall be firm for sixty
(60) days, unless otherwise specified.
All equipment furnished under these specifications shall be the latest improved model in
current, as offered to commercial trade, and shall be of quality workmanship and
material. The bidder represents that all equipment offered, under these specifications
shall be new or demonstrator model. Used, shopworn, prototype or discontinued models
are not acceptable, unless specifically stated otherwise in the specifications.
The City reserves the right to cancel or make null and void, any purchase order, if
delivery cannot be made on the specified delivery date.
In case of default by the contractor, the City may procure the articles or services from
other sources and hold the contractor responsible for any excess cost occasioned thereby.
All items shall be delivered F.O.B. destination. Delivery costs and charge shall be
included in the bid, unless otherwise stated in the Bid.
Bid tabulations will not be given over the telephone. Vendors desiring a bid tabulation
shall enclose a stamped and self addressed envelope with their bid.
Bid awards are not official until a purchase order is issued or the Purchasing Department
notified the successful vendor in writing.
All bids shall be submitted in sealed, plainly marked envelopes.
All bids shall be typewritten or completed in black ink.
An authorized officer or agent of the company submitting the bid shall sign all bids in
order to be considered.
Vendors, by submitting a signed bid, certify that the accompanying bid is not the result
of, or affected by, any unlawful act of collusion with any other person or company
engaged in the same line of business or commerce, or any other fraudulent act punishable
under Alabama or United State law.
The Rescue Apparatus and equipment to be furnished in meeting these specifications
shall be the product of an established, reputable fire apparatus manufacturer. Each bidder
shall furnish satisfactory evidence of the manufacturer's ability to refurbish and remount
apparatus, supply service parts and technical assistance for the apparatus specified. He
must state the location of the place of business and the location for service. Bidder must
2
submit a list of references for refurbishing and remounting Apparatuses similar to this
request for bid within this state.
Any bid which claims purchasing advantages giving preference to any bidder that are not
valid and in effect at the time of the bid will be automatically rejected.
Standards Compliance
The apparatus shall conform to the National Fire Protection Association Standard for
Automotive Fire Apparatus, Number 1901, in its most recent edition, unless otherwise
specified in this document. Only the specified firefighting support equipment listed in
these specifications shall be provided. The equipment specified in this Invitation shall be
new, or demonstrator model, and shall be of the latest type and model unless otherwise
specified. No prototype apparatus will be considered.
Bid Submission
The bidder must submit detailed specifications on each item in the Bid., and performance
data on the chassis to be furnished.
Bids shall be addressed and submitted in accordance with the instructions provided in
these specifications. The words "Rescue Refurbish and Remount", the date, and bid
opening time shall be stated on the front of the bid envelope.
The City shall not be responsible for bids opened in error, which are incorrectly marked.
No bid may be withdrawn for a period of sixty (60) days. All documents and bid forms
required by the specifications shall be submitted in the original bid. No additions or
modifications shall be allowed after the bids are opened.
Bids shall be returned to:
The City of Opelika
Purchasing Department
P.O. Box 390
204 South 7th Street
Opelika, AL 36803-0390
Specifications are on file in the office of the Purchasing Agent.
The City of Opelika reserves the right to accept the bid they deem is in the best interest of
the City. The City shall be the final authority in determining compliance with the
specifications.
Questions concerning the technical specifications may be directed to:
Chief Terry Adkins (334) 705-5300
3
Questions concerning instructions and bid submittals shall be directed to
Shirley Washington, Purchasing Agent
(334) 705-5121
Bids shall be submitted in DUPLICATE, one original and one copy.
Whenever a public entity desires to purchase technical equipment, apparatus, machinery,
materials, or supplies of a certain type and such purchases are clearly in the public
interest, the public entity may specify a particular brand, make, or manufacturer in the
specifications let out for public bid. If a particular brand, make, or manufacturer is
specified, the model or catalog number also shall be specified.
Whenever in specifications the name of a certain brand, make manufacturer, or definite
specification is utilized, the specifications shall state clearly that they are used only to
denote the quality standard of product desired and that they do not restrict bidders to the
specific brand, make manufacturer, or specification named; that they are used only to set
forth and convey to prospective bidders the general style, type, character, and quality of
product desired; and that equivalent products will be acceptable.
The intent of the specifications is to describe the minimum quality acceptable. Any brand
name and/or model number mentioned is intended to be descriptive and not restrictive to
any bidder. Bidder must state the brand of any item provided which is a substitute for the
brand or model specified for evaluation by the buyer. The buyer reserves the right to
require a bidder to provide proof in each case that a substituted item is equal to that
specified. The buyer shall be the sole judge in determination of acceptable substitutes.
The buyer reserves the right to initiate and/or consider negotiations in construction which
will be in the best interest of the Opelika Fire Department once the bid has been awarded.
Submit only one bid which meets or exceeds the specifications. Bids which option price
or omit items required by the specifications in order to appear low bid will be rejected
without consideration.
Each bidder must submit a detailed Bid which accurately specifies the construction
methods to be used in the apparatus. The purchaser will utilize this Bid to compare the
unit proposed with the specifications.
All bid Bid specifications are requested to be submitted in the same sequence as the
advertised specifications for ease of comparison. Any bidder who fails to submit detailed
construction specifications, or who photo copies and submits these specifications as their
own construction details will be considered non-responsive. This shall render such Bids
ineligible for award.
4
It shall be the responsibility of the bidder to assure that their Bid arrives at the proper
location by the time indicated. Late Bids, telegrams, facsimile, or telephone bids will not
be considered.
Any erasures, strike-overs and/or changes to prices written in numerals should be
initialed by the bidder. Failure to initial may be cause to reject the bid as irregular and
disqualified from consideration.
All bids must be signed. Failure to do so is a technicality that may or may not be waived
by the awarding authority.
The manufacturer who states compliance, but does not comply, with the minimum
specifications attached will be liable to pay the balance (if any) to the buyer so that they
may receive the unit specified.
Any pre-payment plan offered shall be described and shall be optional for the buyer along
with the benefits associated with that plan. The buyer will review such plans and may
elect such a plan if it is in their best interest.
Evaluation Standards
The City of Opelika will be the sole judge in determining compliance with the
specifications. The City of Opelika reserves the right to reject any or all bid Bids and
purchase the equipment it deems most suitable to its needs. The City does not in any way
obligate itself to accept the lowest or any bid.
Bidders shall indicate in the Bidder Complies for each paragraph, whether or not the
bidder complies with the specification.
The manufacturer shall operate a Quality Management System under the requirements of
ISO 9001. These standards sponsored by the "International Organization for
Standardization (ISO)" specify the quality systems that shall be established by the
manufacturer for Refurbishing, Remounting, installation and service of products. A copy
of the third party certificate of compliance shall be included with the bid.
The bid evaluation will be made on the following criteria:
Bid Price
Compliance with specifications
Ability to deliver product or service
Prompt pay discount, if offered
Availability of warranty service and parts
Delivery date
The City may waive minor differences in specifications, provided these differences
do not violate the specification intent, materially affect the operation for which the item
5
or items are being purchased nor increase the estimated maintenance and repair cost to
the City.
In order for a prompt pay discount to be considered as a factor in the award of this bid,
the minimum days allowed for payment to receive discount shall be 10 days after receipt
of a correct invoice.
The City reserves the right to award all bids in their entirety or part, whichever, in its
opinion, best serves the interest of the City.
Unless clearly shown on the bid that it is the intent that a reduced total price is being
offered on the basis of receiving an award of all items covered by the total, any totals
should be the actual sum of the extension of unit prices; otherwise, in the event of any
discrepancy between a unit price(s), extended price(s) and/or total price(s), unit price
shall govern and the bid will be refigured accordingly.
Alabama Bid Law allows a Local Preference to businesses located within the City of Opelika when their
bid is within 3% of the lowest responsible bid. The City will extend that preference when applicable.
Bid price shall include the price of title.
BILLING AND PAYMENT
The vendor shall submit an invoice in duplicate to:
City of Opelika
Accounting Department
PO Box 390
Opelika, AL 36803-0390
Payment by the City shall be made within thirty days, unless otherwise specifically provided, subject to any
discounts offered.
Payment will be made by the City to the vendor upon receipt of invoice, and acceptance
of the item(s) by the City.
Any prompt pay discount offered will be computed from the date of delivery of the equipment, supplies, or
materials at destination, when final inspection and acceptance are at those points, of from the date the
correct invoice is received, if the latter is later than the date of delivery.
Buyer Protection
The successful contractor shall defend any and all legal suits and assume all liability for
any and all claims made against the purchaser and/or any of its officials or agents for the
use of any patented process, device or article forming a part of the apparatus or any other
appliance furnished under the contract.
The amount of available product liability and facility insurance is known to be a mark of
the protection available to the buyer. Each manufacturer is required to provide with the
bid an original certificate with the buyer shown as certificate holder in the amount of
6
$1,000,000.00. Should the builder be unable to provide the amount of liability insurance
requested, a certificate for the largest amount available from that builder shall be
provided, with the understanding that this certificate amount will be an influential factor
in determining of the best bid. The non-availability of acceptable liability insurance or the
failure to provide original certificates with the buyer as certificate holder will render the
manufacturer an unacceptable vendor for this class of vehicle. No photostatic copies will
be acceptable.
Warranties
The manufacturer of the fire apparatus shall offer, as a minimum warranty, one (1) year
full parts and labor on the complete apparatus. All bidders must state in writing their
detailed warranty.
Each bidder shall offer as a minimum, warranties as described in this specification. A
copy of each warranty supplied by the apparatus builder shall be provided in the bid.
Delivery
Bidder shall state his delivery time in calendar days. State your delivery keeping in mind
that the buyer may award the bid based on delivery as well as price and conformance to
specifications. The successful bidder shall not be responsible for delays in delivery due to
strikes, acts of God, failure of suppliers to deliver, chassis shortage and other reasons
beyond the reasonable control of the builder. In the interest of public safety, an early
delivery will be an extremely important consideration and may be a factor in the
awarding of a contract.
The responsibility for the apparatus and equipment remains with the manufacturer until
satisfactory completion of acceptance test and formal acceptance of the apparatus is
made.
Exceptions
It is not the intent of these specifications to eliminate any qualified bidder. Exceptions
will be allowed if they are equal to or superior to that specified and provided they are
listed and fully explained on a separate page entitled "EXCEPTIONS TO
SPECIFICATIONS". The City cannot determine the acceptability of an exception
without detailed information supporting the equivalence of the item proposed. The
exception list shall refer to specification page number and paragraph heading. Exceptions
taken for the convenience of a bidder where the item specified is available to all builders
will not be accepted. If there are no exceptions to the specifications listed, then it shall be
assumed that the buyer will find no deviations between the advertised specifications and
the Bid submitted.
7
The apparatus will be inspected upon delivery for compliance with the specifications.
Deviations will not be tolerated and will be cause for rejection of the apparatus unless
they were originally listed in "EXCEPTIONS TO SPECIFICATIONS" in the bidder’s
Bid. Bids taking total or general exceptions shall not be accepted. Where a manufacturer
is unable to meet the specification, any alternate offered for consideration must be the
closest equivalent offered in the industry.
The buyer will closely compare each bid submitted with the original specifications to
determine if the bids are responsive to the requirements of the specifications. All bidders
are hereby advised that Bids that are found to have deviations without listing them will be
rejected.
Bonds
A bid bond in the amount of 5% of the total bid shall accompany the bid. The Bid
guarantee of all bidders will be returned after the successful bidder has executed the
contract. Bids submitted without a bid bond will not be considered. Bonds must be signed
by an officer of the bidder's company. A performance bond is required to be furnished by
the successful bidder in the amount of 100% of the total bid price if the unit must be
built. Bonds may be in the form of a cashier’s check, money order, irrevocable letter or
credit or a bond from an insurance company.
Manuals
Two complete operational and maintenance manuals shall be furnished upon delivery.
Service Capability
As “the entity having jurisdiction” as defined in NFPA 1071, the buyer requires that each
bidder be capable of providing both in-house and on-site service for the apparatus
proposed through the use of either an established emergency vehicle service center or a
mobile technician. On-site service shall be the primary mode of maintenance and
warranty repair to eliminate the requirement of transporting the vehicle outside the
Opelika Fire Department jurisdiction.
8
INTENT OF SPECIFICATIONS
It is the intent of these specifications to cover a bid for furnishing a complete Rescue
Apparatus remount and refurbishment, equipped as hereinafter specified.
With a view to obtaining the best results and the most acceptable apparatus for
service for the Opelika Fire Department, these specifications cover the general
requirements as to the type of construction, including component sizes and shapes to
which the bidder must conform.
Minor details of construction and materials, where NOT OTHERWISE
SPECIFIED, are left to the discretion of the contractor, however must be stated in
writing as to each exception taken.
DO YOU COMPLY?
____YES
____NO
APPARATUS CHASSIS
G.M. 4500 CAB CHASSIS- The chassis for this apparatus shall be a new 2009
G.M.4500 or equal. The chassis shall have the minimum following options and
equipment:
Drivers & Passenger Air Bags
16,500 GVW Rating
Electric, remote control heated mirrors
Rear limited slip differential
Deluxe Front Appearance package
Maximum alternator available
VORTEC 8.1L V8 325 hp
AM/FM Radio
High Back Bucket Seats
Air Conditioner
84” cab to axle measurement
Rear stabilizer
Cruise Control
Transmission cooler
Allison Transmission
Battery Isolator
Please provide with your bid, a written specification prepared by a GM or equal dealer
that list all options and equipment provided on the chassis. NO EXCEPTIONS
DO YOU COMPLY?
____YES
9
____NO
REMOVAL OF MODULAR BODY
MODULE DISMOUNT AND INSPECTION- The modular body and all sub systems
including wiring harnesses and air conditioner/ heater hoses shall be disconnected.
The modular body shall then be lifted and removed from the original cab chassis. A full
inspection of the under structure shall be performed. The inspection shall consist of
checking all exposed structures and framing for cracks, corrosion or excessive wear.
All questionable areas shall be treated with a dye specially manufacturer to penetrate the
area and expose any cracks. All defects shall be repaired to like new condition.
There shall be provided a written check list documenting the inspection and repair
process. One copy of the documentation shall be provided to the Department and one
copy filed in the master folder kept by Custom Works.
DO YOU COMPLY?
____YES
____NO
FUEL FILLER NECK MODIFICATIONS- The chassis fuel tank filler neck shall be
modified to fit the modular body. There shall be supplied new fuel filler hoses and
plumbing.
As necessary, there shall be provided aluminum body patches and repairs should there be
required new fuel filler locations or should the remounted body have additional fuel filler
cut outs not required.
All fuel filler neck modifications shall be performed per Ford or equal Q.V.M.
requirements.
DO YOU COMPLY?
____YES
____NO
EXHAUST MODIFICATIONS- The chassis O.E.M. tail pipe shall be extended to
behind the dual rear wheels.
The exhaust modifications shall be on the curbside.
DO YOU COMPLY?
____YES
10
____NO
APPARATUS BODY
ROLL UP STYLE COMPARTMENT DOORS- The current doors shall be replaced
with new aluminum roll up doors. The doors shall be constructed with extruded
aluminum slats.
Each slat shall interlock to create a flexible joint. At the end of the slats there shall be
plastic end shoes for easy sliding of the doors.
The exterior edges of the door opening shall be trimmed with a combination track and
trim angle. The track shall include a rubber seal. The bottom slat shall have a lift and
latch device mounted to it. The roll up style doors shall be heavy duty, Fire Apparatus
grade, manufactured for emergency style vehicles. NO EXCEPTIONS
DO YOU COMPLY?
____YES
____NO
NEW DOOR SWITCHES- There shall be provided all new exterior door switches.
DO YOU COMPLY?
____YES
____NO
NEW WEATHER STRIPPING / DOOR SEALS- All weather stripping and door
seals shall be replaced with new rubber or equivalent seal.
All old material shall be completely removed to allow proper installation and seal.
DO YOU COMPLY?
____YES
____NO
REAR COMPARTMENT CONSTRUCTION- The current center rear compartment
shall be re built using new aluminum structure, tubing and aluminum sheet. The center
rear exterior compartments shall be constructed of .188” aluminum plate. All corners
shall be welded.
Each compartment shall be vented with a minimum four inch aluminum vent. All
compartment floors shall be of the “sweep out” style. NO EXCEPTIONS
DO YOU COMPLY?
____YES
____NO
BODY MOUNTING- The body structure sills shall be constructed of 3 inch x 1/2 inch
aluminum flat bar and shall run the full length of the body structure. The flat bar shall be
welded to every lateral structural member on both sides. The chassis and body shall be
separated with a 1/2” x 3” non metal sill.
11
The body shall be capable of being removed from and transferred to a new chassis
similarly sized to the old chassis. There shall be adequate space left between the cab and
body.
The body shall be attached to the chassis using 5/8 inch steel “U” bolts. The body shall
be mounted as per the chassis manufacturers’ guidelines. Additionally an isolator shall
be installed on each “U” bolt at the “U” bolt mounting point and the structural sill.
DO YOU COMPLY?
____YES
____NO
REAR STEP CONSTRUCTION- The rear step area of the apparatus shall be
constructed of aluminum diamond plate kicker for minimum body maintenance. The rear
step of the apparatus shall be constructed of aluminum diamond plate.
The step shall extend from the apparatus body with 3” x 1-1/2” x 1/4” structural “C”
channel for strength and integrity. The channel shall be placed as to form a structural
matrix to the chassis and keep the body in a complete modular form.
The step surface shall be constructed of aluminum diamond plate with a minimum 10
inch width.
DO YOU COMPLY?
____YES
____NO
FENDERS AND WHEEL WELLS- The wheel well openings shall be of sufficient
opening to permit the utilization of tire chains or other traction devices. The wheel well
shall be provided with full fender liners that shall be rolled so as to eliminate pockets that
might traps and collect road dirt.
Fenders shall be of a “polished” finish, rolled aluminum. The liner shall be constructed
of .125 inch aluminum and flanges at the bottom edge. The outer surface area of the
fender wall area shall be trimmed with aluminum diamond plate for complete protection
from tire or chain kick back.
DO YOU COMPLY?
____YES
____NO
FENDERETTES- There shall be supplied new highly polished fenderettes. The
fenderettes shall match the contour of the wheel well opening.
The fenderettes shall be attached to the module body using stainless steel fasteners.
DO YOU COMPLY?
____YES
12
____NO
EXTERIOR BODY TRIM- The exterior of the body shall be fitted with .125 inch
bright aluminum diamond plate kick panel above the rear step. Kick plates shall be a
minimum of 14 inches high. Rock shields shall be a minimum of 14 inches in height and
shall conform to the front and rear radius of the body on each side.
There shall be provided a minimum 2 inch bright aluminum channel rub rail with
reflective red / white tape installed at the lowest edge of the apparatus body between the
wheel well panels and the front and rear rock guard shields and kick plates. NO
EXCEPTIONS
DO YOU COMPLY?
____YES
____NO
STONE GUARDS AND PROTECTION PANELS- There shall be provided additional
protection panels installed on the apparatus at areas subject to intensive wear, scuffing
and abuse.
The protection panels shall be constructed from aluminum diamond plate or stainless
steel material.
DO YOU COMPLY?
____YES
____NO
STAINLESS STEEL WHEEL COVERS- There shall be provided a set of Phoenix or
equal style stainless steel wheel covers.
DO YOU COMPLY?
____YES
____NO
RUNNING BOARDS / CAB STEP COVERS- There shall be provided a set of heavy
duty aluminum diamond plate running boards / cab step covers. The boards shall come
complete with splash guards at the front and rear.
The running boards shall be securely fastened to the cab chassis and shall run full length
of the step.
DO YOU COMPLY?
____YES
____NO
RECESSED TOW EYES- There shall be provided two each heavy duty chrome plated
tow eyes. The tow eyes shall be recessed in the rear bumper area and be securely
fastened to the chassis frame rails.
The tow eyes shall be approximately 3-1/2” inside diameter of the eye and the shaft shall
be a minimum 1-1/4”.
13
DO YOU COMPLY?
____YES
____NO
REAR MUD FLAPS- There shall be provided a set of heavy duty rear mud flaps. The
flaps shall be made of thick rubber material and shall be as wide as the dual rear wheels.
The mud flaps shall be securely fastened to the module body using stainless steel
fasteners.
DO YOU COMPLY?
____YES
____NO
MODULAR EXTERIOR PAINT PREPARATION- After the module has been
dismounted and passed the inspection and repair procedures, it shall be mounted on a roll
around platform to enter the paint prep stage.
Prior to repainting the module, all hardware, lights, door handles, stone guards, skirt rails,
kick panels, diamond plate, etc. shall be removed. All module doors shall also be
removed to be painted separate from the module body.
After all hardware is removed, the module shall be fully inspected as to any minor body
damage or electrolysis / corrosion damage. All body damages are to be professionally
repaired and brought back to like new condition. Any electrolysis / corrosion damage
shall be treated to prevent further deterioration.
The module surfaces shall then be chemically treated and the surfaces sanded and
prepared for repainting per paint manufacturers specifications. The complete module
body and module doors shall then be repainted to meet Departments specifications.
Additionally all exterior storage compartments shall be striped of rubber seals, then
sanded, prepped, and repaint using a splatter type material. Exact color and style of
exterior storage compartment paint shall be determined during pre construction
conference.
All painting is to be done in house as per paint manufacturers instruction and guidelines
and shall be painted by a certified paint technician.
DO YOU COMPLY?
____YES
____NO
CUSTOM LETTERING PACKAGE- There shall be provided a custom lettering
package. The lettering package shall match the current Opelika fleet layout.
Exact wording, layout and design of custom lettering package shall be determined during
pre construction conference.
14
DO YOU COMPLY?
____YES
____NO
CUSTOM STRIPE PACKAGE- There shall be provided an NFPA compliant
reflective red stripe package.
Exact layout and design of custom stripe package shall be determined during pre
construction conference.
DO YOU COMPLY?
____YES
____NO
ADJUSTABLE SHELVES- There shall be provided four each aluminum adjustable
shelves. The shelves shall be constructed of .188 inch aluminum for durability and ease
of mounting equipment.
The shelves shall be fully adjustable from the top of the compartment to the bottom.
Shelving hardware shall be of the unistrut “C” channel design.
Exact location of adjustable shelves shall be determined during pre construction
conference.
DO YOU COMPLY?
____YES
____NO
SLIDE OUT TRAY- There shall be provided new slide out trays. The trays shall be
constructed of .188 inch aluminum. The entire assembly shall be bolted into place using
3/8 inch stainless steel bolts.
The tray and roller assemblies in the front transverse compartments shall have a
minimum 1000 pound capacity and the tray in the center rear compartment shall have a
minimum 2000 pound capacity.
Exact location of slide out tray shall be determined during pre construction conference.
DO YOU COMPLY?
____YES
____NO
TILT / SLIDE OUT TRAY- There shall be provided two each custom designed slide
out tray that shall roll out 70% of the total tray depth. The tray shall then tilt down 30
degrees to assure proper access to items stored in the tray.
The tray shall be constructed of .188 inch aluminum and shall be bolted into place using
3/8 inch stainless steel bolts.
15
Exact layout and location of tilt / slide out tray shall be determined during pre
construction conference.
DO YOU COMPLY?
____YES
____NO
STOKES / SPINE BOARD STORAGE- There shall be provided custom storage area
to house Department supplied stokes basket and back boards.
The storage shall be constructed using heavy duty aluminum plate and shall be securely
fastened to the walls and ceiling on an exterior storage compartment.
Exact design, layout and location of stokes / back board storage shall be determined
during pre construction conference.
DO YOU COMPLY?
____YES
____NO
NARCOTIC CABINET- There shall be provided an onboard stainless steel, two door,
double locking narcotic cabinet.
Exact size and location of on board narcotic cabinet shall be determined during pre
construction conference.
DO YOU COMPLY?
____YES
____NO
HAND RAILS- There shall be provided two each NFPA compliant handrails. The hand
rails shall be constructed using 1-¼” round polished aluminum tube with rubber grip
inserts. The hand rails shall be securely fastened to the rear of the apparatus.
DO YOU COMPLY?
____YES
____NO
12 VOLT DC ELECTRICAL SYSTEM
The electrical systems and associated equipment shall comply with all Federal Motor
Vehicle Safety Standards, Federal Motor Carrier Safety Regulations, and shall also
conform to all applicable SAE recommend standards and practices.
The apparatus body and accessory electrical equipment shall be served by circuits
separate and distinct from the chassis circuits. All wiring shall be permanently color
coded and marked to identify each wire for its entire length.
Wiring shall be routed in conduit or loom that is rated a minimum 300 F. and include a
service loop of wire that will permit replacement of wire terminals. All conduits, looms,
16
and wiring harness shall be secured to the body or frame with insulated metal cable
straps.
All electrical system components and wiring shall be located and installed in such a
manner that facilities easy removal and servicing. All wiring shall conform to N.F.P.A.
guidelines.
DO YOU COMPLY?
____YES
____NO
CAB CONSOLE- There shall be provided a new console in the cab area. The console
shall house a new front switch panel and existing siren.
The switch panel shall incorporate new rocker style switches, door and compartment
indicator lights.
Layout of cab console shall be determined by chassis layout and customer requirements.
Exact style and location of cab console shall be determined during pre construction
conference.
DO YOU COMPLY?
____YES
____NO
12 VOLT POWER PANEL- There shall be performed a complete operation check of
the current 12 volt electrical system. The system shall be upgraded to meet all current
needs and requirements.
All circuit breakers, relays, solenoids, etc. on the power distribution panel that are not
operating properly shall be replaced with new components.
Upon completion, the 12 volt power panel and system shall be 100 per cent operable.
DO YOU COMPLY?
____YES
____NO
NEW CAB CHASSIS WIRING- There shall be provided a new under hood harness
and new battery cables.
The harnesses shall be built with new power wiring conforming to SAE requirements and
Ford or equal QVM guidelines. All wiring shall be color coded and function labeled for
ease of trouble shooting.
All wiring shall be routed in high temperature loom with a minimum rating of 300
degrees Fahrenheit. All wiring shall additionally be accessible and shall be secured to the
17
body or frame using insulated metal clamps.
DO YOU COMPLY?
____YES
____NO
BATTERY CHARGER- There shall be provided an automatic Battery Saver and
Charger. The charging system shall come complete with a remote display graph bar.
Included in the system shall be a Kussmaul auto eject shore line receptacle that shall
provide 120V service when activated.
Exact layout and location of shoreline receptacle and bar graph shall be determined
during pre construction conference.
DO YOU COMPLY?
____YES
____NO
SIREN SPEAKERS- There shall be provided dual 100 watt electronic speakers. Exact
brand and location shall be determined during pre construction conference.
DO YOU COMPLY?
____YES
____NO
EMERGENCY LIGHTING- There shall be provided a new complete LED emergency
lighting system.
The system shall include an LED light bar, LED grill warning lights, LED intersector
warning lights in the front fender and wheel well area, two each LED warning lights on
both sides of the Rescue vehicle and four each LED warning lights on the rear.
Exact brand and locations shall be determined during pre construction conference.
DO YOU COMPLY?
____YES
____NO
SCENE LIGHTS- There shall be provided six each scene lights with optic lens. The
lights shall be located two each on both sides and rear of the Rescue vehicle.
Exact brand and location shall be determined during pre construction conference.
DO YOU COMPLY?
____YES
____NO
DRIVERS CONTROL PANEL- There shall be provided a custom control panel
fabricated from aluminum and mounted in a new center console. All switches shall be
rocker style and shall contain switches for the following minimum applications:
18
1.
2.
3.
4.
5.
6.
7.
Master switch
Emergency lights switch
Light bar switch
Scene light switch
Door open indicator
Volt & Amp Meters
All other necessary functions
All switches shall be lighted and properly identified.
DO YOU COMPLY?
____YES
____NO
REAR BRAKE, BACK UP, AND TURN SIGNAL LIGHTS- There shall be provided
a set of LED tail lights on the apparatus body.
Exact style and location shall be determined during pre construction conference.
DO YOU COMPLY?
____YES
____NO
MARKER LIGHTS- There shall be provided the proper number of LED ICC / marker
lights wit chrome bezels located on the apparatus body above the drip rails.
DO YOU COMPLY?
____YES
____NO
BACK UP ALARM- There shall be provided an automatic back up alarm that activates
when the vehicle is placed in reverse.
DO YOU COMPLY?
____YES
____NO
COMPARTMENT LIGHTS- There shall be provided LED strip lights in each exterior
compartment that activate upon opening of the compartment doors. NO EXCEPTIONS.
DO YOU COMPLY?
____YES
____NO
UNDERBODY LIGHTS- There shall be provided ground illumination lights under the
Rescue module. The lights shall illuminate the ground area and shall be activated by a
switch in the drivers area.
Additionally there shall be provided two each cab area underbody lights provided. These
lights shall be located under each side of the cab step area and shall activate upon
opening the cab doors.
19
Exact layout a and location of underbody lights shall be determined during pre
construction conference.
DO YOU COMPLY?
____YES
____NO
RADIO PRE-WIRE- There shall be provided a 12 volt lead for the future installation of
a Department supplied radio.
Exact layout and location of radio pre wire shall be determined during pre construction
conference.
DO YOU COMPLY?
____YES
____NO
ANTENNA COAX PRE-WIRE- There shall be supplied a coax pre-wire that shall run
from an antenna on the cab roof and terminate at the cab console.
Exact layout and location of antenna pre-wire shall be determined during pre construction
conference.
DO YOU COMPLY?
____YES
____NO
5.5 kW ONAN (or equal) COMMERCIAL GENERATOR- There shall be provided
an Onan 5.5 kW commercial generator. The generator shall be installed in a
compartment and shall be plumbed to the chassis fuel system.
Additionally the generator shall be exhausted out the floor on the compartment and shall
be wired as per manufacturers instructions and NFPA guidelines. There shall be a
protective “cage” built around the unit using expanded metal sheet to protect it from other
items stored in the compartment.
The generator shall be wired to the circuit breaker panel. Exact location of generator
control panel shall be determined during pre construction conference.
DO YOU COMPLY?
____YES
____NO
CIRCUIT BREAKER PANEL- There shall be provided an electrical circuit breaker
panel. The panel shall include breakers for each circuit provided including electrical
outlets and quartz lights.
Exact layout and location of circuit breaker panel shall be determined during pre
construction conference.
20
DO YOU COMPLY?
____YES
____NO
EXTERIOR 110 VOLT RECEPTACLE- There shall be provided two each exterior
receptacles with weather proof covers.
The receptacles shall be located on the rear of the apparatus body and shall be wired to
the circuit breaker panel.
Exact layout and location of exterior receptacle shall be determined during pre
construction conference.
DO YOU COMPLY?
____YES
____NO
QUARTZ LIGHTING SYSTEM- There shall be provided two each 500 watt
telescoping quartz lights. The lights shall be permanently mounted on the front of the
module body and hardwired directly to the circuit breaker panel.
Exact layout and location of quartz lighting system shall be determined during pre
construction conference.
DO YOU COMPLY?
____YES
____NO
PRE CONSTRUCTION CONFERENCE- There shall be a required pre construction
conference at the location of the Opelika Fire Department before any construction can
begin. A representative or dealer of the successful bidder shall attend.
At this meeting both parties shall again go over the specifications to insure that the
apparatus is built to meet or exceed all requirements.
After this meeting the representative of the successful bidder shall present the
Department a copy of the written work order to be used in production.
DO YOU COMPLY?
____YES
____NO
DETAILED, SCALED DRAWINGS- There shall be provided with your bid package,
a detailed set of scaled computer drawings. These drawings must be for this particular
unit that Opelika Fire Department has specified, not a standard manufacturers
drawing.
These drawing must show all the options and equipment to mount on the apparatus and
shall include both front and rear views, both sides, roof to include light tower and guard
21
and shall show all required equipment mounted in the designated compartments. NO
EXCEPTIONS
DO YOU COMPLY?
____YES
____NO
MID POINT INSPECTION - There shall be a mid point inspection trip at the factory
of the successful bidder. The inspection trip shall consist of members from the
Department who shall inspect the progress of the apparatus to insure compliance to all
specifications.
Any additional expenses relating to insuring compliance shall be at the expense of the
successful bidder and be at no additional cost to the Department. This is to include all
meals and lodging while at the inspection along with travel allowances (round trip coach
air flight for up to 3 representatives) for any factory that is over 250 miles from Opelika,
Alabama.
DO YOU COMPLY?
____YES
____NO
PRE DELIVERY INSPECTION- There shall be a pre delivery inspection trip at the
factory of the successful bidder. The inspection trip shall consist of members from the
Agency who shall inspect the apparatus to insure compliance to all specifications.
Any additional expenses relating to insuring compliance shall be at the expense of the
successful bidder and be at no additional cost to the Department. This is to include all
meals and lodging while at the inspection along with travel allowances (round trip coach
air flight for up to 3 representatives) for any factory that is over 250 miles from Opelika,
Alabama.
DO YOU COMPLY?
____YES
____NO
WARRANTIES- Opelika Fire Department requires a limited warranty. The bidder
shall supply a written warranty covering a certain period from the point of delivery, that
the Rescue Apparatus shall be free of substantial defects in material and workmanship
which can be attributable to manufacturer.
Please provide a copy of your limited warranty in this bid package.
DO YOU COMPLY?
____YES
____NO
ELECTRICAL WARRANTY- Please provide a copy of your electrical warranty as it
pertains to this Rescue Apparatus project.
22
DO YOU COMPLY?
____YES
____NO
PAINT WARRANTY- Please provide a copy of your paint warranty as it pertains to
this Rescue Apparatus project.
DO YOU COMPLY?
____YES
____NO
ALUMINUM MODULE BODY WARRANTY- Please provide a copy of your
aluminum Rescue Apparatus module body warranty as it pertains to this project.
DO YOU COMPLY?
____YES
____NO
INSURANCE REQUIREMENTS- All bidders shall have in place a product liability
insurance in the minimum amount of $10,000,000.00. Copy of insurance binder shall be
included in the bid package. NO EXCEPTIONS.
DO YOU COMPLY?
____YES
____NO
ONE MONTH SERVICE CALL- After the vehicle has been in service for
approximately one month, the successful vendor shall send a trained FACTORY
employed personnel to Opelika Fire Department for a service and warranty review.
The FACTORY technician shall check all operating systems and repair or replace any
items found defective or in need of re-work.
However should a problem occur before the one month service call, Opelika Fire
Department will require immediate service from the FACTORY technician, at the
Department location.
DO YOU COMPLY?
____YES
23
____NO
Bid Form
ITB #B09-014
RESCUE TRUCK REFURBISH AND REMOUNT
PLEASE SUBMIT BID IN DUPLICATE
We are pleased to submit the following bid for THE REFURBISHING AND REMOUNTING of one (1) or
Fire Rescue truck_______________________________________________________________________
with all items and equipment per published specifications.
$________________________each, (Figure Price), excluding federal, state and local taxes.
The following questionnaire shall be completed by the bidder with the understanding that false or
misleading information will be grounds for rejection of your bid.
Delivery shall be made in ___________ Calendar Days
Bid includes prepaid delivery of the vehicle(s) to the Opelika Fire Department Opelika, AL.
Terms of Payment: ________________________________________________________________
Selling Company Name:________________________________________________________________
Manufacturer:
Address:
_______________________________________________________________
______________________________________________________________________
City, State, Zip Code
_______________________________________________________________
Federal ID Number______________________________________________________________
Signature:
__________________________Title: ____________________________
Phone ___________________________________ Fax __________________________
E-Mail ________________________________________________________________
24
ANTI-COLLUSION STATEMENT
THE BELOW SIGNED QUOTER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED HIS
QUOTE WITH OTHER QUOTERS AND HAS NOT COLLUDED WITH ANY OTHER QUOTER
OR PARTIES TO A QUOTE WHATSOEVER. NOTE: NO PREMIUMS, REBATES OR
GRATUITIES TO ANY EMPLOYEE ARE PERMITTED WITH, PRIOR TO, OR AFTER ANY
DELIVERY OF MATERIALS. ANY SUCH VIOLATION WILL RESULT IN THE
CANCELLATION AND/OR RETURN OF MATERIAL (AS APPLICABLE) AND THE REMOVAL
FROM THE MASTER BIDDERS LIST.
FIRM NAME
BY (PRINTED)
BY (SIGNATURE)
TITLE
ADDRESS
PHONE NUMBER
FAX NUMBER
25
BID NO.: B09-014
STATEMENT OF NO BID/BID
NOTE: If you DO NOT intend to bid on this commodity or service, please complete and Return
this form immediately. Your response will assist us in evaluating all responses for this important project
and to improve our bid solicitation process.
The Purchasing Division of the City of Opelika wishes to keep its bid list file up-to-date. If, for any reason
you cannot supply the commodity/service noted in this bid/Bid solicitation, this form must be completed and
returned to remain on the particular bid list for future projects of this type.
If you do not respond to this inquiry within the time set for the Bid opening date and time noted, we will
assume that you can no longer supply this commodity/service, and your name will be removed from this
commodity/service list.
_____
Specifications too “tight”, i.e. geared toward one brand or manufacturer only.
_____
Specifications are unclear (explain below)
_____
We are unable to meet specifications.
_____
Insufficient time to respond to the Request for Bid.
_____
Our schedule would not permit us to perform.
_____
We are unable to meet bond requirements.
_____
We are unable to meet insurance requirements.
_____
We do not offer this product or service.
_____
Remove us from your proposers list for this commodity or service.
_____
Other (specify below).
REMARKS
_____________________________________________________
_____________________________________________________
SIGNED:
NAME:
(Type or Print)
TITLE:
DATE:
FIRM NAME:
PHONE:
FAX:
ADDRESS:
Street address)
(City)
26
(State)
(Zip)
27
Download