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