proposal request€¦ · proposals shall be rejected as a non-conforming bid if any applicable item...

49
1 PROPOSAL REQUEST FOR Hydraulic Rescue Tools FOR THE SUMNER COUNTY EMERGENCY MANAGEMENT AGENCY SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 25-120531 May, 2012

Upload: others

Post on 06-Jul-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

1

PROPOSAL REQUEST FOR

Hydraulic Rescue Tools FOR THE

SUMNER COUNTY EMERGENCY MANAGEMENT AGENCY

SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

Gallatin, Tennessee Bid # 25-120531

May, 2012

Page 2: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

2

Introduction

Sumner County Government is hereby requesting a proposal for Hydraulic Rescue Tools for the Sumner County Emergency Management Agency P.O. Box 61 Gallatin, TN 37066. In addition, all other Sumner County Government Departments and Agencies may also purchase from any submitted proposal.

General Information

I. Proposal Package

All sealed proposal packages must include all of the following, when applicable. Any sealed

proposals shall be rejected as a non-conforming bid if any applicable item is missing.

Three (3) complete copies of proposal

Evidence of a valid State of Tennessee Business License and/or Sumner County Business License

Evidence of compliance with the Sumner County Government’s Insurance Requirements, if work is performed on Sumner County Property

Signed and completed Statement of Non-Collusion (Attachment 1)

Properly completed Internal Revenue Service Form W-9

Evidence of a company’s safety program and, if supported, a drug testing program (Attachment 2) Drug-Free Workplace Affidavit

If bid is in excess of $25,000, a certification of non-debarment must be completed (Attachment 3) Certification Regarding Debarment, Suspension, and Other Responsibility Matters

Certification By Contractor (Attachment 4)

NEW VENDORS

1. To comply with Internal Revenue Service requirements, all vendors who perform any type of service are required to have a current IRS Form W-9 on file with the Sumner County Finance Department. At the time of requisition, the individual requesting a purchase order or disbursement will be informed if it is a new vendor and if a form W-9 is required. If form W-9 is required for a new vendor, the elected official or department head shall forward a completed form W -9 to the finance department. It can be obtained from the finance department, Sumner County's web site, or the Internal Revenue Service's website at www.irs.gov.

2. To comply with the Tennessee Lawful Employment Act, non-employees (individuals hired as independent contractors) must have on file any 2m: of the following documents.

• Valid Tennessee driver license or photo ID issued by department of safety • Valid out-of-state driver license • U.S. birth certificate • Valid U.S. passport • U.S. certificate of birth abroad

• Report of birth abroad of a U.S. citizen I

• Certificate of citizenship • Certificate of naturalization • U.S. citizen identification card • Valid alien registration documentation or proof of current immigration registration

Page 3: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

3

3. In addition, for all vendors with annual purchases in excess of $50,000 (if a business license is

required), a business license must be on file in the finance department, or the requisitioner must submit a

copy with the purchase order requisition form or the payment requisition form, as applicable.

II. Responses

Proposal must include point-by-point responses to the RFP.

Proposal must include a list of any exceptions to the requirements.

Proposal must include the legal name of the vendor and must be signed by a person or persons legally authorized to bind the vendor to a contract.

If applicable, proposal must include a copy of the contract(s) the vendor will submit to be signed.

Any and all proposal requirements must be met prior to submission.

The bidder understands and accepts the non-appropriation of funds provision of the Sumner County Government.

If noted in the section “proposal requirements” or later requested, the contractor will be required to provide a reference list of clients that have a current contract for services with their company.

III. Clarification and Interpretation of RFP

The words “must” and “shall” in this Request for Proposal indicate mandatory requirements. Taking exception to any mandatory requirement shall be grounds for rejection of the proposal. There are other requirements that Sumner County Government considers important but not mandatory. It is important to respond in a concise manner to each section of this document and submit an itemized list of all exceptions. In the event that any interested vendor finds any part of the listed specifications, terms, or conditions to be discrepant, incomplete, or otherwise questionable in any respect, it shall be the responsibility of the concerned party to notify Sumner County, via email at [email protected], of such matters immediately upon receipt of this Request for Proposal. All questions must be received a minimum of five days before proposal’s “deadline”. All responses to inquiries will be posted on the Sumner County website (http://www.sumnertn.org/ ) under “Bids

IV. Proposal Guarantee

Vendors must guarantee that all information included in their proposal will remain valid for a period of 90 days from the date of proposal opening to allow for evaluation of all proposals.

V. Related Costs

Sumner County Government is not responsible for any costs incurred by any vendor pursuant to the Request for Proposal. The vendor shall be responsible for all costs incurred in connection with the preparation and submission of its proposal.

VI. Insurance Requirements and Liability

Each bidder or respondent to the RFP who may have employees, contractors, or agents working on Sumner County properties shall provide copies of current certificates for general and professional liability insurance and for workers' compensation of a minimum of $250,000. The owner or principal of each respondent must also be insured by workers' compensation if they perform any of the services on Sumner County properties. There will be no exceptions to the insurance requirement.

Page 4: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

4

VII. Payment Terms

Payment terms shall be specified in the bid response, including any discounts for early payment.

All payments, unless agreed upon differently, will be after receipt of service or product and Sumner

County’s approval of conformance with specifications. The Sumner County Finance Department

does not allow the practice of picking up checks in person.

VIII. Deadline

Sealed proposals will be accepted until Thursday, May 31, 2012 before 2:00 pm. Proposals

received after that time will be deemed invalid and returned unopened to the vendor. Vendors

mailing proposal packages must allow sufficient time to ensure receipt of their package by the time

specified. There will be no exceptions. Proposals will be opened at an unspecified time after the

deadline.

IX. Withdrawal or Modification of Proposal

A withdrawn proposal may be resubmitted up to the time designated for the receipt of proposals provided that it fully conforms to the same general terms and requirements.

X. Package

The package containing the proposal must be sealed and clearly marked “PROPOSAL FOR HYDRAULIC RESCUE TOOLS FOR SUMNER COUNTY EMA AND DO NOT \OPEN” on the outside of the package. Responses may be hand delivered or mailed to the following address.

Sumner County Finance Department 355 North Belvedere Drive, Room 302

Gallatin, TN 37066

XI. Right to Seek a New Proposal

Sumner County reserves the right to accept or reject any and all proposals for any reason.

Proposals will be awarded to the best overall respondent as determined by that which is in the best

interests of Sumner County.

XII. Procedures for Evaluating Proposals and Awarding Contract

In comparing the responses to this RFP and making awards, Sumner County may consider such

factors as quality and thoroughness of a proposal, the record of experience, the references of the

respondents, and the integrity, performance, and assurances in the proposal in addition to that of

the proposal price.

Proposals will be examined for compliance with all requirements set forth herein.

Proposals that do not comply shall be rejected without further evaluation.

Proposals will be subjected to a technical analysis and evaluation.

Oral presentations and written questions for further clarifications may be required of some or all vendors.

XIII. Discussions

Discussions may be conducted with the vendors which have submitted proposals determined to be reasonably likely of being considered for selection to assure a full understanding of and

Page 5: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

5

responsiveness to the RFP requirements. Every effort shall be afforded to assure fair and equal treatment with respect to the opportunity for discussion and/or revision of their respective proposals. Revisions may be permitted after the submission and prior to the award for the purpose of obtaining the best offers.

XIV. Open Records

After the bid is awarded, all proposals will be subject to the Tennessee Open Records Act, and the

proposals will be available to the public upon written request.

Summary information on bids submitted will be posted on the Sumner County website at http://www.sumnertn.org/ under “Bids” link.

XV. Assignment

Neither the vendor nor Sumner County may assign this agreement without prior written consent of the other party.

XVI. Liabilities

The vendor shall indemnify Sumner County Government against liability for any suits, actions, or claims of any character arising from or relating to the performance under this contract by the vendor or its subcontractors.

Sumner County Government has no obligation for the payment of any judgment or the settlement of any claim made against the vendor or its subcontractors as a result of obligations under this contract.

XVII. Tax Status

Sumner County is tax exempt.

XVIII. Invoicing

Invoices are to be submitted to:

Sumner County Emergency Management Agency

PO Box 61 Gallatin, TN 37066

The vendor must provide an invoice(s) detailing the terms and amounts due and the dates due. All

invoices shall indicate payment terms and any prepayment discounts.

XIX. Contract Nullification

Sumner County Government may, at any time, nullify the agreement if, in the judgment of Sumner

County Government, the contractor(s) has failed to comply with the terms of the agreement. In the

event of nullification, any payment due in arrears will be made to the contractor(s), but no further

sums shall be owed to the contractor(s). The agreement between Sumner County and the

contractor(s) is contingent upon an approved annual budget allotment, and is subject, with thirty (30)

days notification, to restrictions or cancellation if budget adjustments are deemed necessary by

Sumner County Government.

Page 6: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

6

XX. Applicable Law

Sumner County, Tennessee is an equal opportunity employer. Sumner County does not

discriminate towards any individual or business on the basis of race, sex, color, age, religion,

national origin, disability or veteran status.

The successful contractor(s) agrees that they shall comply with all local, state, and federal law

statutes, rules, and regulations including, but not limited to, the Rehabilitation Act of 1973 and the

Americans with Disabilities Act.

In the event that any claims should arise with regards to this contract for a violation of any such

local, state, or federal law, statues, rules, or regulations, the provider will indemnify and hold

Sumner County harmless for any damages, including court costs or attorney fees, which might be

incurred.

Any contract will be interpreted under the laws and statutes of the state of Tennessee.

Sumner County does not enter into contracts which provide for mediation or arbitration.

Any action arising from any contract made from these specifications shall be brought in the state

courts in Sumner County, Tennessee or in the United States Federal District Court for the Middle

District of Tennessee.

Additionally, it is a violation of state statues to purchase materials, supplies, services, or any other

item from a vendor that is a commissioner, official, employee, or board member that has any

financial or beneficial interest in such transaction.

Specific Information

Requirements

This includes, but is not limited to, the following information.

OFFICIAL BID FORM

10,000psi Bids

For Hydraulic Rescue Tools

Hydraulic Rescue Tools Bid Specifications For:

Sumner County Emergency Management

The following bid form must be completed by bidder and returned along with specifications:

Name Brand Model Number Cost

1. ________________________________________________________________________

2. ________________________________________________________________________

3. ________________________________________________________________________

4. ________________________________________________________________________

5. ________________________________________________________________________

Page 7: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

7

Name Brand Model Number Cost

6. ________________________________________________________________________

7. ________________________________________________________________________

8. ________________________________________________________________________

9. ________________________________________________________________________

10. ________________________________________________________________________

11. ________________________________________________________________________

12. ________________________________________________________________________

13. ________________________________________________________________________

14. ________________________________________________________________________

15. ________________________________________________________________________

16. ________________________________________________________________________

17. ________________________________________________________________________

(Pricing to include freight and delivery.)

Bidder's Name_________________________________________________________________

Manufacturer Name____________________________________________________________

Bidder's Address: _____________________________________________________________

_____________________________________________________________________________

Location of service center_______________________________________________________

_____________________________________________________________________________

Time required providing replacement tools__________________________________________

Bidder's Phone________________________________________________________________

Signature ____________________________________________________________________

Title _________________________________________________________________________

Page 8: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

8

HYDRAULIC RESCUE TOOL SPECIFICATIONS

The following specifications list the minimum requirements for a hydraulic rescue tool system. Each bidder shall

complete all bidder complies/bidder does not comply with an "X". Any bid failing to do so will be considered

incomplete and will be rejected immediately.

This project is being bid in two sections: One (1) for Rescue Tools with a 10,000psi operating system and 0ne (1)

for Rescue Tools with a 5,000psi operating system.

Any exceptions, deviations, or differences between bidder's rescue tool system/rescue tools and the following

specifications shall be noted and a complete explanation shall be provided with bid. Bidder complies shall mean

that the product being offered by bidder meets or exceeds the specifications. Each bid shall be provided with tool

specifications and/or literature on the rescue tool system being offered.

The following hydraulic rescue tool system shall be utilized in emergency situations; therefore, any rescue tools bid

must meet the minimum requirements to be considered. All information requested is required to be provided. Any

information requested that is not provided will render the bid incomplete and will result in the immediate rejection of

the bid.

As a safety precaution, the complete rescue tool system shall utilize mineral based oil (systems utilizing phosphate

ester hydraulic oil will not be considered).

Bidder shall include the location of the nearest service center. Should factory service or repair be required for any

of the following equipment, bidder shall show proof that replacement equipment can be provided within 24 hours.

Bid price shall include full training for individuals in the proper use and care of hydraulic rescue tools. Training shall

be performed at a time and location convenient for the purchaser.

The manufacturer of the rescue tools is ISO 9001: 2008 Registered.

Bidder Complies __________ Bidder Does Not Comply __________

The tools must be labeled by the actual manufacturer of the rescue tools with the actual manufacturer’s information

and not relabeled by a secondary organization.

Bidder Complies __________ Bidder Does Not Comply __________

Bidders may bid on one or all items specified, bidders may bid on 10,000psi tools, 5,000psi tools or

bidders may bid on both.

Sumner County EMA is purchasing rescue equipment for several different departments and must have

the ability to purchase individual or combined items in this ITB.

Page 9: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

9

The following hydraulic rescue tool system (s) shall operate with a minimum

10,000psi .

Item #1

TWIN GASOLINE SIMO POWER UNIT Two (2) hydraulic tools simultaneously

1. Hydraulic fluid shall be mineral base. Power unit shall operate two (2) hydraulic rescue tools simultaneously

(simo*) with no power loss to either tool. Power unit shall operate with a minimum 10,000psi and a

maximum 10,500psi. Power unit shall have a minimum hydraulic oil reservoir of .85 U.S. Gallons.

Bidder Complies __________ Bidder Does Not Comply __________

2. Power unit shall have two (2) hydrostatic two stage radial piston over piston hydraulic pumps that share one reservoir. Each hydraulic pump shall have a control lever to engage or disengage the hydraulics. Power unit shall have an internal safety relief valve to prevent over pressurization of unit. (Split flow simo* pumps will not be accepted).

Bidder Complies __________ Bidder Does Not Comply __________

3. Power unit shall have two (2) first stage settings at 3,200 psi each and two (2) second stage settings at

10,500 psi each.

Bidder Complies__________ Bidder Does Not Comply_________

4. Control levers for tool operation shall be located just above tool connection. Female coupler shall include Shunt valve technology that allows tool connection without disengaging the hydraulic pump valve. Also Coupler shall have a positive locking feature to eliminate inadvertent disconnection. Couplers should be

supplied with dust covers to protect from contaminates.

Bidder Complies __________ Bidder Does Not Comply __________

5. Because of limited space, power unit size shall be a maximum of 23.00" long x 15.00" tall x 15.00" wide and

shall have a maximum deployment weight of 78 lbs. Each manufacturer shall include with bid, the sizes of

their power unit. Power units that incorporate a roll-cage design will not be acceptable unless they conform

to the maximum size requirements.

Bidder Complies __________ Bidder Does Not Comply __________

6. Power unit shall be equipped with a flip-down handle for compact storage and easy lifting. All aluminum

used in the construction of power unit shall be anodized. Power unit shall be equipped with rubber

anti-vibration feet that will protect bottom of unit from harm while in use or in storage.

Bidder Complies __________ Bidder Does Not Comply __________

7. Power unit shall be driven with a minimum 6.5 hp gasoline engine. Engine shall be a horizontal shaft

Honda four stroke, O. H. valve; one cylinder with a minimum 196cc. Honda engine shall have an

approximate run time of two hours. Honda engine shall have a minimum two-year warranty. Power unit will

have an hour meter.

Page 10: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

10

Bidder Complies __________ Bidder Does Not Comply __________

8. Pump shall be manufactured and assembled wholly within the United States of America. Pump must carry a

lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

9. Pump shall be UL (Underwriters Laboratories) “Classified” and compliant with NFPA 1936 Standard on

Powered Rescue Tools, 2005 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Item #2 ACCELERATOR TWIN GASOLINE SIMO POWER UNIT

Two (2) hydraulic tools simultaneously

1. Hydraulic fluid shall be mineral base. Power unit shall operate two (2) hydraulic rescue tools simultaneously

(simo*) with no power loss to either tool. By placing both simo valves in the neutral position, the accelerator

valve can be activated. Turning the red accelerator valve to the right or left, either tool can be operated at

double the rate of speed. Power unit shall operate with a minimum 10,000psi and a maximum 10,500psi.

Power unit shall have a minimum hydraulic oil reservoir of .85 U.S. Gallons.

Bidder Complies __________ Bidder Does Not Comply __________

3. Power unit shall have two (2) hydrostatic two stage radial piston over piston hydraulic pumps that share one reservoir. Each hydraulic pump shall have a control lever to engage or disengage the hydraulics. Power unit shall have an internal safety relief valve to prevent over pressurization of unit. (Split flow simo* pumps will not be accepted.)

Bidder Complies __________ Bidder Does Not Comply __________

3. Power unit shall have two (2) first stage settings at 3,200 psi each and two (2) second stage settings at

10,500 psi each.

Bidder Complies__________ Bidder Does Not Comply_________

4. Control levers for tool operation shall be located just above tool connection. Female coupler shall include Shunt valve technology that allows tool connection without disengaging the hydraulic pump valve. Also Coupler shall have a positive locking feature to eliminate inadvertent disconnection. Couplers should be

supplied with dust covers to protect from contaminates.

Bidder Complies __________ Bidder Does Not Comply __________

5. Because of limited space, power unit size shall be a maximum of 23.00" long x 15.00" tall x 15.00" wide and

shall have a maximum deployment weight of 81.1 lbs. Each manufacturer shall include with bid, the sizes

of their power unit. Power units that incorporate a roll-cage design will not be acceptable unless they

conform to the maximum size requirements.

Bidder Complies __________ Bidder Does Not Comply __________

6. Power unit shall be equipped with a flip-down handle for compact storage and easy lifting. All

aluminum used in the construction of power unit shall be anodized. Power unit shall be equipped with

rubber anti-vibration feet that will protect bottom of unit from harm while in use or in storage

Bidder Complies __________ Bidder Does Not Comply __________

Page 11: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

11

7. Power unit shall be driven with a minimum 6.5 hp gasoline engine. Engine shall be a horizontal shaft

Honda four stroke, O. H. valve; one cylinder with a minimum 196cc. Honda engine shall have an

approximate run time of two hours. Honda engine shall have a minimum two-year warranty. Power unit will

have an hour meter.

Bidder Complies __________ Bidder Does Not Comply __________

8. Pump shall be manufactured and assembled wholly within the United States of America. Pump must carry

a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

9. Pump shall be UL (Underwriters Laboratories) “Classified” and compliant with NFPA 1936 Standard on

Powered Rescue Tools, 2005 Edition.

Bidder Complies __________ Bidder Does Not Comply _________

Item#3

28" SPREADER

1. The Spreader shall have a minimum opening of 28" at the tips.

Bidder Complies __________ Bidder Does Not Comply __________

2. Aluminum used in the construction of the Spreader body shall have an anodized finish. Spreader arms shall

be aluminum. Painted or polished aluminum will not be acceptable for any part of tool.

Bidder Complies __________ Bidder Does Not Comply __________

3. Spreader shall have a minimum spread force of 56,128 lbs and a minimum pulling force of 25,512lbs.

Bidder Complies __________ Bidder Does Not Comply __________

4. Spreader shall have a maximum deployment weight of 43.8 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

5. Spreader shall have automotive/grabber-jaw tips that will perform all spreading and crushing techniques

commonly used in extrication without the need to change tips. Tips shall be constructed of hardened tool

steel, and shall not be field removable. Each spreader arm shall have a hole for attaching pulling

attachments.

Bidder Complies __________ Bidder Does Not Comply __________

6. Spreader control shall be a twist/star type handle for easy operation in any position. A D-Ring handle with a

powder-coated finish (chrome D-Ring handle will not be acceptable) shall be positioned to provide balance

for the tool and shall be accessible regardless of the tool position. The control valve shall be a variable

speed dead-man control for safety. The Spreader shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

Page 12: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

12

7. Spreader shall incorporate a dual safety check valve for no load drop and an Automatic Safety Relief Device

to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

8. Spreader shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at

the bottom of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick

and easy connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All

couplers shall be equipped with dust covers to protect couplers from contamination

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the

hose “NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part

number, the third party certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

9. Spreader shall be manufactured and assembled wholly within the United States of America. Spreader must

carry a lifetime warranty on materials and workmanship

Bidder Complies __________ Bidder Does Not Comply __________

10. Spreader shall be UL (Underwriters Laboratories) “Classified” compliant with NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Item #4

32" SPREADER

1. The Spreader shall have a minimum opening 32" at the tips.

Bidder Complies __________ Bidder Does Not Comply __________

2. Aluminum used in the construction of the Spreader body shall have an anodized finish. Spreader arms shall

be aluminum. Painted or polished aluminum will not be acceptable for any part of tool.

Bidder Complies __________ Bidder Does Not Comply __________

3. Spreader shall have a minimum spread force of 50,692 lbs and a minimum pulling force of 23,041 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

4. Spreader shall have a maximum deployment weight of 57 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

5. Spreader shall have automotive/grabber-jaw tips that will perform all spreading and crushing techniques

commonly used in extrication without the need to change tips. Tips shall be constructed of hardened tool

steel, and shall not be field removable. Each spreader arm shall have a hole for attaching pulling

attachments.

Bidder Complies __________ Bidder Does Not Comply __________

Page 13: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

13

6. Spreader control shall be a twist/star type handle for easy operation in any position. A D-Ring handle with a

powder-coated finish (chrome D-Ring handle will not be acceptable) shall be positioned to provide balance for the

tool and shall be accessible regardless of the tool position. The control valve shall be a variable speed dead-man

control for safety. The Spreader shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Spreader shall incorporate a dual safety check valve for no load drop and an Automatic Safety Relief

Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

8. Spreader shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the

bottom of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and

easy connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All

couplers shall be equipped with dust covers to protect couplers from contamination.

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the

hose “NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part

number, the third party certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

9. Spreader shall be manufactured and assembled wholly within the United States of America. Spreader must

carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

10. Spreader shall be UL (Underwriters Laboratories) “Classified” compliant with NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Item #5

28" SPREADER HEAVY RESCUE SPREADER

1. The Spreader shall have a minimum opening of 28" at the tips.

Bidder Complies __________ Bidder Does Not Comply __________

2. Aluminum used in the construction of the Spreader body shall have an anodized finish. Spreader arms shall be aluminum. Painted or polished aluminum will not be acceptable for any part of tool.

Bidder Complies __________ Bidder Does Not Comply _________

3. Spreader shall have a maximum spread force of 88,682 lbs and a maximum pull force of 40,308 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

4. Spreader shall have a maximum deployment weight of 49.6 lbs.

Bidder Complies __________ Bidder Does Not Comply _________

Page 14: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

14

5. Spreader shall have automotive/grabber-jaw tips that will perform all spreading and crushing techniques commonly used in extrication without the need to change tips. Tips shall be constructed of hardened tool steel, and shall not be field removable. Each spreader arm shall have a hole for attaching pulling attachments.

Bidder Complies __________ Bidder Does Not Comply __________

6. Spreader control shall be a twist/star type handle for easy operation in any position. A D-Ring handle with a powder-coated finish (chrome D-Ring handle will not be acceptable) shall be positioned to provide balance for the tool and shall be accessible regardless of the tool position. The control valve shall be a variable speed dead-man control for safety. The Spreader shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Spreader shall incorporate a dual safety check valve for no load drop and an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

8. Spreader shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers shall be equipped with dust covers to protect couplers from contamination. Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the

hose “NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part

number, the third party certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

9. Spreader shall be manufactured and assembled wholly within the United States of America. Spreader must carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

10. Spreader shall be UL (Underwriters Laboratories) “Classified” compliant with NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply _________

Item #6

32" SPREADER HEAVY RESCUE SPREADER

1. The Spreader shall have a minimum opening of 32" at the tips.

Bidder Complies __________ Bidder Does Not Comply __________

2. Aluminum used in the construction of the Spreader body shall have an anodized finish. Spreader arms shall be aluminum. Painted or polished aluminum will not be acceptable for any part of tool.

Bidder Complies __________ Bidder Does Not Comply __________

3. Spreader shall have a maximum spread force of 80,093 lbs and a maximum pull force of 36,404 lbs.

Bidder Complies __________ Bidder Does Not Comply _________

Page 15: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

15

4. Spreader shall have a maximum deployment weight of 51.2 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

5. Spreader shall have automotive/grabber-jaw tips that will perform all spreading and crushing techniques commonly used in extrication without the need to change tips. Tips shall be constructed of hardened tool steel, and shall not be field removable. Each spreader arm shall have a hole for attaching pulling attachments.

Bidder Complies __________ Bidder Does Not Comply __________

6. Spreader control shall be a twist/star type handle for easy operation in any position. A D-Ring handle with a powder-coated finish (chrome D-Ring handle will not be acceptable) shall be positioned to provide balance for the tool and shall be accessible regardless of the tool position. The control valve shall be a variable speed dead-man control for safety. The Spreader shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Spreader shall incorporate a dual safety check valve for no load drop and an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

8. Spreader shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers shall be equipped with dust covers to protect couplers from contamination. Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936 Standard

on Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the hose “NFPA

1936 Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part number, the

third party certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

9. Spreader shall be manufactured and assembled wholly within the United States of America. Spreader must carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

10. Spreader shall be UL (Underwriters Laboratories) “Classified” compliant with NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Item #7 7 3/8" AUTO EXTRICATION CUTTER

1. The cutter shall have a minimum blade opening seven (7.38"/179mm).

Bidder Complies __________ Bidder Does Not Comply __________

2. Aluminum used in the construction of the Cutter shall have an anodized finish. Painted aluminum will not

be acceptable.

Bidder Complies __________ Bidder Does Not Comply __________

Page 16: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

16

3. Cutter shall have a minimum 269,000 lbs. cutting force in recess.

Bidder Complies __________ Bidder Does Not Comply __________

4. Cutter shall have a maximum deployment weight of 40 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

5. Cutter shall have high strength tool steel heat-treated blades. Blades shall have a hook design and shall be

re-grindable. (Straight blade cutters will not be acceptable). Cutter blades shall be a minimum 3/4" thick

(each blade). (Forged or cast blades will be unacceptable.)

Bidder Complies __________ Bidder Does Not Comply __________

6. Cutter control shall be a twist/star type handle for easy operation in any position. A D-Ring handle with a

powder-coated (chrome D-Ring handle will not be acceptable) shall be positioned to provide balance for the

tool and shall be accessible regardless of the tool position. The control valve shall be a variable speed

dead-man control for safety. The Cutter shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Cutter shall incorporate an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

8. Cutter shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom

of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy

connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers

shall be equipped with dust covers to protect couplers from contamination.

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the

hose “NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part

number, the third party certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

9. Cutter shall be manufactured and assembled wholly within the United States of America. Cutter must carry

a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

10. Cutter shall be UL (Underwriters Laboratories) “Classified” and compliant with NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Item #8

7 3/4 " AUTO EXTRICATION CUTTER

1. The cutter shall have a minimum blade opening seven (7 3/4"/196.85mm).

Bidder Complies __________ Bidder Does Not Comply __________

Page 17: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

17

2. Aluminum used in the construction of the Cutter shall have an anodized finish. Painted aluminum will not be acceptable.

Bidder Complies __________ Bidder Does Not Comply __________

3. Cutter shall have a minimum 320,000 lbs. cutting force in recess.

Bidder Complies __________ Bidder Does Not Comply __________

4. Cutter shall have a maximum deployment weight of 50.00 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

5. Cutter shall have high strength tool steel heat-treated blades. Blades shall have a hook design and shall be re-grindable. (Straight blade cutters will not be acceptable). Cutter blades shall be a minimum 3/4" thick (each blade). (Forged or cast blades will be unacceptable.)

Bidder Complies __________ Bidder Does Not Comply __________

6. Cutter control shall be a twist/star type handle for easy operation in any position. A D-Ring handle with a powder-coated (chrome D-Ring handle will not be acceptable) shall be positioned to provide balance for the tool and shall be accessible regardless of the tool position. The control valve shall be a variable speed dead-man control for safety. The Cutter shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Cutter shall incorporate an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

8. Cutter shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers shall be equipped with dust covers to protect couplers from contamination. Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the

hose “NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part

number, the third party certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

9. Cutter shall be manufactured and assembled wholly within the United States of America. Cutter must carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

10. Cutter shall be UL (Underwriters Laboratories) “Classified” and compliant with NFPA 1936 Standard on Powered Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Page 18: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

18

Item #9

1.5" CONFINED SPACE CUTTER w/REMOTE CONTROL VALVE

1. The cutter shall have a minimum blade opening of one and one half inches (1.50").

Bidder Complies __________ Bidder Does Not Comply _________

2. Aluminum used in the construction of the cutter shall have an anodized finish. Painted aluminum will not

be acceptable.

Bidder Complies __________ Bidder Does Not Comply __________

3. Cutter shall have a minimum 35,000 lbs. cutting force.

Bidder Complies __________ Bidder Does Not Comply __________

4. Cutter shall have a maximum deployment weight of 10 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

5. Cutter shall have high strength tool steel heat-treated blades. Blades shall have a hook design and shall be

re-grindable. (Straight blade cutters will not be acceptable). Cutter blades shall be a minimum 5/8" thick

(each blade). (Forged or cast blades will be unacceptable.)

Bidder Complies __________ Bidder Does Not Comply __________

6. Control valve shall be remote with a twist/star type handle for easy operation in any position. The control

valve shall be a variable speed dead-man control for safety.

Bidder Complies __________ Bidder Does Not Comply __________

7. Remote Control Valve shall incorporate an Automatic Safety Relief Device to prevent over pressurization

(Male bleeder coupler will not be acceptable as a Safety Release Device)

Bidder Complies __________ Bidder Does Not Comply __________

8. Cutter controller shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at

the bottom of the tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick

and easy connect and disconnect from the female hot swap coupler that is fixed to all extension hoses. All

couplers shall be equipped with dust covers to protect couplers from contamination.

Bidder Complies __________ Bidder Does Not Comply __________

9. Cutter and Remote Control Valve shall be manufactured and assembled wholly within the United States of

America. Cutter must carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

10. Cutter and remote control unit shall be delivered in a high impact plastic case.

Bidder Complies __________ Bidder Does Not Comply ______

Page 19: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

Item #10

TWO STAGE TELESCOPING RAM (50”)

1. The Ram shall have a minimum extended length of fifty inches (50.00") and a maximum closed length of 21.50".

Bidder Complies __________ Bidder Does Not Comply __________

2. Ram shall have a minimum first stage push force of 51,500 lbs and a minimum 2nd

stage push force 18,500 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

3. Ram shall have a maximum deployment weight of 47 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

4. Ram shall have penetrating teeth on both Ram tip and base for increased safety during displacement of various

structures.

Bidder Complies __________ Bidder Does Not Comply __________

5. Ram control shall be a twist type handle for easy operation. Control handle shall run parallel with Ram cylinder

creating a sleek, compact and easy to use tool. The control valve shall be a variable speed dead-man control for

safety. The Ram shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

6. Ram shall incorporate an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

7. Ram shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom of the

tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy connect and

disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers shall be equipped

with dust covers to protect couplers from contamination.

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the hose “NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part number, the third party

certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

8. Ram shall be manufactured and assembled wholly within the United States of America. Ram must carry a lifetime

warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

9. Ram shall be UL (Underwriters Laboratories) “Classified” and compliant with NFPA 1936 Standard on Powered

Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply _________

Page 20: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

2

Item #11

SMALL TWO STAGE TELESCOPING RAM

1. The Ram shall have a minimum extended length of thirty two inches (32.00") and a maximum closed length of

16.75".

Bidder Complies __________ Bidder Does Not Comply __________

2. Ram shall have a minimum first stage push force of 51,500 lbs and a minimum 2nd

stage push force 18,500 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

3. Ram shall have a maximum deployment weight of 40 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

4. Ram shall have penetrating teeth on both Ram tip and base for increased safety during displacement of various

structures.

Bidder Complies __________ Bidder Does Not Comply __________

5. Ram control shall be a twist type handle for easy operation. Control handle shall run parallel with Ram cylinder

creating a sleek, compact and easy to use tool. The control valve shall be a variable speed dead-man control for

safety. The Ram shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

6. Ram shall incorporate an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

7. Ram shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom of the

tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy connect and

disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers shall be equipped

with dust covers to protect couplers from contamination.

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the hose “NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part number, the third party

certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

8. Ram shall be manufactured and assembled wholly within the United States of America. Ram must carry a lifetime

warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

9. Ram shall be UL (Underwriters Laboratories) “Classified” and compliant with NFPA 1936 Standard on Powered

Rescue Tools, 2010 Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Page 21: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

3

Item #12

Lightweight TWO STAGE TELESCOPING RAM

1. The Ram shall have a minimum extended length of thirty two inches (40.00") and a maximum closed length of

19.75".

Bidder Complies __________ Bidder Does Not Comply __________

2. Ram shall have a minimum first stage push force of 32,500 lbs and a minimum 2nd

stage push force 12,500 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

3. Ram shall have a maximum deployment weight of 28 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

4. Ram shall have penetrating teeth on both Ram tip and base for increased safety during displacement of various

structures.

Bidder Complies __________ Bidder Does Not Comply __________

5. Ram control shall be a twist type handle for easy operation. Control handle shall run parallel with Ram cylinder

creating a sleek, compact and easy to use tool. The control valve shall be a variable speed dead-man control for

safety. The Ram shall be a one-man operated tool.

Bidder Complies __________ Bidder Does Not Comply __________

6. Ram shall incorporate an Automatic Safety Relief Device to prevent over pressurization.

Bidder Complies __________ Bidder Does Not Comply __________

7. Ram shall have 2 pigtail hoses going into 1 male-single hot swap coupler. Pigtails shall exit at the bottom of the

tool toward the rear of the tool. The male coupler shall be provided to facilitate the quick and easy connect and

disconnect from the female hot swap coupler that is fixed to all extension hoses. All couplers shall be equipped

with dust covers to protect couplers from contamination.

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the hose “NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part number, the third party

certifying body of compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

8. Ram shall be manufactured and assembled wholly within the United States of America. Ram must carry a lifetime

warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

Page 22: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

4

Item #13

DELUX TELESCOPIC RAM KIT 1. DELUX TELESCOPIC RAM KIT: Kit will include the following items, cut/peel saddle, C-saddle,

wedge, cut/tear, conical spear head, (2)flat push plates 3.5 and 5.5 inch and Pelican style carrying case. Bidder Complies __________ Bidder Does Not Comply __________

4. The 5 inch extension, 10 inch extension, standard ram saddle, C-saddle, wedge, cutting head, peeling/wedge head peeling/wedge head and conical spear head will be made from tool steel and also be heat treated. No forgings will be allowed.

All components mush thread on and no use of pins or o-rings to hold head to rod.

Bidder Complies __________ Bidder Does Not Comply __________

3. The Push plates (2), made from High Strength aircraft aluminum not forged, with a push surface of no less than

3.5 and 5.50 inches. Flat surface to have sharp diamond shaped .250 inches high shaped teeth for gripping.

All components mush thread on and no use of pins or o-rings to hold head to rod.

Bidder Complies __________ Bidder Does Not Comply __________

4. All components shall be contained in a Pelican style carrying case. Made of water resistant, lockable, dustproof

and crushproof material, also with reinforced corners and edges for impact protection.

Bidder Complies __________ Bidder Does Not Comply __________

5. Tool shall be manufactured and assembled within the United States of America. Tool must carry a lifetime

warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply _________

Item #14

SPREADER CHAIN PACKAGE

1. SPREADER CHAIN PACKAGE: Kit will include the following items, (2) set of chains 10 feet long with one grabber hooks on one end. (2) Shackle assemblies with one hook on one and a connector pin on other. Bidder Complies __________ Bidder Does Not Comply __________

2. The chain must be ½” diameter grade 80. (2) @ 10 foot long each.

Bidder Complies __________ Bidder Does Not Comply __________

3. The grabber hooks must be grade 80 (1) on each 10 foot long chain.

Bidder Complies __________ Bidder Does Not Comply __________

Page 23: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

5

4. All Shackles must be made out of formed tool steel, (no forgings will be allowed) using a grade 8 or better bolts

and fasteners to assembled product.

Bidder Complies __________ Bidder Does Not Comply __________

5. The connector pin used in the fastening of the shackle to the spreader tip must be slide thru ball dent to hold into

place.

Bidder Complies __________ Bidder Does Not Comply __________

6. Tool shall be manufactured and assembled within the United States of America. Tool must carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

Item #15

RESCUE STABILIZER JACK BID SPECIFICATIONS

1. Equipment selection shall allow use of chain as a vehicle purchase point.

Bidder Complies __________ Bidder Does Not Comply __________

2. Minimum size of extension tubing section shall be 2 inches square with 12 gauge wall thickness. Corner

weld is zinc coated after scarfing operation. Tubing is top-coated with a clear organic polymer. Tubing is roll formed

from 12 gauge (.105 U.S.S. gauge or 2.66 mm) hot rolled steel complying with ASTM A-653 Grade 50. Average

minimum yield strength after cold forming is 60,000 psi (413,685 kN/m). Tubing corners are welded by high-frequency

resistance welding and externally scarfed to agree with corner radii.

Bidder Complies __________ Bidder Does Not Comply __________

3. Jack shall have an internal positive stop collar to prevent over-extension. WLL of jack shall allow for minimum 3 to 1

safety factor.

Bidder Complies __________ Bidder Does Not Comply __________

4. Extension tubing sections shall freely separate to allow for user modification to fit multiple applications, unless

otherwise specified.

Bidder Complies __________ Bidder Does Not Comply __________

5. Tab lock pins shall have a minimum tensile strength of 120,000 psi with a head marking. Alternately, connecting pins

may be heat treated to a grade 8 spec. and coated olive drab green to distinguish from standard grade 2 type pins,

which are typically coated grey zinc with no markings.

Bidder Complies __________ Bidder Does Not Comply __________

6. Stand bases shall be equipped with two cam buckle straps connected to base with a bolt plate fitting at base pivot

bolt to allow for rapid initial stabilization, unless otherwise specified.

Bidder Complies __________ Bidder Does Not Comply __________

Page 24: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

6

7. Stand bases shall have a master link connected at front and back to allow for 1” stake, 3/8” chain (grab connection, or

pass through), or other auxiliary restraint attachment.

Bidder Complies __________ Bidder Does Not Comply __________

8. Stand bases shall have four holes in the corners of the base to allow for insertion of 3/4” stakes.

Bidder Complies __________ Bidder Does Not Comply __________

9. Stand base bottom shall be 1/4” thick steel diamond plate. Base bottom shall be 5” wide by 6” long.

Bidder Complies __________ Bidder Does Not Comply __________

10. Stand base bottom shall lay flat (no bends) to allow positive non-slip engagement in auxiliary load spreading pad.

Bidder Complies __________ Bidder Does Not Comply __________

11. End fitting and base design shall allow for snug fit in 2” tubing, 2-1/4” tubing, jack magazine, and jack bottom.

Bidder Complies __________ Bidder Does Not Comply __________

12. Stand bases shall be interchangeable with end fitting.

Bidder Complies __________ Bidder Does Not Comply __________

Item #16

Single Connect Coupler System

1. The male and female couplers shall be able to be installed on twin line hoses and tools.

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936 Standard on Powered

Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the hose “NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition”, manufactures name and part number, the third party certifying body of

compliancy symbol, and date of manufacturing.

Bidder Complies __________ Bidder Does Not Comply __________

2 All female couplers shall include shunt valve technology that allows tool connection without disengaging the

hydraulic pump valve.

Bidder Complies __________ Bidder Does Not Comply __________

3. The female coupler shall have a positive locking feature, to eliminate inadvertent disconnection.

Bidder Complies __________ Bidder Does Not Comply __________

4. The male and female couplers shall carry a lifetime warranty on materials and workmanship.

Bidder Complies __________ Bidder Does Not Comply __________

5. The male and female couplers shall have at least a 2:1 safety factor, in 10,500 psi operating systems

Bidder Complies __________ Bidder Does Not Comply _________

Page 25: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

7

6. The male and female couplers shall be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2010

Edition.

Bidder Complies __________ Bidder Does Not Comply __________

Item #17 HOSE

1. The rescue tool system shall be equipped with _____ twin line extension hoses. Hoses

shall have (1) female coupler equipped with the shunt valve technology that allows tool connection with out

disengaging the hydraulic pump, on one end, and the matching male coupler on the other end and shall be a

minimum of 25 feet long. Each male and female coupler shall be equipped with dust covers to protect couplers

from contamination. Hoses shall be color coded for ease of identification. Hoses shall be banded or molded

together with a quality banding. (Zip ties and the like do not constitute professional banding.)

Hose assemblies shall successfully pass testing by a third party as required by NFPA 1936 Standard on

Powered Rescue Tools, 2010 Edition. Hoses must have permanently embossed on the hose “NFPA 1936

Standard on Powered Rescue Tools, 2010 Edition”, manufactures name and part number, the third party

certifying body of compliancy symbol, and date of manufacturing.

WARRANTY INFORMATION

1. Bidder shall state any and all warranties covering the product being offered.

BID COMPLIANCE

1. The undersigned hereby acknowledges that he/she has made a complete and total review of the above and

foregoing specifications and is authorized by bidder to sign as its official representative. Bidder hereby states that

all paragraph compliance indications are true and correct. Should there be any deviations made from the bid

compliance indications to the proposal provided by bidder, it is understood that such a deviation would cause

immediate rejection of bidder's proposal. Any bid not signed below will be rejected immediately.

Signature ___________________________________________Title _______________________

Page 26: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

8

OFFICIAL BID FORM

5,000psi Bids

For Hydraulic Rescue Tools

Hydraulic Rescue Tools Bid Specifications For:

Sumner County Emergency Management

The following bid form must be completed by bidder and returned along with specifications:

Name Brand Model Number Cost

1. _______________________________________________________________________

2. _______________________________________________________________________

3. _______________________________________________________________________

4. _______________________________________________________________________

5. ______________________________________________________________________

6. ______________________________________________________________________

7. _______________________________________________________________________

8. _______________________________________________________________________

9. _______________________________________________________________________

10. ______________________________________________________________________

11. _______________________________________________________________________

12. _______________________________________________________________________

13. ________________________________________________________________________

14. ________________________________________________________________________

15. ________________________________________________________________________

16. ________________________________________________________________________

17. ________________________________________________________________________

18. _______________________________________________________________________

19. __________________________________________________________________________

(Pricing to include freight and delivery.)

Page 27: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

9

Bidder's Name_________________________________________________________________

Manufacturer Name____________________________________________________________

Bidder's Address: _____________________________________________________________

_____________________________________________________________________________

Location of service center_______________________________________________________

_____________________________________________________________________________

Time required providing replacement tools_________________________________________

Bidder's Phone________________________________________________________________

Signature ____________________________________________________________________

Title _________________________________________________________________________

Page 28: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

10

The following hydraulic rescue tool system (s) shall operate with a minimum 5,000psi.

Item # 1

It is the intent of this specification to describe a Simo Power Unit Honda MTO for Emergency use:

1. The power unit must be manufactured compliant to the NFPA 1936 and EN 13204 standards.

Bidder Complies __________ Bidder Does Not Comply __________

2. The pump must have dimensions no larger than 17.7 x 17.3 x 16.5 inches.

Bidder Complies __________ Bidder Does Not Comply __________

3. The pump must be able to operate with an oil capacity of no more than 0.8 gallons.

Bidder Complies __________ Bidder Does Not Comply __________

4. The pump must be a 2-stage radial piston.

Bidder Complies __________ Bidder Does Not Comply __________

5. The pump model must be able to connect two tools and operate one at a time.

Bidder Complies __________ Bidder Does Not Comply __________

6. The pump’s first stage must have a flow between 14.5 – 1,740.45 psi at 1 gallon per minute.

Bidder Complies __________ Bidder Does Not Comply __________

7. The pump’s second stage must have a flow between 1,740.45 – 5,076.32 psi at 44 ounces per minute.

Bidder Complies __________ Bidder Does Not Comply __________

8. The pump’s nominal pressure must be between 5,000 psi and 10,000 psi.

Bidder Complies __________ Bidder Does Not Comply __________

9. The pump must be able to operate with an engine power supply of no more than a Honda 4-stroke, 5.5 hp.

Bidder Complies __________ Bidder Does Not Comply __________

10. The pump’s running time must be at least 180 minutes.

Bidder Complies __________ Bidder Does Not Comply __________

11. The pump’s revolutions per minute must be at least 3,250.

Bidder Complies __________ Bidder Does Not Comply __________

12. The Pump must have an oil level indicator.

Bidder Complies __________ Bidder Does Not Comply __________

Page 29: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

11

13. The Pump’s weight must be no more than 68 lbs. Bidder Complies __________ Bidder Does Not Comply __________

14. The pump must have a 10 year warranty.

Bidder Complies __________ Bidder Does Not Comply __________

15. The power unit, except for the pump and Honda Engine, must have a lifetime warranty.

Bidder Complies __________ Bidder Does Not Comply _________

Where the word must appears with this specification, it is deemed to be a mandatory requirement and must be

conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and

not evaluated further.

Item # 2

Honda MTO with Side Mount Hose Reels for Emergency use:

It is the intent of this specification to describe a Honda MTO with Side Mount Hose Reels for Emergency use:

1. The power unit must be manufactured compliant to the NFPA 1936 and EN 13204 standards. Bidder Complies __________ Bidder Does Not Comply __________

2. The pump must have dimensions no larger than 17.7 x 13.5 x 16.5 inches.

Bidder Complies __________ Bidder Does Not Comply __________

3. The pump must have hose length of between 6.5 feet and 65.6 feet. Bidder Complies __________ Bidder Does Not Comply __________

4. The pump must be able to operate with an oil capacity of no more than 0.8 gallons.

Bidder Complies __________ Bidder Does Not Comply __________

5. The pump must be a 2-stage radial piston.

Bidder Complies __________ Bidder Does Not Comply __________

6. The pump model must be able to connect two tools and operate one at a time.

Bidder Complies __________ Bidder Does Not Comply _________

7. The pump’s first stage must have a flow between 14.5 – 1,740.45 PSI at 1 gallon per minute.

Bidder Complies __________ Bidder Does Not Comply __________

8. The pump’s second stage must have a flow between 1,740.45 – 5,076.32 PSI at 44 ounces per minute.

Bidder Complies __________ Bidder Does Not Comply __________

Page 30: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

12

9. The pump’s nominal pressure must be between 5,000 – 10,300 psi.

Bidder Complies __________ Bidder Does Not Comply __________

10. The pump must be able to operate with an engine power supply of no more than a Honda 4-stroke, 5.5 HP.

Bidder Complies __________ Bidder Does Not Comply __________

11. The pump’s running time must be at least 180 minutes.

Bidder Complies __________ Bidder Does Not Comply __________

12. The pump’s revolutions per minute must be at least 3,250 . Bidder Complies __________ Bidder Does Not Comply __________

13. The Pump must have an oil level indicator. Bidder Complies __________ Bidder Does Not Comply __________

14. The Pump’s weight must be no more than 123.5 lbs. Bidder Complies __________ Bidder Does Not Comply __________

15. The pump must have a 10 year warranty. Bidder Complies __________ Bidder Does Not Comply __________

16. The power unit, except for the pump and Honda Engine, must have a lifetime warranty.

Bidder Complies __________ Bidder Does Not Comply __________

Where the word must appears with this specification, it is deemed to be a mandatory requirement and must

be conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-

conforming and not evaluated further.

Item # 3

32” SPREADER

1. The spreader must be manufactured compliant to the NFPA 1936 and EN 13204 standards.

Bidder Complies __________ Bidder Does Not Comply __________

2. The spreader must be able to operate with various pressures 5000-9100-10,500 PSI without loosing power. Working pressure

must not exceed 5000 PSI.

Bidder Complies __________ Bidder Does Not Comply __________

3. A round carrying handle must be fitted for ease of use in any position according to health and safety regulations. For minimal

stress in the hand, the carrying handle must have a diameter bigger than 1.18” and less than 1.57”.

Bidder Complies __________ Bidder Does Not Comply __________

4. The tool must be activated by means of a conical shape control handle with the thickest diameter being no more than 1 7/8 “

to allow smaller hands ease of use.

Bidder Complies __________ Bidder Does Not Comply __________

Page 31: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

13

5. The dead-man handle must have the possibility to allow either thumb or twist control with not more than 4 positions for the

thumb and must be able to control proportionally.

Bidder Complies __________ Bidder Does Not Comply __________

6. Quick connect coupling with a flat face, automatic locking and with no need for dust prevention by means of a cap for faster

handling. Connectors must be fitted to the tool by means of tail hoses to not interfere with safe operation of the tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Safety factor on tail hoses must be at least 8:1. Hydraulic fluid should not run through or be located in the control handle for

safety of the user.

Bidder Complies __________ Bidder Does Not Comply __________

8. The spreader must have a capacity of at least 226,000 lbs / 113 US tons and weigh no more than 48.4 lbs. The power to

weight ratio must be more than 2 US tons per lb.

Bidder Complies __________ Bidder Does Not Comply __________

9. Opening must be at least 31 5/8”.

Bidder Complies __________ Bidder Does Not Comply __________

10. Minimum pulling force must be more than than16,000 lbs/ 8 US tons and opening at least 20”.

Bidder Complies __________ Bidder Does Not Comply __________

11. Minimum spreading opening must be 31” or more.

Bidder Complies __________ Bidder Does Not Comply __________

12. Working angle must not be more than 68 degrees.

Bidder Complies __________ Bidder Does Not Comply __________

Where the word must appears with this specification, it is deemed to be mandatory requirement and must be

conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and no

evaluated further.

Bidder Complies __________ Bidder Does Not Comply __________

Item # 4

AUTO EXTRICATION CUTTER

It is the intent of this specification to describe a heavy-duty cutter for emergency use:

1. The cutter must be manufactured compliant to the NFPA 1936 and EN 13204 standards

Bidder Complies __________ Bidder Does Not Comply __________

2. Cutter must be able to operate with various pressures 5000-9100-10,500 PSI without loosing power. Working pressure must not exceed 5000 PSI. At the highest working pressure the fluid should not be compressed more than 2% for impact free cutting

Bidder Complies __________ Bidder Does Not Comply __________

Page 32: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

14

3. Wrap around carrying handle must be fitted for ease of use in any position according to health and safety regulations. For minimal stress in the hand, the carrying handle must have a diameter bigger than 1.18” and less than 1.57”. Bidder Complies __________ Bidder Does Not Comply __________

4. The tool must be activated by means of a conical shape control handle with the thickest diameter being no more than 1 7/8 " to allow smaller hands ease of use. Bidder Complies __________ Bidder Does Not Comply __________

5. Insertion height of the central bolt must not exceed 4 7/8“. Bidder Complies __________ Bidder Does Not Comply __________

6. The dead-man handle must have the possibility to allow either thumb or twist control with not more than 4 positions for the thumb and must be able to control proportionally

Bidder Complies __________ Bidder Does Not Comply __________

7. Quick connect coupling with a flat face, automatic locking and with no need for dust prevention by means of a cap for faster handling. Connectors must be fitted to the tool by means of tail hoses to not interfere with safe operation of the tool.

Bidder Complies __________ Bidder Does Not Comply __________

8. Safety factor on tail hoses must be at least 8:1. Hydraulic fluid should not run through or be located in the control handle for safety of the user.

Bidder Complies __________ Bidder Does Not Comply __________

9. The cutter must have a capacity not less than 275,000 lbs / 137.5 US tons and weigh no more than 40 lbs. The power to weight ratio must be more 3.4 US tons per lb.

Bidder Complies __________ Bidder Does Not Comply __________

Where the word must appears with this specification, it is deemed to be mandatory requirement and must be

conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and

no evaluated further.

Bidder Complies __________ Bidder Does Not Comply __________

Item # 5

AUTO EXTRICATION CUTTER

It is the intent of this specification to describe a heavy-duty cutter for Emergency use:

1. The cutter must be manufactured compliant to the NFPA 1936 and EN 13204 standards. Bidder Complies __________ Bidder Does Not Comply __________

2. Cutter must be able to operate with various pressures 5,076.32 – 9,137.38 -10,442.72 PSI without losing power. Working pressure must not exceed 5,076.32 PSI. At the highest working pressure the fluid should not be compressed more than 2% for impact free cutting.

Bidder Complies __________ Bidder Does Not Comply __________

3. Wrap-around carrying handle must be fitted for ease of use in any position according to health and safety regulations. For minimal stress in the hand, the carrying handle must have a diameter bigger than 11.8 inches and less than 1.57 inches.

Bidder Complies __________ Bidder Does Not Comply __________

Page 33: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

15

4. The tool must be activated by means of a conical shape control handle with the thickest diameter being no more than 1.85 inches to allow smaller hands ease of use.

Bidder Complies __________ Bidder Does Not Comply __________

5. Insertion height of the central bolt must not exceed 4.84 inches. Bidder Complies __________ Bidder Does Not Comply __________

6. The dead-manhandle must have the possibility to allow either thumb or twist control with not more than 4 positions for the thumb and must be able to control proportionally.

Bidder Complies __________ Bidder Does Not Comply __________

7. Quick connect coupling with a flat face, automatic locking and with no need for dust prevention by means of a cap for faster handling. Connectors must be fitted to the tool by means of tail hoses to not interfere with safe operation of the tool.

Bidder Complies __________ Bidder Does Not Comply __________

8. Safety factor on tail hoses must be at least 8:1. Hydraulic fluid should not run through or be located in the control handle for safety of the user.

Bidder Complies __________ Bidder Does Not Comply __________

9. The design of the blade must be shaped like a W to have optimum cutting performance on strong and latest cars in the market

Bidder Complies __________ Bidder Does Not Comply __________

10. The cutter must have a capacity of more than 224,809 pounds of force and weigh no more than 39.68 lbs. The power to weight ratio must be more than 2.83 US tons per pound.

Bidder Complies __________ Bidder Does Not Comply __________

Where the word must appears with this specification, it is deemed to be a mandatory requirement and must be

conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and

not evaluated further.

Item # 6

CONFINED SPACE MINI CUTTER

It is the intent of this specification to describe a mini cutter for Emergency use:

1. The mini cutter must be manufactured compliant to the NFPA 1936 and EN 13204 standards. Bidder Complies __________ Bidder Does Not Comply __________

2. The tool must have a swiveling head from more than 170 degrees. Bidder Complies __________ Bidder Does Not Comply __________

3. The mini cutter must be able to operate with various pressures 5000-9100-10,500 PSI without losing power. Working pressure must not exceed 5000 PSI. At the highest working pressure the fluid should not be compressed more than 2% for impact free cutting.

Bidder Complies __________ Bidder Does Not Comply __________

4. The dead-man handle must have the possibility to allow either thumb control with separate carrying handle and must be able to control proportionally.

Bidder Complies __________ Bidder Does Not Comply __________

Page 34: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

16

5. Quick connect coupling with a flat face, automatic locking and with no need for dust prevention by means of a cap for faster handling. Connectors must be fitted to the tool by means of tail hoses to not interfere with safe operation of the tool.

Bidder Complies __________ Bidder Does Not Comply __________

6. Safety factor on tail hoses must be at least 8:1. Bidder Complies __________ Bidder Does Not Comply __________

7. Minimum opening must be at least 2.25 inches. Bidder Complies __________ Bidder Does Not Comply __________

8. The mini cutter must have a capacity of at least 37,000 lbs / 18.5 US tons and weigh no more than 15 lb. Bidder Complies __________ Bidder Does Not Comply __________

9. The tool must have a lifetime warranty Bidder Complies __________ Bidder Does Not Comply __________

Where the word must appears with this specification, it is deemed to be a mandatory requirement and must be

conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and

not evaluated further.

Item # 7

PNEUMATIC STRUT

1. Shoring device that shall have a minimum length of 24-35in. Load capacity 15 ton or more. Weight not more than 18lbs.

Bidder Complies __________ Bidder Does Not Comply __________

2. Shoring device that shall have a minimum length of 35-55in. Load capacity 15 ton or more. Weight not more than 24lbs.

Bidder Complies __________ Bidder Does Not Comply ________

3. Shoring device that shall have a minimum length of 55-92in. Load capacity 15 ton or more. Weight not more than 34lbs.

The shoring equipment shall be capable of mechanical, pneumatic as well hydraulically extension and retraction. The system should be constructed of anodized aluminum alloy or its equivalent. The shoring equipment should have an automatic locking mechanism during extension and retraction of the

system for continuous safety. No thread or pin-through hole mechanism are allowed. The system must, after installment, allow following and securing of the load without any manual handling for full

control from a safe distance. Each in must be secured for safe operation. Load capacity must be 15 ton or more with a minimum safety factor of 4:1. Fine tune mechanism should be fitted to be able to place tension or release tension of the shoring device.

Bidder Complies __________ Bidder Does Not Comply __________

4. Extensions of 6, 12, 24, 36, and 48in length. Each extension should have a push to release button.

Bidder Complies __________ Bidder Does Not Comply __________

5. Baseplate must be supplied to enable to make a bigger area Baseplate must integrate between airbags and block and strut system for flexibility and safe valuable storage

space. Baseplate must be connectable to airbag system to allow lifting of uneven or pointed loads.

Page 35: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

17

Baseplate must be connectable to swivel if bigger surface area is needed. Baseplate must interlock with blocks Base plate must have handles that can be used for wall support, attaching straps and nailing pins.

Bidder Complies __________ Bidder Does Not Comply __________

6. Swivel must be supplied: The base attachment must be able to have a 90 degrees angle operation and 45 degrees lock mechanism for

wall support operation. In addition it should also allow as a base for horizontal or vertical operation. Bidder Complies __________ Bidder Does Not Comply __________

7. Straps with a minimum WLL of 3330lbs must be supplied. Bidder Complies __________ Bidder Does Not Comply __________

8. The following heads should be supplied: Attachment in oval shape allowing the changing angle that occurs when lifting an object

Bidder Complies __________ Bidder Does Not Comply __________

9. Attachment with V shape and pin in one Bidder Complies __________ Bidder Does Not Comply __________

10. Attachment for a beam of 6in and 8in in one including nailing holes Bidder Complies __________ Bidder Does Not Comply __________

11. Attachment with a 90 degree L shape Each end or base attachment should have an easy put on or pull off mechanism with any button or pins to be

used. All attachments must have a self locking mechanism, Locking mechanism should be made auto locking and no parts that can be damaged externally is allowed.

Like pins or push or pull buttons. Attachment must always be able to be realized if locking mechanism is damaged.

Bidder Complies __________ Bidder Does Not Comply __________

12. Controller must be supplied: Must have controller to raise, lower, unlock and lock Shoring equipment from a safe distance by air. Must be

complete with gauge and safety valve The pneumatic controller must be connectable to the control system of your lifting bags to allow single air

source and one man controlled operation. Bidder Complies __________ Bidder Does Not Comply __________

13. Hose sets of 2 must be supplied. One for inflation and deflation, one for operating locking device. Bidder Complies __________ Bidder Does Not Comply _________

14. Reducer must be supplied for 4400psi together with safety valve and gauges Bidder Complies __________ Bidder Does Not Comply __________

15. Rigid earth nail must be supplied together with hammer Bidder Complies __________ Bidder Does Not Comply __________

16. A simple hand tool must be supplied to help in have leverage for rotating pretension device. Same device must also be able to make hole for attachment with pin

Bidder Complies __________ Bidder Does Not Comply __________

Page 36: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

18

Item # 8

CRIBBING

It is the intent of this specification to describe the Crib 4 Plus for Emergency use:

1. The Crib 4 Plus package must be manufactured compliant to the NFPA 1936 and EN 13204 standards.

Bidder Complies __________ Bidder Does Not Comply __________

2. The Crib 4 Plus package must contain 4 wedge, 4 Rapid Stair, 4 CribBlock 600, 8 CribBlock 80, 4 Saddle Wedge with Rope.

Bidder Complies __________ Bidder Does Not Comply __________

3. The cribbing blocks must be resistant to absorbing any fluid.

Bidder Complies __________ Bidder Does Not Comply __________

4. The wedge blocks must weigh no more than 3.1 pounds.

Bidder Complies __________ Bidder Does Not Comply __________

5. The wedge blocks must have the dimensions of 8” x 8” x 3.2”.

Bidder Complies __________ Bidder Does Not Comply __________

6. The Rapid Stair blocks must weigh no more than 12.8 pounds.

Bidder Complies __________ Bidder Does Not Comply __________

7. The Rapid Stair blocks must have the dimensions of 23.6” x 8” x 10”.

Bidder Complies __________ Bidder Does Not Comply __________

8. The CribBlock 600 must weigh no more than 16.5 pounds.

Bidder Complies __________ Bidder Does Not Comply __________

9. The CribBlock 600 must have the dimensions of 23.6” x8” x 3.1”.

Bidder Complies __________ Bidder Does Not Comply __________

Page 37: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

19

10. The CribBlock 80 must have the dimensions of 8” x 8” x 3.1”.

Bidder Complies __________ Bidder Does Not Comply __________

11. The CribBlock 80 must weigh no more than 5.5 pounds.

Bidder Complies __________ Bidder Does Not Comply __________

12. The Saddle Wedge must have the dimensions of 7.8” x 7.8” x 3.2”.

Bidder Complies __________ Bidder Does Not Comply __________

13. The Saddle Wedge must weigh no more than 3.9 pounds.

Bidder Complies __________ Bidder Does Not Comply __________

Where the word must appears with this specification, it is deemed to be a mandatory requirement and must be

conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and

not evaluated further.

Item # 9

25 Ton Air Bag

CHARACTERISTICS

DESIGN:

1. Must be a round type air bag to allow for maximum lift, must maintain a minimum of 8 inches (50 sq. inches) of area in contact at full lifting height

Bidder Complies __________ Bidder Does Not Comply __________

2. Must be stackable

Bidder Complies __________ Bidder Does Not Comply __________

3. Must lock together with other bags using heavy duty threaded adapter

Bidder Complies __________ Bidder Does Not Comply __________

4. Must have integrated hard points that allow for attachment to other bags, to structures, or to a point load plate

Bidder Complies __________ Bidder Does Not Comply __________

Page 38: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

20

5. Must be designed so that the fibers transfer the internal pressure directly to the integrated hard points (lifting surface)

Bidder Complies __________ Bidder Does Not Comply __________

6. Must maintain a 4:1 safety factor

Bidder Complies __________ Bidder Does Not Comply __________

7. Must have an internal access for washing and drying if contaminated

Bidder Complies __________ Bidder Does Not Comply __________

PERFORMANCE:

1. Must be able to lift 50,000 lbs. (25 tons)

Bidder Complies __________ Bidder Does Not Comply __________

2. Must have a maximum lifting height of 10.8 inches

Bidder Complies __________ Bidder Does Not Comply __________

3. Must be able to lift 4 tons at maximum lifting height

Bidder Complies __________ Bidder Does Not Comply __________

4. Must have a working pressure of 147 psi

Bidder Complies __________ Bidder Does Not Comply __________

5. Must have a maximum air volume of 7 cubic feet

Bidder Complies __________ Bidder Does Not Comply __________

DIMENSIONS:

1. Must have a weight of 15.4 lbs

Bidder Complies __________ Bidder Does Not Comply _________

2. Must have a deflated height of 2 inches

Bidder Complies __________ Bidder Does Not Comply __________

Page 39: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

21

3. Must have an inflated diameter of 15.75 inches

Bidder Complies __________ Bidder Does Not Comply __________

4. Must have a deflated diameter of 21.25 inches

Bidder Complies __________ Bidder Does Not Comply __________

Item # 10

128 Ton Air Bag System

CHARACTERISTICS

DESIGN:

1. Must be a round type air bag to allow for maximum lift, must maintain a minimum of 12 inches (113 sq. inches) of area in contact at full lifting height

Bidder Complies __________ Bidder Does Not Comply __________

2. Must be stackable

Bidder Complies __________ Bidder Does Not Comply __________

3. Must lock together with other bags using heavy duty threaded adapter

Bidder Complies __________ Bidder Does Not Comply __________

4. Must have integrated hard points that allow for attachment to other bags, to structures, or to a point load plate

Bidder Complies __________ Bidder Does Not Comply __________

5. Must be designed so that the fibers transfer the internal pressure directly to the integrated hard points (lifting surface)

Bidder Complies __________ Bidder Does Not Comply __________

6. Must maintain a 4:1 safety factor

Bidder Complies __________ Bidder Does Not Comply __________

7. Must have an internal access for washing and drying if contaminated

Bidder Complies __________ Bidder Does Not Comply __________

Page 40: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

22

PERFORMANCE:

1. Must be able to lift 127,000 lbs. (63.5 tons) per bag

Bidder Complies __________ Bidder Does Not Comply __________

2. Must have a maximum lifting height of 17.5 inches per bag

Bidder Complies __________ Bidder Does Not Comply __________

3. Must be able to lift 5.5 tons at maximum lifting height

Bidder Complies __________ Bidder Does Not Comply __________

4. Must have a working pressure of 147 psi

Bidder Complies __________ Bidder Does Not Comply __________

5. Must have a maximum air volume of 34.5 cubic feet

Bidder Complies __________ Bidder Does Not Comply __________

DIMENSIONS:

1. Must have a weight of 35.5 lbs per bag

Bidder Complies __________ Bidder Does Not Comply __________

2. Must have a deflated height of 2 inches

Bidder Complies __________ Bidder Does Not Comply __________

3. Must have an inflated diameter of 25.9 inches

Bidder Complies __________ Bidder Does Not Comply __________

4. Must have a deflated diameter of 34 inches

Bidder Complies __________ Bidder Does Not Comply _________

Item # 11

SMALL TELESCOPING RAM

It is the intent of this specification to describe a small telescopic ram for emergency use:

Page 41: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

23

1. The ram must be manufactured compliant to the NFPA 1936 and EN 13204 standards

Bidder Complies __________ Bidder Does Not Comply __________

2. The ram must be able to operate with various pressures 5000-9100-10,500 PSI without loosing power. Working pressure must not exceed 5000 PSI.

Bidder Complies __________ Bidder Does Not Comply __________

3. Minimum stroke must be 11” or more. Minimum first stage stroke 6.5” and second stage stroke 4.5”. Minimum opening must be at least 13.5”.A round carrying handle must be fitted for ease of use in any position according to health and safety regulations. For minimal stress in the hand, the carrying handle must have a diameter bigger than 1.18” and less than 1.57”.

Bidder Complies __________ Bidder Does Not Comply __________

4. The tool must be activated by means of a conical shape control handle with the thickest diameter being no more than 1 7/8” to allow smaller hands ease of use.

Bidder Complies __________ Bidder Does Not Comply __________

5. The dead-man handle must have the possibility to allow thumb control with not more than 4 positions for the thumb and must be able to control proportionally.

Bidder Complies __________ Bidder Does Not Comply __________

6. Quick connect coupling with a flat face, automatic locking and with no need for dust prevention by means of a cap for faster handling. Connectors must be fitted to the tool by means of tail hoses to not interfere with safe operation of the tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Safety factor on tail hoses must be at least 8:1. Hydraulic fluid should not run through or be located in the control handle for safety of the user.

Bidder Complies __________ Bidder Does Not Comply __________

8. The ram must have a capacity of at least 22.8 US tons in the first stage and 10.2 tons in the second stage, and weigh no more than 29 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

9. Where the word must appears with this specification, it is deemed to be mandatory requirement and must be conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and no evaluated further.

Bidder Complies __________ Bidder Does Not Comply __________

Page 42: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

24

Item # 12

LARGE TELESCOPING RAM

It is the intent of this specification to describe a large telescopic ram for emergency use:

1. The ram must be manufactured compliant to the NFPA 1936 and EN 13204 standards

Bidder Complies __________ Bidder Does Not Comply __________

2. The ram must be able to operate with various pressures 5000-9100-10,500 PSI without loosing power. Working pressure must not exceed 5000 PSI.

Bidder Complies __________ Bidder Does Not Comply __________

3. Minimum stroke must be 29” or more. First stage stroke minimum 15” and second stage stroke 14”. Minimum opening must be at least 21”.A round carrying handle must be fitted for ease of use in any position according to health and safety regulations. For minimal stress in the hand, the carrying handle must have a diameter bigger than 1.18” and less than 1.57”.

Bidder Complies __________ Bidder Does Not Comply __________

4. The tool must be activated by means of a conical shape control handle with the thickest diameter being no more than 1 7/8” to allow smaller hands ease of use.

Bidder Complies __________ Bidder Does Not Comply __________

5. The dead-man handle must have the possibility to allow thumb control with not more than 4 positions for the thumb and must be able to control proportionally.

Bidder Complies __________ Bidder Does Not Comply __________

6. Quick connect coupling with a flat face, automatic locking and with no need for dust prevention by means of a cap for faster handling. Connectors must be fitted to the tool by means of tail hoses to not interfere with safe operation of the tool.

Bidder Complies __________ Bidder Does Not Comply __________

7. Safety factor on tail hoses must be at least 8:1. Hydraulic fluid should not run through or be located in the control handle for safety of the user.

Bidder Complies __________ Bidder Does Not Comply __________

8. The ram must have a capacity of at least 22.8 US tons in the first stage and 10.2 tons in the second stage, and weigh no more than 40 lbs.

Bidder Complies __________ Bidder Does Not Comply __________

Page 43: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

25

9. Where the word must appears with this specification, it is deemed to be mandatory requirement and must be conformed to. Failure to meet a mandatory requirement will lead to the offer being deemed non-conforming and no evaluated further.

Bidder Complies __________ Bidder Does Not Comply __________

ITEM #13

MISCELLANEOUS RESCUE EQUIPMENT

1. Two Chain Clusters

Bidder Complies __________ Bidder Does Not Comply __________

ITEM #14

MISCELLANEOUS RESCUE EQUIPMENT

2. Two Sister Chains

Bidder Complies __________ Bidder Does Not Comply __________

ITEM #15

MISCELLANEOUS RESCUE EQUIPMENT

3. One 3/8”in Wrapping Chain 10’ ft in length

Bidder Complies __________ Bidder Does Not Comply __________

ITEM #16

MISCELLANEOUS RESCUE EQUIPMENT

4. One 5/16”in Wrapping Chain 10’ ft in length

Bidder Complies __________ Bidder Does Not Comply __________

ITEM #17

MISCELLANEOUS RESCUE EQUIPMENT

5. One ratcheting load binder

Bidder Complies __________ Bidder Does Not Comply __________

Page 44: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

26

ITEM #18

MISCELLANEOUS RESCUE EQUIPMENT

6. Two 20’ ft chains with new style hooks

Bidder Complies __________ Bidder Does Not Comply __________

ITEM #19

MISCELLANEOUS RESCUE EQUIPMENT

7. Two shortening clusters

Bidder Complies __________ Bidder Does Not Comply __________

Page 45: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

27

ATTACHMENT 1

STATEMENT OF NON-COLLUSION

The undersigned affirms that they are dully authorized to execute this contract, that this company,

corporation, firm, partnership or individual has not prepared this proposal in collusion with any other

respondent, and that the contents of this proposal as to prices, terms or conditions of said proposal have

not been communicated by the undersigned nor by any employee or agent to any other person engaged

in this type of business prior to the official opening of this proposal.

Company _______________________________________________________________

Address _______________________________________________________________

_______________________________________________________________

_______________________________________________________________

Phone _______________________________________________________________

Fax _______________________________________________________________

Respondent (Signature)

_______________________________________________________________

Respondent (Print Name and Title)

_______________________________________________________________

Authorized Company Official (Print Name)

________________________________________________________________

Page 46: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

28

ATTACHMENT 2

DRUG-FREE WORKPLACE Sumner County Government is committed to maintaining a safe and productive work environment for its employees and to providing high quality service to its citizens. The goal of this policy is for Sumner County employees and contractors to remain, or become and remain, drug-free. Abuse and dependency on alcohol and/or drugs can seriously affect the health of employees, contractors and citizens, jeopardize personal safety, impact the safety of others and impair job performance. Drug-Free Workplace Act of 1988 – Sumner County Government is governed by the Drug-Free Workplace Act of 1988 (Pub. L. 100-690, Title V, Subtitle D). Omnibus Transportation Employee Testing Act of 1991 – Sumner County Government is governed by the Omnibus Transportation Employee Testing Act of 1991 (Pub. L. 102-143, Title V). Right to an Alcohol and Drug-Free Workplace - Employees have the right to work in an alcohol and drug-free environment and to work with persons free from the effects of alcohol and/or drugs. Required Alcohol and Drug Tests - Alcohol and drug testing for safety sensitive employees shall be in accordance with the provisions contained in the Sumner County Alcohol and Drug Policy adopted by departments which have safety sensitive positions. Contracts – Any contractors providing goods or services to Sumner County must comply with all State

and Federal drug free workplace laws, rules and regulations and so certify this compliance by

completion of the DRUG-FREE WORKPLACE AFFIDAVIT (attached page 2).

Page 47: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

29

DRUG-FREE WORKPLACE AFFIDAVIT (page 2)

STATE OF __________________

COUNTY OF __________________

The undersigned, principal officer of ______________________________, an employer of five (5) or more

employees contracting with Sumner County, TN to provide goods or services, hereby states under oath as follows:

1. The undersigned is a principal officer of _______________________________________ (hereinafter referred to

as the “Company”) and is duly authorized to execute this Affidavit on behalf of the Company.

2. The Company submits this Affidavit because it shall be receiving pay pursuant to a contract with the state or any

local government to provide goods or services.

3. The Company is in compliance with all State and Federal Laws, Rules and Regulations requiring a drug-free

workplace program.

Further affiant saith not.

Principal Officer:_________________________________________

STATE OF ___________________ COUNTY OF ___________________ Before me personally appeared ___________________________, with whom I am personally acquainted (or proved to me on the basis of satisfactory evidence) and who acknowledged that such person executed the foregoing affidavit for the purposes therein contained. Witness my hand and seal at office this ____________ day of ____________________, 20____. ________________________________________________ Notary Public My commission expires: _______________________

Page 48: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

30

ATTACHMENT 3

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS

The prospective participant certifies, to the best of its knowledge and belief, that it and its principals:

1. Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in transactions under federal non-procurement programs by any federal department or agency;

2. Have not, within the three year period preceding the proposal, had one or more public transactions (federal, state, or local) terminated for cause or default; and

3. Are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) and have not, within the three year period preceding the bid, been convicted or had a civil judgment rendered against it

A. For the commission of fraud or a criminal offense in connection with obtaining, attempting to

obtain, or performing a public transaction (federal, state, or local) or a procurement contract under

such a public transaction;

B. For the violation of federal or state antitrust statutes, including those proscribing price fixing

between competitors, the allocation of customers between competitors, or bid rigging; or

C. For the commission of embezzlement, theft, forgery, bribery, falsification or destruction of

records, making false statements, or receiving stolen property.

I understand that a false statement on this certification may be grounds for the rejection of this proposal or the termination of the award. In addition, under 18 U.S.C. § 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to five years, or both. Name of Participant Agency Name and Title of Authorized Representative Signature of Authorized Representative Date

_____ I am unable to certify to the above statement. Attached is my explanation.

Page 49: PROPOSAL REQUEST€¦ · proposals shall be rejected as a non-conforming bid if any applicable item is missing. ... professional liability insurance and for workers' compensation

31

ATTACHMENT 4

CERTIFICATION BY CONTRACTOR

I, the undersigned, certify that on behalf of Contractor, I am authorized to attest and obligate the above certification and to legally bind Contractor to these terms, conditions and obligations. __________________________________________ Title __________________________________________Name __________________________________________ Date __________________________________________Witness