rfp-fd-09-04 re-bid replacement mid-mount tower ladder...

22
RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder Required Submittal Packet 1. The following twenty-one (21) pages (filled out completely). Please submit as tab 1 – Required Submittals. 2. All addenda (signed and dated). Please submit as part of tab 1 – Required Submittals. 3. RFP submittal that demonstrates your firm’s ability to meet the criteria outlined on pages 21 and 22 of the front end documents (Section 3 – Instructions for the Preparation of Proposals). Please clearly tab each section. Please be sure to include the RFP name and number, as well as your company’s name and address, on the outside envelope. Please also be sure to include one (1) electronic copy (CD). Failure to provide all of the required submittals may result in the RFP to be considered non-responsive. Confidential Materials: Any materials that qualify as “trade secrets” shall be segregated and clearly labeled in order not to be considered Public Record.

Upload: others

Post on 07-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder

Required Submittal Packet

1. The following twenty-one (21) pages (filled out completely). Please submit as tab 1 – Required

Submittals. 2. All addenda (signed and dated). Please submit as part of tab 1 – Required Submittals. 3. RFP submittal that demonstrates your firm’s ability to meet the criteria outlined on pages 21 and

22 of the front end documents (Section 3 – Instructions for the Preparation of Proposals). Please clearly tab each section.

Please be sure to include the RFP name and number, as well as your company’s name and address, on the outside envelope. Please also be sure to include one (1) electronic copy (CD). Failure to provide all of the required submittals may result in the RFP to be considered non-responsive.

Confidential Materials: Any materials that qualify as “trade secrets” shall be segregated and clearly labeled in order not to be considered Public Record.

Page 2: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 5 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Specifications for a Mid – Mount Replacement Tower Ladder:

DOCUMENTATION, DELIVERY AND TRAINING COMPLY “YES”

COMPLY “NO”

Approval Drawings Provided Prior to Construction Commencement

Two (2) Sets of Operator and Service Manuals

Delivery to be F.O. B. To the Department and Address Listed on P.O.

Pump Test Certification by Independent Third Party

Three (3) Days of Training by employee of Manufacturer.

Vehicle Weight, as measured by Certified Scales

CHASIS COMPLY “YES”

COMPLY “NO”

The chassis will be manufactured in the factory of the bidder. The chassis will be designed for the intended use of the apparatus specified. There will be no divided responsibility in the production of the chassis. The chassis will be painted job color.

A Vogel Automatic Lubrication System will be installed to provide automatic grease application to spring pins, king pins, steering linkage, tie rod ends, brake cams, steering assist, drag link, automatic slack adjusters, steering box, and tilt cab assembly.

Wheelbase shall not exceed 270 inches. (Due to the street geography within the City of Palm Coast a smaller wheelbase may be preferred).

Painted “Red” steel bumper with a 24” extension. Lime green Diamond Grade chevrons to be installed on bumper over the red.

Front bumper to have a 2 ½” swivel discharge reduced to 1 ½” with a tray capable of holding no less 100’ of 1 3/4” hose

Front bumper to incorporate a booster reel with no less than 100’ of 1” booster hose. (If manufacturer does not offer this option due to engineering limitations a booster reel with the same specifications will be considered if mounted in a compartment which meets approval by fire department) (Front bumper is preferred).

Minimum of 22,000 lb. front axle 10 stud hub piloted with oil seals.

Minimum of 48,000 lb. rear axle tandem drive with 10 stud hub piloted with oil seals. (Air ride system preferred due to superior handling with this size of apparatus.)

Brakes to be “S” cam style.

Brakes to have an air dryer installed.

Page 3: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 6 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

CHASIS COMPLY

“YES” COMPLY

“NO” Brake Lines shall be compression style fittings. Push in style brake fittings will not be acceptable.

Brakes will have an anti lock brake system.

Electronic stability control will be integrated into the anti lock brake system.

Front tires to be Michelin load range L, XTE-2.

Rear tires to be Michelin load range H, XZE highway tread.

Aluminum wheels must be provided for the front and for the inside and outside of the rear wheels. The wheels must match the tire and axle rating for the apparatus.

Top speed shall be a minimum of 65 miles per hour.

Mud flaps to be provided for both front and rear wheels.

Front tow eyes with a minimum of 3” holes to be attached directly to frame.

Rear tow eyes to be attached to the frame.

Engine to be a Cummins ISM M-11 or Detroit Diesel Series 60.

Engine horsepower to be no less than 500.

Engine to have an exhaust brake. (Jacobs preferred)

Coolant hoses to be silicone.

Engine air compressor to be no less than 16 CFM.

Alternator to be a minimum of 320 amps.

Two (2) Grover air horns mounted in front bumper operated by a lanyard.

Batteries to be Interstate Group 31 MHD with 950 CCA.

Remote jumper terminals must be provided for the batteries.

A Kussmaul Auto Charge/Compressor must be provided to maintain batteries and keep air system pressurized.

Transmission to be Allison Automatic EVS 4000 6 speed.

Transmission shifter shall be push pad style mounted conveniently for the driver.

Page 4: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 7 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

CAB COMPLY

“YES” COMPLY

“NO” Fuel tank to be a minimum of 65 Gallons.

Class III hitch receiver to be mounted each side of apparatus and attached to frame.

Cab constructed of stainless steel or aluminum full tilt style with seating for 6 medium style 4 door (small extension as compared to the standard style cab).

Cab to have a 10” raised roof.

Cab to have barrier style doors.

Rear facing opera windows.

Driver seat to be adjustable air or electric.

Power windows.

Three (3) SCBA seats; one (1) officer, two (2) rear facing

Seats with SCBA to have release centered between legs, Bostrom Secure All

Two (2) flip down forward facing seats, no SCBA.

EMS cabinet to be provided along back wall of cab between forward facing seats.

Roof of cab to have aluminum tread plate.

Steering wheel to be tilt and telescoping style.

Additional speedometer to be provided for officer.

Three (3)12v cigarette style plugs to be provided in cab.

Computer shelf to be provided on officer side of cab with 12v wiring.

Two (2) antenna ports to be provided on roof of cab.

Two (2) auxiliary cab defroster fans to be provided in cab.

Cab interior to be gray, severe duty style with limited use of plush vinyl to prevent tears.

Perimeter lighting will be provided under the cab.

Two (2) 500w FRC Optimum style brow lights to be installed over the windshield

Page 5: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 8 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

CAB COMPLY

“YES” COMPLY

“NO” Two (2) 12v flood lights to be installed on each side of cab as close to center as possible between front and rear doors Whelen 900 series.

Interior lighting to be LED red/clear dome lights for both front and rear cab areas.

Mirrors to be electric remote vertical style with a surface area of approx. 7” x 16” with a lower convex area of approx. 6” x 8”.

A hand held spot light to be provided installed at officer’s side of cab.

Windshield wipers to be intermittent type with washer feature positive parking.

Cab to be completely heated and air conditioned. Air conditioning to have gravity drains (electric pumps not acceptable).

BODY COMPLY “YES”

COMPLY “NO”

Body to be constructed of stainless steel or aluminum (stainless steel preferred due to corrosion concerns). Body to have sweep out style compartments.

Four (4) roll out trays to be placed in compartments of department choice, no less than 500lbs.

All compartment doors to be vertically hinged when structurally possible.

All compartments to have locks and keyed the same.

Compartment doors to be painted job color.

LED lighting will be provided in each compartment for illumination.

Perimeter lighting will be provided underneath the body.

Minimum of six (6) SCBA bottle storage compartments to be incorporated into the body (8 would be preferable).

A weather proof storage bin/compartment must be provided at the rear of the body or in the ground ladder storage area for storage of long handle tools (some type of sliding bin would be preferred).

Body to have a hose bed to contain a minimum of 1000’ of 5” hose.

A cover shall be provided for hose bed.

A weather proof ladder compartment to contain a minimum of NFPA ladder compliment.

Page 6: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 9 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

BODY COMPLY

“YES” COMPLY

“NO” Eight (8) adjustable shelves will be provided with shelf track in each compartment.

A 3 camera system will be provided and mounted on both right and left side of cab and rear of body. Camera system to have a color split screen monitor mounted in cab.

Rear of apparatus body and front side of platform to have same chevrons as front bumper

ELECTRICAL

COMPLY “YES”

COMPLY “NO”

Multiplex wiring is not preferred unless manufacturer is unable to supply different.

110v wiring to be provided in the rear cab for installation of chargers, location to be determined at pre construction.

Harrison 10.0K hydraulic generator to be provided and installed for electrical requirements for the apparatus.

One (1) 120V outlet L5-20R to be provided and installed on the rear of body per customer specification.

A remote switch will be provided on pump panel to activate quartz lights.

Two (2) FRC Optimum OPA 100 quartz Lamp 750w will be mounted on telescoping pole, mounted on turntable with a switch in cab and pump panel (1 on each side of turntable).

Two (2) FRC Optimum OPA 100 quartz lamp 750w will be mounted in the platform on telescoping poles with switch on light head and pedestal.

A minimum of one (1) 750w halogen lamp will be mounted on the underside of the aerial platform switched at the pedestal and platform (Landing Light).

Two (2) fixed mount 750w FRC Focus lights will be mounted , one on each side of body on top of compartments and centered as close as possible. These lights to be switched in both cab and pump panel.

Two (2) Collins FX-12 Boom tracking lights will be provided on each side of boom. On/off switch to be on pedestal.

Two (2) 12v LED flood lights mounted rear body, switched at light and in cab.

Page 7: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 10 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

ELECTRICAL

COMPLY

“YES” COMPLY

“NO” A Hannay cord reel with electric rewind capable of carrying 200’ of 12/3 wire. Reel to have guide rollers. Cord reel must be mounted on the apparatus body in a location that provides the most practical use by customer. This may include but not be limited to a compartment or void space in and around the apparatus body. Customer will consider all options.

One (1) Circle D PF 51 Junction box to be provided along with 20A pigtail.

Palm Coast Fire Department utilizes L5 20 connections.

A breaker box of 16 spaces will be provided to handle to anticipated electrical loads (Square D).

One (1) compartment to have a L5-20R receptacle for a portable cord reel.

PUMP COMPLY “YES”

COMPLY “NO”

Pump to be a Hale QMAX 2000 GPM pump.

Pump to have a FRC Pump Boss water governor.

Valves to be Akron severe duty stainless steel ball type.

All pump plumbing to be stainless steel except where flex hose with stainless steel couplings MUST be used.

Pump inlets to be short style to accommodate TFT intake valve and suction Siamese.

Left side to have a 2½” gated intake valve.

Left side to have two (2) 2½” discharges.

Right side to have one (1) 2 ½” discharge and one (1) minimum 3” large diameter discharge w/ 5” Storz and cap.

Front bumper to have 2 ½” discharge (If 2½” discharge cannot be engineered then a 1½” discharge can be substituted).

Crosslays: Two (2) 1 ½” crosslays, minimum 200’, 1 ¾”, one (1) 2 ½” minimum 200’, 2 ½” (3 total).

Covers shall be provided for crosslays.

Minimum 300 gallon lifetime warranty poly booster tank.

Booster tank gauge to be FRC tank vision.

Page 8: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 11 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

PUMP COMPLY

“YES” COMPLY

“NO” All needle type pump gauges to be dry type (oil filled not acceptable).

Tank fill to be no less than 1 ½”.

Pump panel to be color coded.

One (1) garden hose connection with shutoff plumbed to fill booster tank mounted on pump panel.

Truck lighting/Warning devices.

All ICC/DOT marker lights to be LED.

Stop, tail and backup lights to be all LED Whelen .

Each bidder to provide a Whelen LED warning light plan to provide for upper and lower warning light devices. These plans shall include devices such as Freedom LED lightbars, super 600 LED flashers, and L-31 LED Beacons. Fire Department will give final approval for all warning light plans.

LED traffic advisor to be mounted on rear body of apparatus.

Electronic siren to be Whelen brand.

Electronic siren speaker to be incorporated into the front bumper.

Mechanical siren to be a Federal Q2B.

A mechanical siren cutoff button shall be provided in cab to cutoff main power feed to siren in case solenoid or activation switch fails.

Mechanical siren to be controlled by both driver at steering wheel and by officer foot switch.

Two (2) mechanical siren brakes shall be provided.

LADDERS

COMPLY “YES”

COMPLY “NO”

All ground ladders to be Duo Safety or Alco Lite.

One (1) 10’ Folding

One (1) 14’ Combination

Two (2) 16’ Roof

One (1) 24’ 2-section

One (1) 35’ 2-section

Page 9: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 12 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

PIKE POLES

COMPLY

“YES” COMPLY

“NO” Pike poles to be fiberglass type

Two (2) 12’

Two (2) 8’

Two (2) 6’

One (1) 3’ w/D handle to be mounted in platform

PAINT

COMPLY “YES”

COMPLY “NO”

Two tone white over red paint scheme for the cab with a paint break at the bottom of the windshield.

The body will be painted red.

The body doors will be painted red. (Those manufacturers whose rear bodies are not painted and use treadplate the rear compartment may remain silver to match).

Chevrons to be installed on the outboard sides of the platform in the same design and colors as the front bumper.

Chevrons to be installed on the rear body same design and colors as front bumper and rear platform.

A boom sign with a minimum height of 12 inches and a length long enough to incorporate the City of Palm Coast Fire Department logo and “Tower 24” to be installed on both sides of the boom.

Boom sign to be painted job color red and lettering to be “Tower” in white reflective and “24” in gold reflective in order to match pre existing Palm Coast ladder truck.

Boom color may vary depending on manufacturer based on tower ladder construction metals.

If boom is constructed of steel, boom to be painted white. If boom is constructed of aluminum, boom to remain unpainted.

Striping of cab and body to incorporate a 2”gold, 1” break, 2”white, 1”break, 2”gold pattern. This will match existing Palm Coast apparatus.

PLATFORM

COMPLY “YES”

COMPLY “NO”

The mid mount platform to have a minimum reach of 95 feet.

Page 10: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 13 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

PLATFORM

COMPLY

“YES” COMPLY

“NO” The platform to be constructed of steel or aluminum. (aluminum preferred due to overall weight of the truck in terms of bridge weight limitations within the City of Palm Coast as well as corrosion concerns when comparing steel to aluminum).

The platform to have a minimum rating of 1000lbs. dry at any elevation or extension up to 50 MPH winds.

The platform to have a minimum rating of 500lbs. wet, flowing water or having water in the waterway flowing up to 2000 gpm with 2 guns. The platform to have 2 Akron deluge guns mounted in platform; 1 to be manually operated and 1 to be remotely operated.

A minimum of (1) one 2 ½” discharge to be provided for and gated in platform, (2) two would be preferred.

Platform to have a sprinkler system “water curtain” below the platform for heat protection.

Platform to have lifting eyes for technical rescue purposes.

Platform to incorporate a system for securing a Stokes basket for rescue purposes.

A box to store a backboard and Stokes basket to be mounted on the boom.

One (1) 120v circuit to be supplied to the platform and have a L5-20R female receptacle and cover mounted in boom.

Boom to have a 2 way intercom.

A breathing air system will be supplied to the platform from one (1) 6000psi bottle with a low pressure regulator.

6000psi bottle must be refillable without disconnecting the air line plumbing.

Low pressure air hose will be connected to two (2) quick disconnects in the platform

Scott brand masks will be utilized in this system and must be adaptable to existing Palm Coast equipment.

Two (2) breathing mask compartments must be provided in the platform.

Storage box(s) for storing 100’ of rolled 1 ¾” hose to be provided in or around the platform area within easy reach of platform.

Page 11: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 25 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Section 5 -

Price Proposal

Pursuant to and in compliance with the Request for Proposals, Instructions to Proposers, and the other documents relating thereto, the undersigned Proposer, having familiarized himself with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the Work is to be done, hereby proposes and agrees to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the required services, all in strict conformity Contract Documents, including Addenda Nos. _____________ through_____________, on file at the Purchasing and Contract Management Division for the amount hereinafter set forth. The undersigned, as Proposer, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the proposal is accepted, that he/she will execute an Agreement with the CITY in the form set forth in the Contract Documents; that he/she will furnish Insurance Certificates, that he is aware that failure to properly comply with the requirements set out in the "Instructions to Proposers" and elsewhere in the Contract Documents may result in a finding that the Proposer is non-responsive.

PROPOSAL FORM

RFP-FD-09-01, REPLACEMENT MID MOUNT TOWER LADDER

ITEM # ITEM DESCRIPTION QTY UNIT OF MEASURE

UNIT PRICE TOTAL COST (QTY x Price)

1 Replacement Mid-Mount Tower Ladder 1 EA $

2 Inspection Trips (4 personnel each trip) 2 EA TRIP $

3 On-Site Training (3-Days) 1 EA $

4 Delivery 1 EA $

TOTAL PROPOSAL COST: $ Make ___________________________________ Model _________________________________________ S/N ______________________________________________________________________ Is cab and chassis ________in stock or ________will have to order; if so, how long before it’s in stock _____________days? Delivery ARO (After Receipt of Order) _________________________________ Authorized Signature Address

Printed Name & Title City, State, Zip Code

Company Telephone Number

Date Fax Number

Email Address Cell Phone Number

Page 12: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 26 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

IN WITNESS WHEREOF, PROPOSER has hereunto executed this FORM this _________ day of ______________, 20_____. ACCOMPANYING THIS PROPOSAL IS____________________________________________

(insert the word(s) "cashier's check," Proposer's bond," certified check," or other security as provided by law,

as the case may be) in an amount equal to at least _______________________ ($________________)

payable to the

CITY COUNCIL, CITY OF PALM COAST, FLORIDA

The undersigned deposits above-named security as a proposal guarantee and agrees that it shall be

forfeited to the CITY in case this proposal is accepted by the CITY and the undersigned fails to execute an

Agreement with the CITY as specified in the Contract Documents accompanied by the required Performance

Bonds with Sureties satisfactory to the CITY, and accompanied by the required certificates of insurance

coverage and endorsements. Should the CITY be required to engage the services of an attorney in connection

with the enforcement of this Proposal, Proposer promises to pay CITY's reasonable attorney's fees and costs

(including attorney's fees and costs on appeals) incurred with or without suit.

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 13: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 27 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment A Proposer’s Certification

I have carefully examined the Request for Proposal, Instructions to Proposers, General and/or Special

Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of this Request for Proposal.

I hereby propose to furnish the goods or services specified in the Request for Proposal at the prices, rates or discounts quoted in my proposal. I agree that my proposal will remain firm for a period of up to one hundred twenty (120) days in order to allow the City adequate time to evaluate the proposals.

I agree to abide by all conditions of this proposal and understand that a background investigation may be conducted by the City of Palm Coast Sheriff’s Department prior to award.

I certify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this proposal on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing and able to perform if awarded the contract.

I further certify, under oath, that this proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a proposal for the same product or service; no officer, employee or agent of the City of Palm Coast Government or of any other Proposer interested in said proposal; and that the undersigned executed this Proposer's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Name of Business

Sworn to and subscribed before me By: This day of Signature

20 Name & Title, Typed or Printed __________ Signature of Notary

Notary Public, State of Mailing Address

Personally Known -OR- City, State, Zip Code Produced Identification ( ) Type: Telephone Number

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 14: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 28 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment B

Conflict of Interest Statement

STATE OF FLORIDA ) ) ss CITY OF ____________________ )

Before me, the undersigned authority, personally appeared __________________________________________, who was duly sworn, deposes, and states:

1. I am the ___________________________ of __________________________________ with a local office in ______________________ and principal office in ________________________________.

2. The above named entity is submitting an Expression of Interest for the City of Palm Coast project described as RFP-FD-09-01 Replacement Mid Mount Tower Ladder

3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge.

4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project.

5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project.

6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency.

7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project.

8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of City of Palm Coast.

9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Palm Coast.

10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify City of Palm Coast in writing.

DATED this ___________________ day of ________________________________, 20______. _________________________________________________ Typed Name of Affiant _________________________________________________ Title Sworn to and subscribed before me this ___________ day of ______________________, 20______. Personally known_____________________________ __________________________________________ OR Produced identification______________________ Notary Public - State of ______________________ ___________________________________________ My commission expires_______________________ (Type of identification) __________________________________________ (Printed typed or stamped commissioned name of notary public)

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 15: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 29 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment C Compliance with the Public Records Law

Upon award recommendation or ten (10) days after receiving, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the solicitation, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm’s credit data to City of Palm Coast. If the company submits information exempt from public disclosure, the company must identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the company agrees to defend the City in the event we are forced to litigate the public records status of the company’s documents. Company Name: _______________________________________________________ Authorized representative (printed): ________________________________________ Authorized representative (signature): ______________________________________ Date: ______________________________ Project Number: RFP-FD-09-01 Replacement Mid Mount Tower Ladder

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 16: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 30 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment D

Drug-Free Work Place Form

The undersigned vendor in accordance with Florida statute 287.087 hereby certifies that _______________________ does:

(Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,

possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of

maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are

proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working

on the commodities or contractual services that are under proposal, the employee will propose by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or

rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation

of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above

requirements.

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 17: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 31 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment E AAmmeerriiccaannss wwiitthh DDiissaabbiilliittiieess AAcctt AAffffiiddaavviitt

TThhee uunnddeerrssiiggnneedd CCOONNTTRRAACCTTOORR sswweeaarrss tthhaatt tthhee iinnffoorrmmaattiioonn hheerreeiinn ccoonnttaaiinneedd iiss ttrruuee aanndd ccoorrrreecctt aanndd tthhaatt nnoonnee ooff tthhee iinnffoorrmmaattiioonn ssuupppplliieedd wwaass ffoorr tthhee ppuurrppoossee ooff ddeeffrraauuddiinngg CCIITTYY.. TThhee CCOONNTTRRAACCTTOORR wwiillll nnoott ddiissccrriimmiinnaattee aaggaaiinnsstt aannyy eemmppllooyyeeee oorr aapppplliiccaanntt ffoorr eemmppllooyymmeenntt bbeeccaauussee ooff pphhyyssiiccaall oorr mmeennttaall hhaannddiiccaapp iinn rreeggaarrdd ttoo aannyy ppoossiittiioonn ffoorr wwhhiicchh tthhee eemmppllooyyeeee oorr aapppplliiccaanntt ffoorr eemmppllooyymmeenntt iiss qquuaalliiffiieedd.. TThhee CCOONNTTRRAACCTTOORR aaggrreeeess ttoo ccoommppllyy wwiitthh tthhee rruulleess,, rreegguullaattiioonnss aanndd rreelleevvaanntt oorrddeerrss iissssuueedd ppuurrssuuaanntt ttoo tthhee AAmmeerriiccaannss wwiitthh DDiissaabbiilliittiieess AAcctt ((AADDAA)),, 4422 UUSSCC ss.. 1122110011 eett sseeqq.. IItt iiss uunnddeerrssttoooodd tthhaatt iinn nnoo eevveenntt sshhaallll tthhee CCIITTYY bbee hheelldd lliiaabbllee ffoorr tthhee aaccttiioonnss oorr oommiissssiioonnss ooff tthhee CCOONNTTRRAACCTTOORR oorr aannyy ootthheerr ppaarrttyy oorr ppaarrttiieess ttoo tthhee AAggrreeeemmeenntt ffoorr ffaaiilluurree ttoo ccoommppllyy wwiitthh tthhee AADDAA.. TThhee CCOONNTTRRAACCTTOORR aaggrreeeess ttoo hhoolldd hhaarrmmlleessss aanndd iinnddeemmnniiffyy tthhee CCIITTYY,, iittss aaggeennttss,, ooffffiicceerrss oorr eemmppllooyyeeeess ffrroomm aannyy aanndd aallll ccllaaiimmss,, ddeemmaannddss,, ddeebbttss,, lliiaabbiilliittiieess oorr ccaauusseess ooff aaccttiioonn ooff eevveerryy kkiinndd oorr cchhaarraacctteerr,, wwhheetthheerr iinn llaaww oorr eeqquuiittyy,, rreessuullttiinngg ffrroomm tthhee CCOONNTTRRAACCTTOORR''ss aaccttss oorr oommiissssiioonnss iinn ccoonnnneeccttiioonn wwiitthh tthhee AADDAA.. CCOONNTTRRAACCTTOORR:: ____________________________________________________________________________________ SSiiggnnaattuurree:: ____________________________________________________________________________________ PPrriinntteedd NNaammee:: ____________________________________________________________________________________ TTiittllee:: ____________________________________________________________________________________ DDaattee:: ____________________________________________________________________________________ AAffffiixx CCoorrppoorraattee SSeeaall SSTTAATTEE OOFF )) )) ssss CCOOUUNNTTYY OOFF )) TThhee ffoorreeggooiinngg iinnssttrruummeenntt wwaass aacckknnoowwlleeddggeedd bbeeffoorree mmee tthhiiss __________________________ ddaayy ooff__________________________________,, 2200________,, bbyy______________________________________________________________________ ooff ____________________________________________________________________________________________________ ffiirrmm)),, oonn bbeehhaallff ooff tthhee ffiirrmm.. HHee//SShhee iiss ppeerrssoonnaallllyy kknnoowwnn ttoo mmee oorr hhaass pprroodduucceedd ______________________________________________________________________________ iiddeennttiiffiiccaattiioonn.. __________________________________________________________________________________________ PPrriinntt NNaammee ______________________________________________________________________ NNoottaarryy PPuubblliicc iinn aanndd ffoorr tthhee CCoouunnttyy aanndd SSttaattee AAffoorreemmeennttiioonneedd

MMyy ccoommmmiissssiioonn eexxppiirreess::__________________________________________________

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 18: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 32 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment F

Request for Taxpayer Identification Number and Certification City of Palm Coast Vendor Registration Form

Reason for submitting Vendor Registration Form (select one): New Vendor for the City Add to the

City’s bidder list to receive solicitation notices Address Change Company Name Change FEIN# Change

Brief description of goods or services you are providing:

Department Contact

Company Address Address City State: Zip Code: Contact Phone # ( ) Fax #: E-mail Internet:

FEID/SSN: Check Appropriate Box: Individual Sole/

Proprietor Corporation Partnership Other

Primary Commodity Code Secondary Commodity Codes

INSTRUCTIONS

Print or type Company name and mailing address to which bids may be sent. List contact person and telephone number(s) and who can give information including price quotes. List mail address for queries and internet, URL, if available. List the Company’s (FEIN) Federal Identification Number (the number the Company reports its taxes under) or the owner’s Social Security Number if the Company is a sole Proprietorship or Partnership. This is required for Internal Revenue Service reports.

COMMODITY CODE Refer to Commodity Code list to determine which commodity code most closely identifies the product or service your company provide and list in Primary Commodity Code block. If there are other products or services that your company provides, list up to five (5) additional codes. The Commodity Code list contains the majority of all commodities or services that the City solicits bids or proposals for on a regular basis. If the product or service you provide is not listed here, the City probably does not solicit bids for it on a regular basis. However, if your commodity or service is not listed, submit a separate list clearly identifying your commodity or services, and the City may include it in the future.

Do not list commodities or services that you cannot provide a responsive bid for if solicited. Failure to respond to Invitations (submission of a bid or proposal or a NO-BID statement) indicates a lack of interest and after three times may lead to removal from the bidders list. It is important that you promptly notify us if there is a change of address. Many commodities and services are only solicited occasionally or at lengthy intervals, three (3) to eight (8) years. Since bids are only solicited when there is a requirement, inclusion in the City of Palm Coast bidders list does not guarantee that the bidder will receive a bid for their products or services. Please also visit our website at www.ci.palm-coast.fl.us and/or call fax a request to 386-986-3724.

Mail this page to 160 Cypress Point Parkway, #B-106, Palm Coast, Florida 32164, or fax to 386-986-3724, or E-mail [email protected]. SUBMIT FORM ONLY ONCE. If you wish to submit additional information, mail under separate cover. Do not fax literature!

STATE OF FLORIDA BUSINESS REGISTRATION All vendors doing business with the City should be registered with the State of Florida. If the company is an out of state company, it should have a foreign registration with the State of Florida to do business in Florida. Companies can register online at www.sunbiz.org. for a nominal fee.

Page 19: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 33 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

IRS CERTIFICATION Under Penalties of perjury, I certify that:

1. The number shown of this form is my correct taxpayer identification number(or I am waiting for one to be issued to me, and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding (b) I have not been notified by the

Internal Revenue Service (IRS) that I am subject to backup withholding as a result of failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and

3. I am a U.S. person (including a U.S. resident alien). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to

backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide you correct TIN.

Sign

Here

Signature of

U.S. Person ►

Date►

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 20: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 34 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment G Warranty Information Form

(All Blanks must be filled in and Submitted with your RFP)

The City of Palm Coast RFP-FD-09-01 REPLACEMENT MID MOUNT TOWER LADDER Make and Model of Proposed Equipment: _____________________________________ ______________________________________________________________________ ______________________________________________________________________ Is there a warranty on the proposed equipment? Yes No Does the warranty apply to all components or only part? (Please Specify) ____________ ______________________________________________________________________ ______________________________________________________________________

Warranty period for parts: _________________________ Warranty period for service: _______________________ Nearest source to City of Palm Bay for parts and service: ________________________ ______________________________________________________________________ Who will provide service and where in the event of failure within warranty period? Company Name: ____________________________________Phone: ______________ Address: ______________________________________________________________ ______________________________________________________________________ Contact Person: _________________________________________________________ Will any voluntary service follow installation or delivery? Yes No If so, by whom? __________________________________When?_________________ Who is the highest authority (manufacturer, distributor, dealer, etc…) fully behind this warranty? ______________________________________________________________________ A copy of the complete warranty statement is submitted herewith: Yes No

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 21: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 35 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment H

Identical Tie Proposals In accordance with Section 287.087, Florida State Statutes, preference shall be given to businesses with drug-free workplace programs. Whenever two or more proposals that are equal with respect to price, quality, and service, are received by the State or any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certifies that has completed a drug-free workplace program shall be given preference in the award process. Established procedure for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibitions.

2) Inform employees about the dangers of drug abuse in the workplace the business policy of maintaining a

drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that be imposed upon employees for drug abuse violations.

3) Give each employee engaged in providing the commodities or contractual services that are under

Proposal a copy of the statement 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the

commodities or contractual services that are under Proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Florida Statutes or of any controlled substance law(s) of the United States or any state five (5) days after such conviction or plea.

5) Impose sanctions on, or require the satisfactory participation in a drug abuse assistance or rehabilitation

program if such is available in the employee's community, any employee who is so convicted. 6) Make a good-faith effort to continue to maintain a drug-free workplace through implementation of this

section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

AUTHORIZED SIGNATURE COMPANY DATE

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 22: RFP-FD-09-04 Re-Bid Replacement Mid-Mount Tower Ladder ...docs.palmcoastgov.com/departments/purchasing/bids/311-2361.pdf · Re-Bid Replacement Mid-Mount Tower Ladder . Required Submittal

Page 36 of 49 RFP-FD-09-04 - Re-Bid Replacement Mid-Mount Tower Ladder

Attachment I References

Proposer shall provide a minimum of three references, for which they are currently providing this type of service/commodity.

1. Company Name Contact Name and Title Address Phone Number_______________ FAX Number Duration of Contract or business relationship

2. Company Name

Contact Name and Title Address Phone Number_______________ FAX Number Duration of Contract or business relationship

3. Company Name Contact Name and Title Address Phone Number_______________ FAX Number Duration of Contract or business relationship

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL