Notice to Bidders Tompkins County Department of Emergency Response Air Support Vehicle Sealed Bids for the purchase of an Air Support Vehicle will be accepted at the Tompkins County Finance Department, Purchasing Division, 125 East Court Street, Old Jail Building, 2nd Floor, Ithaca, NY 14850 up until 11:30 a.m. on July 27, 2011 at which time and place they will be opened and publicly read. Specifications and bid forms may be obtained upon registration at the following website: www.govbids.
Instructions to Bidders 1. Read all documents contained in this bid specification package. 2. Bidders are responsible for submitting their bids to the exact location indicated in the “Notice to Bidders” prior to the time indicated in the “Notice to Bidders”. Bids will not be accepted after the designated time in the “Notice to Bidders” and will be returned to the vendor unopened. NOTE: This includes any changes listed on the latest addendum issued, if any.
9. The following forms are to be submitted with the bid package: A. Tompkins County bid form, filled out in its entirety B. Non-Collusive Affidavit, signed and dated C. Insurance Certificate, completed and signed by insurance agent D. Anti-Discrimination Clause, signed and dated E. References as indicated in the bid specifications F. W-9 Request for Taxpayer Identification Number and Certification G. Bid Sign-Off Sheet, filled out in its entirety H.
GENERAL CONDITIONS 1. 2. 3. 4. Method of Award: The County reserves the right to award the contract(s) to the bidder(s) that the County deems to offer the lowest responsive and responsible bid(s). The County has the sole discretion and reserves the right to cancel this bid, reject any/all bids, to waive any/all informalities and/or irregularities, or to readvertise with either the identical or revised specifications if it is deemed to be in the best interest of the County to do so.
9. Delivery Penalties: Delivery terms shall be stated in the detailed bid specifications. By signing the bid forms the vendor agrees that they are able to meet the specified delivery requirements. A penalty fee of $10.00 per calendar day, for each day the item(s) ordered are not delivered to the proper County location may be assessed. In the event that the item is on backorder through no fault of the vendor the vendor is required to inform the County immediately.
18. Termination/Cancellation of Contract: The County reserves the right to cancel the contract without cause with a minimum thirty (30) days written notice. Termination or cancellation of the contract will not relieve the bidder of any obligations for any deliverables entered into prior to the termination of the contract.
24. OSHA Training: All laborers, workers and mechanics employed in the performance of a Public Work contract that exceeds $250,000 shall comply with New York State Labor Law §220-h requiring certification, prior to performing any work on the project, as having successfully completed a course in construction safety and health, approved by OSHA. The course must be at least ten (10) hours in duration. 25.
Air Support Vehicle Specifications Scope: It is the intent of these specifications to describe an Air Support Vehicle for use by the Tompkins County Department of Emergency Response. The following specifications describe the minimum standards acceptable to the County. Any deviations to the specifications are to be so noted and thoroughly explained. The County reserves the right accept or reject any deviations.
Chassis specifications – continued • • AM/FM radio, four speakers, rooftop antenna Alternator – ambulance prep package with dual alternators (320 amps) Chassis modifications: • • • • • • Label installed in cab indicating seating capacity of two (2) persons with a weight allowance of 250 lbs.
Body component specifications – continued: • • • • • • Exterior body side walls shall be fiberglass reinforced and resin composite construction produced from sandwiched plates with vacuum injection technology. Multiple laminates of glass fiber and resin composite each having a minimum thickness of 3/16”. Woven and continuous glass fiber content of composite material shall be a minimum of 40% with a maximum resin styrene content of 3%. Chopped fiberglass fibers are not acceptable.
Exterior compartment construction – continued: • • All interior corners of the compartments shall be constructed with mitered and angled 1” wide full height or width composite gussets for waterproof construction and compartment reinforcement Exterior corners shall be wrapped with glass fiber and resin for seamless construction and additional strength Interior compartment construction: • • • Interior compartment wall dividers of the boy construction shall be single laminate composite material not less tha
Wheel well panel construction: • • • The outer wheel well shall be a minimum wall thickness of 1 ½” Exterior wheel well shall be painted to match the body Entire wheel well area shall be concealed from compartments with seamless corners in all areas Fuel fill access: • An access opening for the fuel fill installation shall be provided in the driver’s side wheel well area.
Electrical wiring conduits: • • • Surface mounted conduit shall be installed in the body for routing the 12 volt and the 120/240 volt wiring Material and installation shall conform to applicable NFPA and SAE standards Wiring shall be easily accessed through a removable cover Body painting specifications: • • Exterior and interior of the body as well as associated components requiring painting shall be finished using the following procedure: Composite material shall be sand blasted Components are to
Rub rails: • • The sides of the lower body area before and after the wheel well shall have 3” x 1.5” x .
12 Volt electrical specifications: The following describes the low voltage electrical system on the apparatus including all panels, electrical components, switches and relays, wiring harnesses and other electrical components.
Electrical system requirements – continued: • • • • • • • • All electrical wiring shall be placed in a protective loom or it shall be harnessed Exposed connections shall be protected by heat shrink material and sealed connectors Large fender washers shall be used when fastening equipment to the underside of the cab roof and all holes made in the roof shall be caulked with silicone Electrical components installed in exposed areas shall be mounted in a manner that will not allow moisture to accumulate insid
Electrical testing and certifications – continued: • Low voltage alarm test: following the completion of the above tests the engine shall be shut off. The total continuous electrical load shall be activated and continue to be applied until the excessive battery discharge alarm activates. The battery voltage shall be measured at the battery terminals. With the load still applied, a reading of less than 11.7 volts dc for a 12 volt system shall be considered a test failure.
Identification lights: All LED identification lights shall be installed on the vehicle as required by applicable DOT highway regulations.
Warning lights and sirens – continued: • • • • • Zone B and D – Lower mid-body warning lights Two (2) Code 3 LED warning lights shall be installed, one (1) on each side on the lower side of the mid-body. The lights shall be 4” x 6”and have a red lens Zone B and D – Upper side front warning lights Two (2) Code 3 LED warning lights shall be installed, one (1) on each side on the upper front of the body.
Air system – continued: Crank shaft shall be single piece forged steel construction, supported in the crank case by three long-life roller bearings The connecting rods shall be single piece design constructed of high strength aluminum alloy Each connecting rod shall incorporate a roller bearing at the crank end and a needle bearing at the pin end Pistons shall be constructed of heavy duty aluminum alloy Piston rings on the second and third stage are cast iron; first and fourth stage rings shall be h
Air system – continued: • • Electrical Control and Instrument Panel Engine control center shall include a PLC controller Electrical panel shall be built in compliance to UL’s Industrial Control Panel Custom Builders Program and shall be affixed with a UL label PLC compressor control system shall consist of a programmable logic controller for monitoring protection and control of standard compressor systems NEMA 4 enclosure On/off switch Emergency stop Final air pressure shutdown Warning and
Air system – continued: The system shall not operate without cartridges installed or with improperly installed cartridges A bleed valve shall be provided to vent the purification system A pressure maintaining valve and a check valve shall be supplied downstream of the purification system A check valve shall be supplied between the separator on the compressor’s discharge line and the purification system The purification system shall include Bauer’s Securus Electronic Moisture Monitor System A sensor sh
Air system – continued: • • • • • Storage systems Fill stations Reference Outline Dimension Drawing: Provided for: 9 H13-G-ASY 0558 9 H13-D-ASY 0937 DOT Air Cylinders: Four (4) DOT 6000 psi air cylinders shall be installed and piped to the air system. Cylinders shall be 509 cu. ft. DOT, 70” L x 9.
Lettering and Striping: All lettering and striping shall be approved by the County prior to application to the vehicle. • • • Gold leaf lettering, bordered in black and enclosed in clear mylar shall be placed on the cab and the body as directed by the County. A total quantity of fifty (50) 4” letters will be needed Reflective striping shall be provided for the front and sides of the vehicle. The striping shall be 5” x 1” wide 3M brand Scotchlite reflective multi-stripe.
BID SHEET TOMPKINS COUNTY AIR SUPPORT VEHICLE BID PRICE SHALL BE FOR THE ENTIRE VEHICLE (CHASSIS, BODY, AND ALL OTHER ITEMS AS SPECIFIED) Make: Vehicle Year: Bid Price: Model: $ Bid Price (written in words) Delivery: days a/r/o Company Name: Address: Remittance Address: (if different than mailing address) Telephone: Fax: Contact: Email:
ANTI-DISCRIMINATION CLAUSE During the performance of this contract, (the contractor) hereby agrees as follows: (a) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color or national origin, and will take affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, color, creed, ethnicity, Vietnam-era veteran status, disabled veteran, marital status, disability, national origin, or stat
COUNTY OF TOMPKINS GENERAL CONDITIONS NON-COLLUSION CERTIFICATE NON-COLLUSIVE CERTIFICATION: (a) By submission of this bid/proposal, each bidder/proposer and each person signing on behalf of any bidder/proposer certifies, and in the case of a joint bid/proposal each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his/her/their knowledge and belief: 1.
BID SIGN-OFF SHEET BID TITLE: Please check off and sign for items below and submit this required sheet with your bid packet; the bid may be rejected if the required documents are not included with the bid. Please note that by signing below the bidder is certifying that all information provided herein is true and correct to the best of their knowledge. 1. Bid Sheet completed 2. Non-Collusive certificate completed 3. Anti-Discrimination clause completed 4.
W-9 Request for Taxpayer Identification Number and Certification Form (Rev. October 2007) Department of the Treasury Internal Revenue Service Give form to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. Name (as shown on your income tax return) Business name, if different from above Check appropriate box: Individual/Sole proprietor Corporation Partnership Limited liability company.
Form W-9 (Rev. 10-2007) Page 2 ● The U.S. grantor or other owner of a grantor trust and not the trust, and ● The U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or Foreign person. If you are a foreign person, do not use Form W-9.
Form W-9 (Rev. 10-2007) Page Generally, individuals (including sole proprietors) are not exempt from backup withholding. Corporations are exempt from backup withholding for certain payments, such as interest and dividends. Note. If you are exempt from backup withholding, you should still complete this form to avoid possible erroneous backup withholding. The following payees are exempt from backup withholding: 1.
Form W-9 (Rev. 10-2007) Page 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN.