Specifications

3
LETTER OF EXCEPTIONS
It is the intent of the Fargo Fire Department to receive proposals on equipment/apparatus meeting the
attached detailed specifications in their entirety. Any proposals being submitted, without "Full
Compliance" with the advertised specifications shall so state on the Bid Proposal Page, followed by a
detailed "Letter of Exceptions" listing the areas of non-compliance and equipment or designs being
substituted.
DELIVERY AND OPENING OF PROPOSAL
Each proposal and all papers bound and attached thereto, together with the proposal guarantee, shall be
placed in an envelope and securely sealed therein. The envelope shall be marked "RFP 2013 Rescue
Pumper".
Proposals will be received at or prior to the time set for the opening of bids. Proposals received after the
"Bid Opening" will be returned unopened.
All proposals must be received by 2:00 P.M. on Monday, March 18, 2013 at the City Auditor’s
Office, City of Fargo, 200 3
rd
St N, Fargo, ND 58103
INSURANCE REQUIREMENTS
Each Bidder must submit with their bid proposal a Certificate of Insurance listing the proposed
manufacturer's product liability insurance coverage. Liability insurance shall be a minimum amount of
$6,000,000 million dollars with coverage attained with a minimum of $1,000,000.00 underlying insurance
and $5,000,000.00 umbrella coverage. Submitted Certificate shall name the apparatus manufacturer,
insurance company, policy number, and effective dates of the insurance policy. Bids submitted without
the required Certificate, or for Certificates listing less than One (1) million dollars of underlying
coverage, plus the Five (5) million dollar umbrella coverage, will be considered non responsive and
automatically rejected. No exceptions are allowed to the minimum insurance coverage requirement.
The manufacturer shall maintain full coverage on the purchaser's cab and chassis from time of first
possession by the manufacturer until the apparatus is delivered and accepted by the purchaser. No
exceptions. Purchaser reserves the right to require proof of insurance from the manufacturer's insurance
carrier prior to entering into a contract for the apparatus.
AWARD OF CONTRACT
The contract will be awarded, as soon as possible to the most "Responsible Bidder", provided their
proposal is reasonable and it is in the best interest of the Fire Department. The purchaser reserves the
right to waive any formality in bids received once such waiver is in the interest of the Purchaser. Also, to
accept any item in the proposal, found to be of superior quality or otherwise preferred by the Purchaser.
The competency and responsibility of Bidders along with content of proposal specifications and
accuracy/quality of proposal drawing will be considered in making the award. The Purchaser reserves the
right to reject any or all proposals when such rejection is in the interest of the Purchaser and to reject the
Bid of a Bidder who, in the judgment of the Purchaser, is not in a position to perform the contract. The
Purchaser does not, in any way, obligate itself to accept the lowest or any proposal.
The Fire Department reserves the right to reject any or all proposals and purchase the equipment it
prefers.