Request for Proposal Crime Scene Investigation Truck August 23, 2012

Similar documents
Request for Proposal. Articulated Loader

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Sign Truck & Crane August 11, 2014

City of Fargo Request for Proposal

Request for Proposal Used Motor Grader May 12, 2017

Request for Proposal. Rear Load Refuse Truck

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

Request for Proposal. Landfill Compactor

City of Fargo Request for Proposal

Destin Beach Safety ATVs, UTV, and Waverunner

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

2017 MT-55 Chassis Specifications

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

HAZMAT TRAILER. Model TDD1387. TALLAHASSEE FIRE DEPARTMENT Tallahassee, Florida

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CBRNE HAZMAT. Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

REQUEST FOR QUOTATIONS

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

TENDER HALF TON PICKUP TRUCK, 4x4

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

NELSON COUNTY FISCAL COURT

Everything You Need! Phone , Ext. 229

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

Department of Finance Purchasing Department INVITATION TO BID

Cargo Trailer Sales Concession Trailer Price List W 8 th St. Lansdale PA,

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

Invitation for Bid # Tandem Axle Dump Truck

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

Request for Quote # Armored Vehicle for Hammond Police Swat Team

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

5073 Silver Peak Ave. Dacono, Colorado XV-LT #104

Cargo Trailer Sales Concession Trailer Price List W 8 th St. Lansdale PA,

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

1. SCOPE 2. MODEL: 3.1 Base Curb Weight: not to exceed 7800 lbs. PAGE 1 OF 6

GALLATIN PUBLIC UTILITIES

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

City of Jeffersontown PROJECT SCOPE & DESCRIPTION

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

MEDIUM RESCUE. Model DF0964-R24. Washington Fire Department, North Carolina

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

REQUEST FOR BID For Trucks. Bid Notice

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR BID For Trucks. Bid Notice

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012

City of Lewiston Finance Department Allen Ward, Purchasing Agent

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Nineteen (19) Half Ton Standard Cab 4x2 Pickup Trucks

5073 Silver Peak Ave. Dacono, Colorado XV-LT #116

Appendix A - Group 7 SPECIFICATION, JEA CLASS 119+: ONE TON SRW 4X4 PICKUP Extended Cab Unit UPDATED August 10, 2018

HazMat Trailer. Model TDD1282. Yonkers Fire Department, New York

CITY OF CORALVILLE th Street, Coralville, IA

5073 Silver Peak Ave. Dacono, Colorado XV-LT #94

PACER II. Parking Shuttle. Assisted Living. Shown with optional graphics, lighting and ADA packages. Church

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

SALT TRUCK - SHORT TANDEM

Failure to comply with any of the instructions may be cause for the County to reject that bid.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

Slant Load. Gooseneck. Exceed Your Expectations, Not Your Budget.

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

5073 Silver Peak Ave. Dacono, Colorado XV-LT #127

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

FOR SALE 2015 FX Certified Pre-Owned

APPENDIX A GROUP 2 SPECIFICATION, JEA CLASS 116: HALF TON 4X2 SWB (6 6 Bed) PICKUP TRUCK Standard Cab Units UPDATED JUNE 12, 2018

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

Guelph/Eramosa Township

Date: Trailer Type: 2011 ATC Quest Gooseneck Car Hauler Width: 8.5 ft Color: Length: 42 ft Cabinet Color: BLACK

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

Transcription:

Request for Proposal Crime Scene Investigation Truck August 23, 2012 1

City of Fargo Request for Proposal The City of Fargo is requesting proposals for (1) Crime Scene Investigation Truck. Sealed proposals will be received by the City of Fargo Auditor s Office at 200 3 rd Street North, Fargo, ND 58102, for the purpose of evaluating costs and operating parameters on one new Crime Scene Investigation Truck. Upon completion of the evaluation by the selection committee an order may be placed. Proposals will be received until 2:00 PM on September 11, 2012. CITY OF FARGO RIGHTS The City reserves the right to cancel this RFP in writing or postpone the date and time for submitting proposals at any time prior to the proposal due date. The City by this RFP does not promise to accept the lowest cost or any other proposal and specifically reserves the right to reject any or all proposals, to waive any formal proposal requirements, to investigate the qualifications and experience of any Proposer, to reject any provisions in any proposal, to modify RFP contents, to obtain new proposals, to negotiate the requested services and contract terms with any Proposer, or to proceed to do the work otherwise. The City hereby notifies all proposers that it will affirmatively insure that in regard to any contract entered into, pursuant to this request, minority business enterprises will be afforded full opportunity and are encouraged to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The City reserves the right to accept or reject any and all proposals that is in the best interest of the City. All questions and inquiries will be addressed to: Equipment Specifications: Police Dept Operational Questions Allan Erickson Lt. Joel Vettel Fleet Management Specialist Criminal Investigations Division Public Works Fargo Police Dept. 402 23 rd St. N 222 4 th St. North Fargo, ND 58102 Fargo, ND 58102 Email: aerickson@cityoffargo.com jvettel@cityoffargo.com Phone: (701) 241-1439 (701) 476-4094 Fax: (701) 298-6971 (701) 241-1407 2

GENERAL SPECIFICATION MODEL: Unit shall be a new current year model. WARRANTY: Minimum 1 year all-inclusive warranty on all components. DELIVERY: Proposer must perform a complete pre-delivery service prior to delivery of equipment. All units are F.O.B., Fargo Central Garage. Proposer must state the number of days for delivery from time of order and a $150.00 per day will be accessed against the purchase price with the total not to exceed 2.5% of purchase price. MANUALS: TRAINING One (1) complete service manual, digital or printed. One (1) complete parts manual, digital or printed. Two (2) operator s manuals. One (1) training video (if available). Upon delivery to end-user proposer will provide instruction to operators on proper operation and daily maintenance. Two days of training on repair procedures to be provided by a Factory Qualified representative to repair technicians. Onsite training at the City of Fargo Central Garage should be scheduled at time of order. PROPOSER There shall be $500,000.00 minimum of product Liability coverage by the manufacturer and minimum of $500,000.00 liability coverage by the product installers to protect the City of Fargo. Certification shall be provided with proposal. Preference may be given to proposer who has a local dealer with a reasonable amount of parts inventory for the unit that has been proposed and a complete service facility. On new models or equipment not previously purchased by the City of Fargo, the selection committee may elect to have a demonstration of the models being considered. Pre Delivery Transportation will be provided for two City of Fargo representatives at the expense of the awarded proposer for a pre-delivery inspection. Travel will be the most efficient way per location of factory. 3

Price Chassis Make: $: Body Make: $: Total equipment price $_ Delivery Date Delivery date will be no later than February 1, 2013: Initial Company By: (Name) (Title) 4

Crime Scene Investigation Truck RFP Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of one (1) new and unused Crime Scene Investigation Truck to be used by the Fargo Police Department. The City of Fargo Police Department has evaluated different styles of Crime Scene Investigation Trucks and has determined that this published specification is best suited for the FPD needs in terms of quality and features. This specification shall not be interpreted as restrictive but rather as a measure of quality and performance against which all other Crime Scene Investigation Trucks will be compared. In comparing proposals, comparison will not be confined to price only. The successful proposer will be one whose product is judged as best serving the interests of the FPD when price, product, quality and delivery are considered. The FPD also reserves the right to reject any or all proposals or any part thereof, and to waive any minor technicalities. A contract will be awarded to the proposer submitting the lowest responsible proposal meeting the requirements. 2.0 EQUIVALENT PRODUCT Proposals will be accepted for consideration on any make or model that is equal or superior to the Crime Scene Investigation Truck specified. Decisions of equivalency will be at the sole interpretation of the FPD. A blanket statement that equipment proposed will meet all requirements will not be sufficient to establish equivalence. An original manufacturer s brochure of the proposed product is to be submitted with proposal. 3.0 INTERPRETATIONS In order to be fair to all proposers, no oral interpretations will be given to any proposer, as to the meaning of the specification documents or any part thereof. Every request for such a consideration shall be made in writing. Based on such inquiry, the FPD may choose to issue an addendum in accordance with local state laws. 4.0 GENERAL The specification herein states the minimum requirements of the FPD. All proposals must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. The FPD will consider as irregular or non-responsive any and all proposals that are not prepared and submitted in accordance with the RFP document and specification, or any proposal lacking sufficient technical literature to enable the FPD to make a reasonable determination of compliance to the specification. It shall be the proposer s responsibility to carefully examine each item of the specification. Failure to offer a completed proposal or failure to respond to each section of the technical specification (COMPLY: YES NO) will cause the proposal to be rejected without review as non responsive. All variances, exceptions and/or deviations shall be fully described in the appropriate section. Deceit in responding to the specification will be cause for rejection. 5

5.0 SPECIFICATIONS 5.1 Chassis YES NO 1. 25,500 lb. GVW. 2. 240 HP @ 2600 RPM 8 Cylinder Diesel Engine. 3. 620 lb Torque @ 1400 RPM. 4. Allison 2500 HS Automatic Transmission. 5. Water to oil transmission cooler. 6. ABS Air Brakes. 7. Air Drier with heater. 8. Heated DV2 tank drain valve. 9. Rear air ride suspension with dump valve. 10. Front and rear shock absorbers. 11. Tilt steering column. 12. Cruise control & Electronic Throttle Control. 13. Air conditioning. 14. Left and right Air ride seats with arm rests. 15. AM/FM/CD with 2 speakers in cab and 4 speakers in the box. 16. Chrome Bumper. 17. Power windows and door locks. 18. Chrome remote, heated rear view mirrors. 19. Hood mounted convex mirrors. 20. Single 50 gallon polished fuel tanks. 6

YES NO 21. Engine block heater. 22. Two (2) 12 volt maintenance free batteries. 23. 22.5 low profile tires that meet chassis requirements. 5.2 Body 1. 26 Fiberglass Reinforced Plywood Box (RFP) With Gelco Finish or Aluminum Sheet post construction, 102 wide 90 high 26 long. 2. Curbside sliding front door with 30 x 18 fixed window and exterior grab handle for ease of egress. 3. Recessed double step step-well with custom designed auxiliary battery compartment. 4. Install grated stationary step under curb side sliding door. 5. Single 36 RV Style rear swing-out door, hinged on left. Step well shall be recessed into body. 6. 1 1/8 thick laminated hardwood flat floor. 7. 22 Body apron skirts. 8. Kason Key locking front side and rear side door hardware. 9. Top hat roof conversion with full cab/box walk through door way. 10. Stainless Steel front corners. 5.3 Electrical 1. Engine driven 54k BTU air conditioner in the box with a 60k BTU three (3) fan power condenser and separate compressor. 7

YES NO 2. Wire Truck for interior lights; install Bass Power Panel with AC & DC Voltage Meters. Install 80 Amp power converter, three (3) 80 AMP circuit breakers, 200 AMP Battery solenoid. 3. Install four (4) 6-volt deep cycle RV Batteries and aluminum battery compartment with flip up lid. 4. Install three (3) interior dome lights mounted in the ceiling controlled by an ISIS multiplex touchpad system mounted near the door. 5. Install 3-speed bi-directional vent in the ceiling. 6. Two (2) - 2000 Watt Inverter. 7. Driver side shoreline with built-in trickle charger. 8. 8 4 florescent ceiling lights, four (4) mounted center on ceiling, one (1) mounted over each desk. 9. Provide & Install 3.2 cu/ft. black refrigerator (no freezer). 10. Install back up camera with 7 color monitor. 11. Exterior porch light over sliding door. 12. Install two (2) flush mount flood lights on curb side and two (2) on the street side and (2) on rear of body. 13. Install automatic step well light in curbside step well with on/off over-ride switch. 14. Three 2-way radios shall be installed, one (1) mounted above the front sliding door, two (2) mounted on the rear face of the street and curb side cabinet. *Radio s will be supplied by the City of Fargo* 8

5.4 Interior YES NO 1. Black dot, non-slip flooring. 2. Install sub-wall structure, insulate with ¾ Styrofoam and install white FRP smooth walls. 3. Install white laced peg board ceiling 4. Install fire extinguisher. 5. Ladder rack that will hold two (2) 16 fiberglass extension ladders and two (2) 8 fiberglass single section ladders. Ladders shall be securely stored above left and right hand cabinets. _ 5.5 Outlets 1. Drivers Side: 5 Inverted duplex outlets, three (3) mounted on the curb side wall above the front desk top, one (1) behind TV above the desk, one (1) mounted in fridge cabinet. 2 Inverted duplex outlets, one (1) mounted behind rear upper 26 TV, one (1) mounted above the rear folding desk. 2. Curb Side: 1 Inverted duplex outlet, mounted above front desk. 2 Inverted duplex outlet, one (1) Mounted behind rear upper 26 TV, one (1) mounted above the rear folding desk. 2 Inverted outlet mounted on the exterior of the curb side. _ 5.6 Interior Street Side Front to Rear: 1. Build and install street side 8 desk and refrigerator enclosure. 9

YES NO 2. Install 42 TV monitor above desk. 3. Build and install street side cabinets per attached drawing. Marlite faced or approved equal. 4. Install one (1) 26 LED TV in rear above folding desk. 5. Build and install street side fold up desk. _ 6. Build and install rear storage cabinet per attached drawing. Marlite faced or approved equal. 5.7 Interior Curb Side Front to Rear: 1. Build and install curb side 4 desk and drawer enclosure. 2. Build and install curb side cabinets per attached drawing. Marlite faced or approved equal. 3. Install one (1) 26 LED TV in rear above folding desk. 4. Build and install curb side fold up desk. 5. Build and install rear storage cabinet per attached drawing. Marlite faced or approved equal. 5.8 Exterior 1. Retractable roof mounted scene lighting system. 2. 24 RV style awning mounted curb side, manual deploy/retract, white in color. 3. Removable 24 awning screen room with privacy window curtains with a storage bag. 4. Three (3) underbody boxes Largest available 10

11

12

Exceptions & Deviations Proposer shall fully describe every variance exception and/or deviation. List the item number here and fully explain any items in non-compliance with specification. Additional sheets may be used if required. 13

Warranty Crime Scene Investigation Truck: Base Manufacture Other Warranties that apply: _ 14