REQUEST FOR PROPOSAL/BID FOR THE CITY OF MT. JULIET, TN

Similar documents
CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

City of Pigeon Forge Fire Department Tony L. Watson, Chief

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

INVITATION TO BID. January 10, 2018

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

INVITATION TO BID FUEL PRODUCTS

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

Holmatro. Greenline Battery Range. Holmatro Rescue World

SANDAG Vanpool Program Guidelines as of February 2018

Public Access Electric Vehicle Charging Station Rebate Program Agreement

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

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

PRINTING OF BMI WHEELS

City of Storm Lake Fire Department Heavy Rescue Specifications

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

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

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INDUSTRIAL HAUL AGREEMENT

Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE

PROPOSAL FORM 2014 FUEL BID

INVITATION TO BID Fort Morgan Golf Course Golf Carts

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival

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

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

2018 Golf Cart Lease Sunset Valley Golf Club

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

10 Year Limited Warranty

Sacramento Sheriff s Department Off-Duty Employer Application. Applicant To Complete. Employer Agreement

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

, :00 PM

Greenline EVO Battery-operated rescue tools

BYD B-Box Limited Warranty Letter

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Greenline EVO Battery-operated rescue tools

May 11, 2018 On or before 2:00pm

Invitation to Bid BOE. Ground Maintenance Equipment

City of Lewiston Finance Department Allen Ward, Purchasing Agent

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

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

Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival

Otsego County Road Commission

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

INTERCONNECTION RULES AND REGULATIONS FOR NET ENERGY METERING SYTEMS

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

REQUEST FOR QUOTATION

Power. On Your Terms.

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

Request for Proposal Snow Blower October 12, 2015

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

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

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name:

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

Request for Proposal for Trolley Security Services

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

Employment Application

Request for Proposal. Articulated Loader

Witham (Specialist vehicles) Ltd For sale by Tender - 13th September pm Direct From UK Ministry of Defence

INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION

HARLEY-DAVIDSON S 2019 RIDING ACADEMY ENROLLMENT PROMOTION TERMS & CONDITIONS

Fire & Rescue Service Operational Guidance Equipment Hydraulic Rescue Equipment Lukas SP300E Spreader Table of Contents 1 General Description P

DEALER REGISTRATION PACKAGE

Telecommunications Services for FHI360. Request for Quote/Proposal #

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

Request For Bids. Sewer Cleaning Truck

DISTRICT ADMINISTRATIVE RULE

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Louisville Gas and Electric Company

Municipality Generator Interconnection Application Single Meter Application Part I

REQUEST FOR PROPOSAL

RSPO PalmTrace - Book and Claim Terms and Conditions

Metro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION

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

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

2014 RENEWABLE ENERGY PHOTOVOLTAIC Fact Sheet

FREQUENTLY ASKED QUESTION SERIES. BANJO BOLTS WHY THE BAD RAP? 6.0L Powerstroke Diesel. Last Updated: 7/2/2018 Page 1 of 3 S Diesel, LLC

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT

CODE OF BALTIMORE COUNTY REGULATIONS TITLE 02. DEPARTMENT OF PERMITS, APPROVALS AND INSPECTIONS SUBTITLE 02. PERMITS AND LICENSES

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

Commuter Vanpool Program Scope of Work

REQUEST FOR BID AND BID SHEET on. Folding Chairs. November 2, 2018 November 8, :00am CST November 6, 2018

SRP BUSINESS SOLUTIONS

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

Start a Franchise In 10 Steps

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

REQUEST FOR BID For Trucks. Bid Notice

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

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

62 Leversee Road, Troy, NY Phone: Fax: PLEASE READ CAREFULLY

Transcription:

REQUEST FOR PROPOSAL/BID FOR THE CITY OF MT. JULIET, TN Request for Proposal /Bid Extrication Equipment Issued By: City of Mt. Juliet, TN 2425 N. Mt. Juliet Rd. (615) 754-2554 Date of Issue: October 25 th, 2017 Bid Due Date: November 20 th, 2017 Bids must be in sealed envelope Clearly Marked City of Mt. Juliet Extrication Equipment Dated November 20 th, 2017 Delivered to: Attn: Finance Director City of Mt. Juliet 2425 N. Mt. Juliet Mt. Juliet, TN 37122 NLT 2:00PM CST 11/20/2017

Background of the City of Mt. Juliet, TN The City of Mt. Juliet, TN is located in the Nashville, TN metropolitan area. The city had a population of 28,159 according to the 2015 Special Census and is one of the fastest growing cities in the State of Tennessee. The city has 4 elected commissioners and an elected mayor, which comprise the governing body. The governing body hires a professional City Manager as the chief administrative official. The City Manager is responsible for all city personnel. The city currently provides public safety, building inspection and codes enforcement, public works, parks and recreation, and administrative functions. General Bid Information Sealed proposals for City of Mt. Juliet Extrication Equipment will be received at the office of the at 2425 N. Mt. Juliet Rd, Mt. Juliet, Tennessee 37122, Attention: John Rossmaier, on or before 2:00 PM on November 20 th, 2017 and immediately thereafter all bids will be publicly opened and read aloud. Please contact Chris Allen at 615-686- 7687 should you have any questions. BID FORMS One paper copy of the bid is required as well as a copy of such bid in electronic format. The electronic copy may be on a disk, thumb drive or be in an email sent to arrive as of the time of the bid opening to jrossmaier@mtjuliet-tn.gov. Paper bid must be signed by authorized representative of company/business placing bid at time bid is received by the City of Mt. Juliet. Bidder will show evidence of license, expiration date and classification if required and when applicable. SUBMISSION It shall be the responsibility of the bidder to submit a bid response which complies with: the conditions and specifications of the Request for Bids; policies and procedures of the City of Mt. Juliet and applicable laws of the State of Tennessee: and any other applicable laws, regulations and requirements. BID REJECTION The City reserves the right to reject any or all bids, combinations of items, or lot(s), and to waive defects or minor informalities. The City is a member of certain coalitions and has access to the pricing provided by state contracts. The published prices by the state or any of the coalitions for RFB items shall be considered a sealed bid which the City may accept. Any other bid that is not sealed will NOT be accepted. Any bid received after time and date indicated will be discarded.

Bidders may not restrict the rights of the City or otherwise qualify their bids. If a Bidder does so, the City may determine the bid to be a nonresponsive counteroffer, and the bid may be rejected. The City reserves the right, at its sole discretion, to waive variances in bids provided such action is in the best interest of the City. Where the City waives minor variances in bids, such waiver does not modify the RFB requirements or excuse the Bidder from full compliance with the RFB. Notwithstanding any minor variance, the City may hold any Bidder to strict compliance with the RFB. In the event of multiple line items or interchangeable items, the city reserves the right to select items from multiple bidders. Bidders must comply with all of the terms of this RFB and all applicable state laws and regulations. The City may reject any bid that does not comply with all of the terms, conditions, and performance requirements of this RFB. PAYMENT FOR CITY PURCHASES Purchase orders will be issued after the RFB is reviewed and payment will be made by the City of Mt. Juliet 30 days after commodities and/or services have been received, accepted, and properly invoiced as indicated in the contract and/or purchase order. Invoices must bear the purchase order number where applicable. IDEMNIFICATION The Contractor/Vendor shall indemnify, hold harmless, and defend the contracting agency from and against any claim of, or liability for error, omission or negligent act of the Contractor/Vendor under this agreement. The Contractor/Vendor shall not be required to indemnify the contracting agency for a claim of, or liability for, the independent negligence of the contracting agency. If there is a claim of, or liability for, the joint negligent error or omission of the Contractor and the independent negligence of the Contracting agency, the indemnification and hold harmless obligation shall be apportioned on a comparative fault basis. Contractor and Contracting agency, as used within this and the following article, include the employees, agents and other contractors who are directly responsible, respectively, to each. The term independent negligence is negligence other than in the Contracting agency s selection, administration, monitoring, or controlling of the Contractor and in approving or accepting the Contractor s work. On-site vendors are required to provide proof of insurance (general liability, workers comp, auto and excess). On-site vendor will add the City of Mt. Juliet as an additional insurer if requested. COMPLIANCE In the performance of a contract that results from this RFB, the contractor must comply with all applicable federal, state, and city regulations, codes, and laws; and be liable for all required insurance, licenses, permits and bonds; and pay all applicable federal, state, and city taxes.

SUITABLE MATERIALS, ETC. Unless otherwise specified, all materials, supplies or equipment offered by a bidder shall be new, unused, and of the latest edition, version, model or crop and of recent manufacture. Unless otherwise specified in the RFB, product brand names or model numbers are examples of the type and of product quality required, and are not statements of preference. If the specifications describing an item conflict with a brand name or model number with a description of the item, the specifications govern. Reference to brand name or number does not preclude an offer of a comparable or better product, if full specifications and descriptive literature are provided for the product. For example, if the specifications call for 98 decibel alarm and the product offered has only 95, the city reserves the right to consider the 95 decibel alarm offering as adequate. Failure to provide such specifications and descriptive literature may be cause for rejection of the offer. FIRM OFFER For the purpose of award, offers made in accordance with this RFB must be good and firm for a period of ninety (90) days from the date of quote opening or the date of complete delivery of the order placed whichever is later. The city anticipates selection within 10 business days. BID PREPARATION COSTS The City is not liable for any costs incurred by the bidder in quote preparation. CONFLICT OF INTEREST An elected or appointed official, or employee of the City of Mount Juliet may not seek to acquire, be a party to, or possess a financial interest in, this contract if (1) the elected or appointed official, or employee is an employee of the administrative unit that supervises the award of this contract; or (2) the elected or appointed official, or employee has the power to take or withhold official action so as to affect the award or execution of the contract. Non-controlling ownership in stock of publicly held companies or ownership of mutual funds shall not be considered as a financial interest. DEFAULT In case of default by the contractor/vendor, for any reason whatsoever, the City of Mount Juliet may procure the goods or services from another source and hold the contractor/vendor responsible for any resulting excess cost and may seek other remedies under law or equity. CONTINUING OBLIGATION OF CONTRACTOR Notwithstanding the expiration date of a contract resulting from this RFB, the contractor/vendor is obligated to fulfill its responsibilities until warranty, guarantee, maintenance and parts availability requirements have completely expired.

BILLING INSTRUCTIONS Invoices must be billed to the Finance department at the address shown on the individual Purchase Order, Contract Award or Delivery Order. Questions concerning payment should be addressed to the Finance Department of the City of Mt. Juliet. DISCRIMINATION CLAUSE The City of Mt. Juliet is an equal opportunity entity and does not discriminate on the basis of age, race, sex, national origin, religion or disability in admission to, access to, or operations of its programs, services, activities, or in its awarding of such bids. GENERAL The City of Mt Juliet is seeking the following base bid for City of Mt. Juliet Extrication Equipment in Mt. Juliet, TN Scope of Work and Specifications: Extrication Equipment #1 Battery Operated Rescue Spreader Tool (quantity: one) General This tool must be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2015 edition. The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be capable of operating as a selfcontained unit without power cables for maximum portability. The tool must be a "oneperson" operated tool, which means that one person will be able to position, guide and operate the tool without the assistance of others. The tool must be operate efficiently in all weather conditions and environments from -4 F (-20 C) to 131 F (55 C). Forces The arms of the spreader will have a maximum opening width of 32" (813 mm), must exert at least 134,000 lbs of spreading force and 13,000 lbs of pulling force.

NFPA HSF shall be no less than 19,110 lbf (85 kn) NFPA LSF shall be no less than 13,260 lbf (59 kn) NFPA HPF shall be no less than 11,016 lbf (49 kn) NFPA LPF shall be no less than 6,744 lbf (30 kn) Weight and Dimensions Weight of the tool not to exceed 52 lbs. excluding the battery. Dimensions (LxWxH) not to exceed 43" x 12.5 x 12. Rotary Handle The tool must be activated by means of a rotary handle grip, operated by a twist of the wrist. When the handle grip is released, it must return to the neutral position automatically and the tool must stop movement. The handle design will provide one-handed ergonomic control of opening and closing functions that does not rely on thumb (single digit) operation. The handle shall provide 360 access to the operator allowing operation of the tool in any position. The handle must be located in such a way that it can be operated, guided and supported easily by right and left-handed operators without having to change the position of the hands, even when wearing gloves. The rotary control must be capable of withstanding 6000 endurance cycles, one cycle consisting of opening and closing the tool. Carrying Handle Designed for ease of control, the tool s carrying handle shall allow natural hand position for right or left-handed operators. The tool shall remain in a balanced horizontal position when held only by the carrying handle. The handle must be able to provide adequate grip in all weather conditions and not become slippery.

Arms The arms of the spreader must be manufactured out of extremely high tensile light metal alloy, anodized to offer protection against corrosion. The arms of the spreader will be equipped with cast hardened tool steel tips, specially designed for quick field replacement without the use of any tools. The tips will have serrations on both the inside and the outside for a superior grip in spreading or crushing operations. Accessories A pulling adapter must be available with the spreader. Pulling adapters and chains will be provided for pulling operations. The adapters must have the same quickchange design as the spreading tips. Pulling chains will be equipped with shortening hooks. Safety factor of the chain set will be at least 2 times the maximum pulling force of the tool. Battery, Battery Charger & Power Adapter Two Lithium-Ion batteries shall be supplied standard with the tool. The battery shall be 5Ah, each weighing no more than 2 lbs. The battery must be able to operate in wet weather conditions. A power adapter must be supplied to operate the tool, absent a battery, and with an 110V AC adapter. The battery shall have internal safeguards designed to protect against: Shortcircuit, Deep discharge, Over and under voltage (battery and cells), Over-current during charging and discharging, Overcharging, Over temperature (individual cells and electronics), Charging and discharging outside allowed temperature range. The batteries must be recyclable through a service available in North America. Nickel Cadmium batteries are not acceptable.

The charger shall provide a 100% charge to the battery in 1 hour. The charger shall comply with FCC15 electronic noise emission standards. The battery chargers shall be available for 110/120 VAC. The charger shall have green LED lights to indicate the battery s state of charge, red LED lights to indicate the battery s condition. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against sudden load shift. All moving parts such as yoke and levers must be protected by a cover for the safety of the operator. Performance and Durability The tool shall remain operational after being submerged under 3 feet of water for 10 minutes. The tool shall withstand a 5-foot drop in any orientation and sustain no operational damage. The manufacturer may be required to perform these tests in front of designated department representatives at a mutually determined time and location. Corrosion and Wear Protection Internal and external aluminum parts of the tool that are susceptible to wear or corrosion must be protected by anodization to provide maximum durability. The tool must be capable of withstanding a 10-day salt spray test, and still be able to function normally.

Extrication Equipment #2 Battery Operated Rescue Cutter Tool (quantity: one) General This tool must be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2015 edition. The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be capable of operating as a selfcontained unit without power cables for maximum portability. The tool must be a "one-person" operated tool, which means that one person will be able to position, guide and operate the tool without the assistance of others. The tool must operate efficiently in all weather conditions and environments from -4 F (-20 C) to 131 F (55 C). Forces The NFPA performance level rating for this tool shall be A8 B9 C8 D9 E9. Weight and Dimensions The maximum opening of the blades will be no less than 7.0" (182 mm) measured at the tips. Weight of the tool not to exceed 50 lbs. including the battery. Dimensions (LxWxH) not to exceed 40" x 12 x 11. Rotary Handle The tool must be activated by means of a rotary handle grip, operated by a twist of the wrist. When the handle grip is released, it must return to the neutral position automatically and the tool must stop movement. The handle design will provide one-handed ergonomic control of opening and closing functions that does not rely on thumb (single digit) operation. The handle shall provide 360 access to the operator allowing operation of the tool in any position. The handle must be located in such a way that it can be operated, guided and supported easily by right

and left-handed operators without having to change the position of the hands, even when wearing gloves. The rotary control must be capable of withstanding 6000 endurance cycles, one cycle consisting of opening and closing the tool. Carrying Handle Designed for ease of control, the tool s carrying handle shall allow natural hand position for right or left-handed operators. The tool shall remain in a balanced horizontal position when held only by the carrying handle. The handle must be able to provide adequate grip in all weather conditions and not become slippery. Blades The blades of the cutter will be fabricated from high grade tool steel, hardened to improve durability. The blades shall be manufactured from forged bar stock by CNC machining technology. The design of the blade shall be derived to meet the requirement of today s rescuer facing New Car Technology. The blades will be constructed so as to be re-grindable. Battery, Battery Charger & Power Adapter Two Lithium-Ion batteries shall be supplied standard with the tool. The battery shall be 5Ah, each weighing no more than 2 lbs. The battery must be able to operate in wet weather conditions. A power adapter must be supplied to operate the tool, absent a battery, and with an 110V AC adapter. The battery shall have internal safeguards designed to protect against: Shortcircuit, Deep discharge, Over and under voltage (battery and cells), Over-current during charging and discharging, Overcharging, Over temperature (individual cells and electronics), Charging and discharging outside allowed temperature range. The batteries must be recyclable through a service available in North America. Nickel Cadmium batteries are not acceptable.

The charger shall provide a 100% charge to the battery in 1 hour. The charger shall comply with FCC15 electronic noise emission standards. The battery chargers shall be available for 110/120 VAC. The charger shall have green LED lights to indicate the battery s state of charge, red LED lights to indicate the battery s condition. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against sudden load shift. All moving parts such as yoke and levers must be protected by a cover for the safety of the operator. Performance and Durability The tool shall remain operational after being submerged under 3 feet of water for 10 minutes. The tool shall withstand a 5-foot drop in any orientation and sustain no operational damage. The manufacturer may be required to perform these tests in front of designated department representatives at a mutually determined time and location. Corrosion and Wear Protection Internal and external aluminum parts of the tool that are susceptible to wear or corrosion must be protected by anodization to provide maximum durability. The tool must be capable of withstanding a 10-day salt spray test, and still be able to function normally.

Extrication Equipment #3 Battery Operated Rescue Ram Tool (quantity: one) General This tool must be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2015 edition. The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be capable of operating as a selfcontained unit without power cables for maximum portability. The tool must be a "one-person" operated tool, which means that one person will be able to position, guide and operate the tool without the assistance of others. The tool must be operate efficiently in all weather conditions and environments from -4 F (-20 C) to 131 F (55 C). The proposal must include a battery-operated rescue ram and a ram brace. Forces The ram will have a maximum pushing force (NFPA 1936 HSF, LSF) of no less than 28,600 lbs. Weight and Dimensions Weight of the tool not to exceed 42 lbs. excluding the battery. Dimensions (LxWxH) not to exceed 24" x 6 x 13. The extended length of the Ram shall be no less than 52. Rotary Handle The tool must be activated by means of a rotary handle grip, operated by a twist of the wrist. When the handle grip is released, it must return to the neutral position automatically and the tool must stop movement. The handle design will provide one-handed ergonomic control of opening and closing functions that does not rely on thumb (single digit) operation. The handle shall provide 360 access to

the operator allowing operation of the tool in any position. The handle must be located in such a way that it can be operated, guided and supported easily by right and left-handed operators without having to change the position of the hands, even when wearing gloves. The rotary control must be capable of withstanding 6000 endurance cycles, one cycle consisting of opening and closing the tool. Carrying Handle Designed for ease of control, the tool s carrying handle shall allow natural hand position for right or left-handed operators. The tool shall remain in a balanced horizontal position when held only by the carrying handle. The handle must be able to provide adequate grip in all weather conditions and not become slippery. Grip Heads Both ends of the plunger will have a design to allow adequate metal gripping. Accessories A ram brace, a device utilized to prevent movement of the ram and spread the force over a larger area, must be included. The ram brace must have multiple positions for ram plunger placement and be made of high strength metal. Battery, Battery Charger & Power Adapter Two Lithium-Ion batteries shall be supplied standard with the tool. The battery shall be 5Ah, each weighing no more than 2 lbs. The battery must be able to operate in wet weather conditions. A power adapter must be supplied to operate the tool, absent a battery, and with an 110V AC adapter.

The battery shall have internal safeguards designed to protect against: Shortcircuit, Deep discharge, Over and under voltage (battery and cells), Over-current during charging and discharging, Overcharging, Over temperature (individual cells and electronics), Charging and discharging outside allowed temperature range. The batteries must be recyclable through a service available in North America. Nickel Cadmium batteries are not acceptable. The charger shall provide a 100% charge to the battery in 1 hour. The charger shall comply with FCC15 electronic noise emission standards. The battery chargers shall be available for 110/120 VAC. The charger shall have green LED lights to indicate the battery s state of charge, red LED lights to indicate the battery s condition. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against sudden load shift. All moving parts such as yoke and levers must be protected by a cover for the safety of the operator. Performance and Durability The tool shall remain operational after being submerged under 3 feet of water for 10 minutes. The tool shall withstand a 5-foot drop in any orientation and sustain no operational damage. The manufacturer may be required to perform these tests in front of designated department representatives at a mutually determined time and location. Corrosion and Wear Protection Internal and external aluminum parts of the tool that are susceptible to wear or corrosion must be protected by anodization to provide maximum durability. The tool must be capable of withstanding a 10-day salt spray test, and still be able to function normally.

Extrication Equipment #4 Rescue 2 Strut System (2 Struts) General The strut must be capable of quickly and efficiently stabilizing all types of cars, trucks, SUVs, MPVs, and truck cabins oriented in any position on any surface. For maximum portability and strength, the strut must be manufactured out of extremely high tensile aluminum, anodized to offer protection against corrosion. The strut must be designed with a working load limit with a 2:1 safety factor. The proposal must include two struts with two lifting attachments. The strut must also come with three heavy duty ratchet straps at least 15 long with wire hooks, and one grade 80 chain at least 16 long. Deployment The unit shall be simple to extend and have a simple locking system requiring no additional tools. The unit shall have at least 15 adjustment points in the extension. The unit shall have a serrated multi-purpose grip head, making it easier to grip and hold any vehicle surface profile. Base Plate The base plate shall have an aggressive non-slip profile for optimal grip on all surfaces, preventing the strut from slipping. The strut shall attach to the base plate through a tilting mechanism to allow for set up at any angle.

Ratchet Belt The strut shall come with an integrated 15ft ratchet strap on a storage reel. The ratchet mechanism shall provide for fast and easy deployment and use a hook to enable the rapid creation of a stable triangle for stabilization operations. The ratchet belt must have a protective sleeve to protect against sharp objects or extreme heat common in the rescue environment. Capacity The maximum column working load limit must no less than 10,000 lbs. The maximum lifting working load limit must be no less than 6,000 lbs. Weight and Dimensions The complete strut must be no more than 58 collapsed and must be no less than 85 extended. The weight of the strut, excluding the lifting attachment, must be no more than 50 lbs. Accessories The strut must come with two lifting attachments, often called a jack, which can be removed from the strut. It must be able to attach to the device quickly, without needing tools and/or bolts. The lifting attachment must be able to lift 6,000 lbs. with a 2:1 safety factor. It must be operated by a handle which can be rotated to lift and rotated in the opposite direction to lower. The strut must also come with three heavy duty ratchet straps at least 15 long with wire hooks, and one grade 80 chain at least 16 long.