BID # VEHICLE EXHAUST EXTRACTION SYSTEMS FOR THE CITY OF BLOOMINGTON FIRE STATIONS

Similar documents
INVITATION TO BID FUEL PRODUCTS

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

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

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

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

SB ELECTRICAL WIRE

CITY OF CORALVILLE th Street, Coralville, IA

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

Invitation for Bid # Tandem Axle Dump Truck

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.

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

BID SPECIFICATIONS 2018 TERMINAL BUILDING STANDBY GENERATOR PROJECT

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

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

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

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

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

INVITATION TO BID. January 10, 2018

INVITATION TO BID. (This is not an order.)

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

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

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

AGENDA REPORT. Craig Crowder, Fleet Manager %-

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

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

Agenda Item No. 6H May 23, Honorable Mayor and City Council Attention: Jeremy Craig, Interim City Manager

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

ELECTRIC VEHICLE, PLUG-IN HYBRID ELECTRIC VEHICLE, ELECTRIC VEHICLE SUPPLY EQUIPMENT, AND ELECTRIC BIKE GROUP DISCOUNT PROGRAM

INVITATION TO BID (ITB)

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

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

CITY OF JOPLIN, MISSOURI

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.

INVITATION TO BID (ITB)

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

DIVISION 311 MISCELLANEOUS ELECTRICAL RULES

Used Vehicles. Northwestern Indiana Regional Planning Commission Southport Rd Portage, Indiana 46368

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

REQUEST FOR QUOTATION

1. Do the two Gillig 40 (2401H & 2402H) Hybrid have batteries, if so, what type? IPTC Response: Yes, I believe phosphate.

INVITATION TO BID Fort Morgan Golf Course Golf Carts

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

(ADDENDUM COVER SHEET)

The bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP

May 11, 2018 On or before 2:00pm

PROPOSAL FORM 2014 FUEL BID

Request for Quote # Armored Vehicle for Hammond Police Swat Team

#2018-RFP-06. Utility Work Carts

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

Destin Beach Safety ATVs, UTV, and Waverunner

Everything You Need! Phone , Ext. 229

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

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

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

PURCHASING DEPARTMENT

Request for Proposal Snow Blower October 12, 2015

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION

, :00 PM

Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

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

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

REQUEST FOR PROPOSALS EAGLE COUNTY RECYCLE DROP-OFF COLLECTION CONTAINER HAULING

QUEENS LIBRARY BUILDINGS AND GROUNDS COMMITTEE THURSDAY, DECEMBER 21, Central Library Merrick Blvd., Jamaica, NY AGENDA

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

REPORT TO MAYOR AND COUNCIL

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

Town of South Windsor, Connecticut. Police Department

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

SUBJECT: CONTRACT C080S, HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18, PETERSON HYDRAULICS AND ROTARY LIFT, A JOINT VENTURE

P2000 RAIL CAR AUXILIARY INVERTERS

Department of Finance Purchasing Department INVITATION TO BID

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

NOCK/PRC/03(1218)2016-

AGENDA ITEM C3. RECOMMENDATION: Approve Contract No with Lavandera Electrical

Instructions for Submittal of a Annual On-Street Valet Parking Permit

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

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

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

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

ADDENDUM 02. To All Bidders:

PRINTING OF BMI WHEELS

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

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

CURBSIDE RECYCLING TRUCK

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT AFFIDAVITS

REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY

Instructions for Submittal of a Annual On-Street Valet Parking Permit

ROCK RIVER WATER RECLAMATION DISTRICT ADDENDUM NO. 1 TO THE INVITATION TO BID UNLEADED GASOLINE AND DIESEL FUELS SUPPLY ITB #

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

Pursuing Excellence in Public Service. November 14, Dear Interested Bidder:

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

Transcription:

ADDENDUM NUMBER 1: NOVEMBER 12 th, 2013 BID # 2014-31 VEHICLE EXHAUST EXTRACTION SYSTEMS FOR THE CITY OF BLOOMINGTON FIRE STATIONS Unless explicitly noted below, all specifications will remain as originally prepared. Any variations or claims of equality or superiority must be demonstrated, proven and tested to the satisfaction of the City. A signed copy of this addendum must be submitted either: (a) With your completed bid, OR (b) If you submitted your bid prior to receiving this Addendum, you must return this addendum in a sealed envelope with the bid identification clearly noted in lower left-hand corner of the envelope. The City will NOT return your submitted bid; therefore, you MUST submit this addendum in a new envelope. 1. The Bid Due Date has been rescheduled to Tuesday, November 26, 2013 at 2:00p.m. Central Time. 2. Who decides the location of the fans, the Contractor or the City of Bloomington? The contractor 3. What is the population of the City of Bloomington? Approximately 77,071 4. How many calls does the City of Bloomington Fire Department roughly receive every year? Approximately 10,000 5. Would the number of calls in Normal be comparable to Bloomington? No. Normal receives approximately 3500 calls per year. 6. Will each vendor have an opportunity to show their product? No. 1

7. Who provides the Performance Bond? The contractor is responsible for providing a performance bond. 8. Are there vertical stacks at Station #3? No. 9. Vendor shall provide a system that will easily accommodate future modifications to accommodate exhaust evacuation regardless of apparatus tailpipe locations. The possibility of expansion in the future is important. The ideal system to be selected should be expandable. 10. Prior to site visits, the equipment list for each station was: Station #1-3 drive thru rails (serving 4 vehicles) and 2 vehicles, each designated for a track to back in / pull out. Station #2-3 drive thru rails ( serving 6 vehicles), intended for tandem application. Station #3-5 tracks (serving 5 vehicles) to back in / pull out Station #4-1 drive thru rail (serving 1 vehicle), and 2 vehicles, each designated for a track to back in / pull out. This list was agreed upon based on the provided drawings of the vehicle locations and the premises that all vehicles have passenger side tail pipes. During the site surveys we noticed that at least 6 vehicles have driver side tail pipes. Four of these vehicles were medics. (all vehicles were not present during the survey) In past experiences, the manufacturer of these vehicles for bid modification to the tail pipes and/or their exhaust systems. This situation conflicts the equipment list as intended and/or the parking location as shown on the drawings. How are we to proceed? Exhaust extraction systems should be designed and installed to accommodate the current vehicles in their present locations. Headquarters (310 N. Lee Street) Medic 1 (driver s side tailpipe) All other unit passenger side tailpipes Station #2 (1911 Hamilton Road) Medic 2 (driver s side tailpipe) Haz-Mat 1 (driver s side tailpipe) Squad 4 (driver s side tailpipe) All other unit passenger side tailpipes Station #3 (2301 E. Empire) Medic 3 (driver s side tailpipe) All other unit passenger side tailpipes Station #4 (1705 S. Morris Ave.) Medic 4 (driver s side tailpipe) All other unit passenger side tailpipes 2

11. What is the location of all the tailpipes? See the answer to question #10. 12. In regards to Station #3, Truck #3 drives thru the bay, turns around and then pulls back in. 13. What engines/stations are drive thru/tandem? Station 1: Engine 1, Truck 1, Engine 7 and Assistant Chief are drive thru. Medic 1 bay is a tandem Station 2: All 3 bays are drive thru. Station 3: Truck 3 is drive thru, all others are tandem. Station 4: Engine 5 is drive thru. Engine 3 and Medic 4 are back in and pull out. 14. Who will be required to do tailpipe modifications? No modifications to Fire Department vehicles are allowed without prior approval from Deputy Chief Vaughn. No tailpipe or other modifications to BFD apparatus that might void manufacturers warranties will be allowed. 15. Who will be responsible for supplying electric? The Contractor 16. Contractor needs to be licensed with the City of Bloomington. Will permit fee and contractor license fees be waived? Permit fees pertaining to the project will be waived. Any fees associated with becoming a licensed contractor with the City of Bloomington is the contractor s responsibility and will not be waived. 17. How will the City of Bloomington base performance quality? Ability of equipment to adhere to the overall needs addressed in the specifications and appropriate variances; Ability of equipment to evacuate exhaust; Ability to be modified as needed; Ability to provide acceptable references; Conformity to City Budget. 18. What warranty does the City of Bloomington want? See page 24, item 30 of bid packet. System must be covered for warranty of not less than (5) five years of full parts and labor complete. 19. How shall a bidder provide service center locations and response times? This shall be included in writing with your bid submittal. 20. What amount of training is the City of Bloomington expecting? See page 24, item #31 and bid forms of bid packet. Training is to be provided by bidder at the time of installation to the Fire Staff for the use and operation of the Vehicle Exhaust Extraction System. Training must be provided to each shift at each Fire station. A minimum of (3) three days. 3

21. Are there electronic plans available? No, a PDF version is available and drawings are including in this addendum. 22. In order to get an accurate electrical quote the electrician will need to look at the stations. Is it okay to have the electrician contact you to arrange access to the stations? BFD will make the stations available for each interested firm s electrical contractors. Please give Deputy Chief Vaughn advance notice before the visit. Vendor supplied exhaust evacuation operating system shall conform to existing conditions/power supply at each fire station. BFD will allow bidders to evaluate each fire station in regards to electrical supply for this system. 4

5

6

7

8

9

10

Firm Authorized Signature Date PLEASE NOTE: Failure to return the signed addendum with your sealed bid will result in disqualification from this bid. Misty Shafer, Procurement Specialist 11/12/2013 END OF DOCUMENT 11