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

Size: px
Start display at page:

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

Transcription

1 Mailing Address: P. 0. Box 1948 Mobile, Alabama (251) CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama BID SHEET This is Not an Order READ TERMS AND CONDITIONS ON REVERSE SIDE OF THIS PAGE BEFORE BIDDING Typed by: DATE sd Buyer: 006 Please quote the lowest price at which you will furnish the articles listed below BID NO. DEPARTMENT Commodities to be delivered F.O.B. Mobile to: 05/20/2016 I 4946 I Fire I To Be Specified This bid must be received and stamped by the Purchasing office not later than: t0:30 AM. Thursdav. June Bid on this form ONLY. Make no changes on this form. Attach UNIT PRICE EXTENSION QUANTITY ARTICLES any additional information required to this form. UNIT Dollars Cents Dollars Cents Appx 25 to PROTECTIVE HELMET FOR STRUCTURAL FIREFIGHTING, 300 TRADITIONAL STYLE HONEYWELL MODEL EVl, OR EQUAL. See attached Specifications. Make Model Provide literature and specification on product bid. Upon award the City of Mobile will purchase a minimum of 25 Traditional Style Firefighting Helmets. Helmet to be NFPA Certified. All pricing shall be firm for a 1 year period following the Award of this bid. At the option of the City of Mobile and the successful vendor. The award(s) of this bid may be extended for 2 additional 1 year periods. All pricing shall be delivered pricing, FOB Mobile, Alabama. The City of Mobile will not add freight charges, fuel surcharges, handling charges, etc., after the fact. DIFFERENT PRICES FOR DIFFERENT COLORS IS NOT ACCEPT ABLE. All vendors will be required to provide verification of enrollment in thee-verify program. Additional information may be found at TOTAL RETURN ONE SIGNED COPY OF THIS BID IN ENCLOSED ENVELOPE State delivery time within days of receipt of P.O. Firm Name We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. Typed Signature By==----

2 1. All quotations must be signed with the firm name and by an authorized officer or employee. 2. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. In case of error in extension of prices, the unit price will govern. 3. If you do not bid, return this sheet and state reason. Otherwise, your name may be removed from our mailing list. 4. The right is reserved to reject any, or all quotations, or any portions thereof, and to waive technicalities if deemed to be in the interest of the City of Mobile. 5. This bid shall not be reassignable except by written approval of the Purchasing Agent of the City of Mobile. 6. State brand and model number of each item. All items bid must be new and latest model unless otherwise specified. 7. If bid results are desired, enclose a self-addressed and stamped envelope with your bid. (All or None bids only) 8. Do not include Federal Excise Tax as exemption certificate will be issued in lieu of same. The City is exempt from the Alabama and City sales taxes. 9. PRICES ARE TO BE FIRM AND F.O.B. DESTINATION UNLESS OTHERWISE REQUESTED. 10. BID WILL BE AWARDED ON ALL OR NONE BASIS UNLESS OTHERWISE STATED. 11. Bids received after specified time will be returned un-opened. 12. Failure to observe stated instructions and conditions will constitute grounds for rejection of your bid. 13. Furnish literature, specifications, drawings, photographs, etc., as applicable with the items bid. 14. Vendor May be required to obtain City of Mobile Business License as applicable to City of Mobile Municipal Code Section For Business License inquiry contact the Revenue Department at (251) or cityofmobile.org/taxes.php. 15. If a bid bond is required in the published specifications, see below: Each Bid Shall be Accompanied By A Cashier's Check, Certified Check, Bank Draft Or Bid Bond For the Sum Of Five (5) Percent Of The Amount Bid, Made Payable To The City Of Mobile And Certified By A Reputable Banking Institution. All Checks Shall Be Returned Promptly, Except The Check Of The Successful Bidder, Which Shall Be Returned After Fulfilling The Bid. 16. Contracts in excess of $50,000 require that the successful bidder make every possible effort to have at least fifteen (15) percent of the total value of the contract performed by socially and economically disadvantaged individuals. 17. All bids/bid envelopes must have the bid number noted on the front. Bids that arrive unmarked and are opened in error shall be returned to vendor as an unacceptable bid. 18. If successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Alabama Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See Please note that the time between application for and issuance of a Certificate of Authority may be several weeks. 19. Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State to submit a bid, but will need to obtain the Business License and Certificate of Authority, if applicable, prior to issuance of a Purchase Order.

3 BID CONTINUATION SHEET Page of QUANTITY ARTICLES Bid on this form ONLY. Make no changes on th is form. Addit ional in UNIT PRICE EXTENSION formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Dollars Cents Page 2 of2 Ifthe successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See: Please note that the time between application for the issuance of a Certificate of Authority may be several weeks. Upon notification, vendor will have I 0 business days to provide the Certificate of Authority and the E-Verify numbers to the Purchasing Department before award can be completed. (Vendors will possibly need to pay the expedite fee to meet this requirement because application is not sufficient. We must have a copy of the certificate with your Company ID number). Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State, nor the E-Verify for certification to submit a bid, but will need to obtain the Business License and Certificate of Authority verification and/or provide the E-Verify Certification, if applicable, prior to issuance of a Purchase Order. For additional information, contact: City of Mobile Purchasing Department Bobby Irby (251) gurchasing@cityofmobile.org TO BE AWARDED ALL OR NONE TOTAL RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name By We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order.

4 -- This specification defines the minimum requirements for a firefighter's traditional styled structural protective helmet. The purpose of the helmet is to provide limited protection to the head of structural firefighters during the normal performance of their duties as defined by the National Fire Protection Association's standard NFPA 1971, Protective Ensemble for Structural Fire Fighting, Current Edition (hereinafter referred to as NFP A 1971 ). In the absence of comment on a particular point, industry standard practice shall be presumed to prevail. Workmanship and material shall be first quality throughout. All exceptions to specifications must be clearly spelled out at the time of bid. In the absence of comment to a specific point, the bidder is required to furnish a wholly compliant helmet or his bid will be disqualified. The manufacturer must certify that the products proposed in its bid meet or exceed all requirements ofnfpa The manufacturer must also list and label this product with a label identifying the third party certification organization prescribed in NFP A All certification testing and test preconditioning must have been performed by an ISO certified laboratory The manufacturer shall be registered to ISO 9001, Quality Management Systems Requirements, The manufacturer must provide a warranty against defects in materials and workmanship with the bid package. For liability reasons, the products must be supplied by a company with their assets and incorporation within the United States of America or Canada. Labels shall be integrally printed onto materials that meet all the requirements for labels of NFPA The manufacturer shall provide City of Mobile a user information guide for the helmet. Topics shall include, but not necessarily be limited to: pre-use information, preparation for use, inspection frequency and details, don/doff, use consistent with NFPA 1500, maintenance and cleaning and retirement and disposal criteria and considerations This document shall be packaged with each helmet. This written information shall be in complete compliance with NPF A 1971 requirements, and shall reference it. The manufacturer shall provide a computer maintained traceability program which allows the assignment of a production control number to each helmet. The traceability program must be capable of tracing the helmet through production, from materials used to the assignment of the helmet to the individual firefighter. The production control number shall be recorded on the helmet label and on other protected areas of helmet. The manufacturer shall be capable of providing onsite or internet training to department personnel who are involved with the daily use of the helmet tracking program, and if there is an additional cost involved for this service, the Bidder must disclose those costs at the time of bid. Labels on each helmet shall include a standard style interleaved 2 of 5 barcode containing (at a minimum) an individualized serial number for asset tracking purposes.

5 The complete helmet, chinstraps, and ear covers shall be tested for flame resistance and shall comply with the requirements ofthe NFPA 1971 flammability tests for helmets. The manufactw-er shall provide a sample within five working days (excluding holidays) from the time of written notification of such request. All thread used in sewing of ear covers, chinstraps, and overhead Nylon straps shall be Nomex The helmet shell shall be of a universal size. Sizing adjustments shall be accomplished as described in the section titled Suspension, Headband and Retention Systems. The following standards in their active versions on the date of invitation for bid shall form a part of this specification to the extent specified herein. STANDARD TITLE ASTM D Standard Practice for Stitches and Seams NFP A 1500 Standard on Fire Department Occupational Safety and Health Program NFP A 1851 Standard on Selection, Care, and Maintenance of Structural Fire Fighting Protective Ensembles NFPA 1971 Standard on Protective Ensemble for Structural Fire Fighting Design shall be a traditional American Fire Service style helmet, which shall include on the exterior of the helmet dome: a major longitudinal ridge, a major transverse ridge, and minor diagonal ridges. The brim shall be of a traditional "watershed" design, include decorative vine scrollwork on the upper brim, and have a decreasing radius downward slope at the rear of the brim. The brim, when measured from the dome and brim intersection point 1.55 inches (40 mm) in the front, 1.23 inches (31.25 mm) at the sides, and 2.75 inches (70 mm) at the rear. An upper mounting bracket for a leather front shall be cast aluminum alloy Eagle with a gold plate finish. Forward/rearward movement to fit various style leather fronts shall be provided by inch (1.11-cm) slots in the base of the Eagle where it shall be mounted to the front of the longitudinal ridge using three (3) threaded stainless steel rods, flat washers, lock washers and six solid brass dome nuts. The Eagle shall also have a stainless steel brace that attaches to the Eagle beak to prevent entanglement with wires or other possible snags. On black, red, orange, blue, green and yellow helmet shells, there shall be black, impact resistant, and fire retardant edge beading. White helmets shall have white edge beading available. A hanger loop with at least 1.15 inches (2.92 em) inside dimension shall be mounted at the rear of the helmet brim and shall be held in place by means of a bracket. Both of these components shall be gold anodized aluminum and fastened to the helmet with a machine screw, lock washer and dome nut meeting hardware specifications outlined in the General Helmet Hardware section.

6 A lower mounting bracket for a leather front shall be a "U" shaped bracket molded of nonconductive fiber reinforced thermoplastic. The "U" bracket shall be mounted to the lower front portion of the helmet, just above the brim using screws and nuts that meet the hardware requirements of Section The helmet shell shah be made of a unique formulated compound of a reinforced tiberglass, FR additives and custom pigments. The shell shall be available in black, white, red, orange, blue, green and yellow. The shell shall exhibit superior levels of energy dissipation and penetration resistance. This shall allow the helmet a much lower center of weight location. Additionally, the internal sixpoint overhead suspension straps shall be long enough to allow for a lower shell ride on the head to improve fit, while reducing fatigue and helmet instability during use. All threaded rods, machine bolts, machine screws, dowel rods and hex nuts shall be stainless steel. All dome nuts and threaded inserts used in plastic parts shall be brass. All split style lock washers used shall be bronze or stainless steel. Postman slides for chinstraps shall be nickel plated zinc alloy. Quick release buckles for chinstraps shall be high-temperature, flame retardant, thermoplastic material. The helmet shall be equipped with internal face/eye protection certified to the NFPA 1971 current edition, Standard on Protective Ensemble for Structural Fire Fighting. The face/eye protection shall be deployed by pushing up on the lens allowing the spring-loaded lens to slowly lower to a stop that is adjusted by the individual. The lens shall also have a soft plastic molded nos.epiece to prevent cuts and burses to the bridge of the nose. The face/eye protection shall be stowed by pushing up on the lens to engage a latch. The helmet shall also have a swing latch that locks the face/eye protection in place during shipping and storage. The internal sizing and impact dissipation systems of the helmet shall be comprised of the following components: Suspension mounting ring; adjustable headband/ratchet with padding leather; easily replaceable, washable coverings and a six-point overhead strapping/suspension system. The suspension-mounting ring shall be injection molded, high-temperature thermoplastic. It shall be firmly attached to the shell with two screws each at the right and left side molded-in "wings," that are screwed and acorn brass nuts mounted on the top side of the helmet brim. The mounting ring shall have a minimum of six cavities to accept the mounting tabs for the overhead suspension system. When measured across the bottom of the ring opening, the internal side-to-side measurement shall be no less than 7.25 inches (181 mm), and the front-to rear 8.7 inches (214 em) to accommodate firefighters with larger heads and other specialized protective items such as SCBA masks, hoods, etc. The entire headband (excluding ratchet-sizing assembly) shall consist of a one-piece injection molded part for strength, durability and comfort (particularly while using SCBA masks). Self-adhesive cushion padding, 3/8 inch thick (9.53 mm thick), shall be applied to the inside

7 diameter of the headband and ratchet. The cushion pad shall run from just forward the side straps on both sides of the headband and the full length of the inside diameter of the ratchet. The headband shall mount to the inside of the mounting ring with 3 tabs with 1.4 x 2.0 inch (35.5 x 50.8 mm) hook matting with self-adhesive 2 inch tall (50.8 mm) loop mounted on the interior of the helmet ring. The positioning on the three tabs shall allow a full 1.5-inch (38.1 mm) adjustment for custom fitting the headband to the individual's preference. The headband/ratchet shall offer adjustments from slightly smaller than size 6.5 to 9 inches (163 to 239 mm). The separate headband and ratchet covers shall be made from high grade soften leather. The headband cover shall also be sewn to a black mesh comfort cap to allow the top of the head to ventilate. Both the headband and ratchet cover shall wrap around their respective components and be removable/replaceable for washing and/or replacement purposes by means of hook fastener tape. A set of three proportional length nylon overhead straps and six mounting tabs shall be located to run between the following suspension mounting ring bosses, side to side and on each of the two diagonals. For safety reasons, since the helmet will be worn in high temperature environments, the overhead strapping material shall not be exposed to the external environment on the underside of the helmet. Standard trim shall be eight lime yellow 2-inch-high (5.1-cm-high) Reflexite trapezoids. Customer may select other types of trim for a small upgrade charge. Ear cover shall be constructed with two layers of black FR material. The ear cover shall have four sewn buttonhole slots to allow attachment of the ear cover to four suspension strap tabs and hook/loop fastening to the rear of the inner helmet ring. The chinstrap shall be made of0.75-inch-wide (1.9-cm-wide) black FR spun fiber webbing and incorporate a double buckle quick-release; with a postman slide, length adjustment on the wearer's left side. The loose end of the strap shall feature storage by means of a hook and loop fastener. The strap shall be installed to the helmet ring at the side locations by inserting the self latch tabs. The ring shall have slots adjacent to the tab that allows easy removal of the chinstrap for replacement or reversing the selection of left or right handed position of the quick release buckle.

8 PURCHASING DEPARTMENT MOBILE ALABAMA Potential bidders are responsible to check this site for any ADDENDUMS that are issued. It is the responsibility of the BIDDER to check for, download, and include with their BID RESPONSE any and all ADDENDUMS that are issued for a specific BID published by the City of Mobile. Failure to download and include ADDENDUMS in your BID RESPONSE may cause your bid to be rejected. This is a sealed bid. Any responses faxed or ed will be rejected. This is a sealed bid. Any response must be submitted in a sealed envelope with the bid number and bid opening date on the outside of the envelope. Any response that arrives improperly marked or with no bid number and opening date on the outside of the delivery or express package and opened in error will be rejected and not considered. It is the responsibility of the bidder to insure that their bid response is delivered to and received in the Purchasing Department before the date and time of the bid opening. Be sure to read the Terms and Conditions. All bids are F.O.B. Destination unless otherwise stated. Be sure to sign your bid! Package/Bid Delivery Address: Purchasing Department 205 Government St. Room S408 Mobile, AL (Request First Delivery) City of Mobile I P.O. BOX 1827 Mobile, AL