Rowan County is re-bidding project #2023-007 and is requesting bids on two (2) mobile 500 Gallon Attack Foam Trailers to be used as firefighting units

expired opportunity(Expired)
From: County of Union(County)
358-2023007a

Basic Details

started - 08 Nov, 2022 (17 months ago)

Start Date

08 Nov, 2022 (17 months ago)
due - 21 Nov, 2022 (17 months ago)

Due Date

21 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
358-2023007a

Identifier

358-2023007a
County of Union

Customer / Agency

County of Union
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID FOR ROWAN COUNTY Two (2)500 Gallon Attack Foam Trailers # 2023-007a ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 704-216-8178 jody.farrow-bennett@rowancountync.gov Date Issued: Tuesday, November 8, 2022 Date Due: Monday, November 21, 2022, at 3:00 PM ET Administered By: Jody Farrow-Bennett, Purchasing Director mailto:jody.farrow-bennett@rowancountync.gov Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 2 N OT IC E T O BID D ERS INVITATION TO BID Two (2) 500 GALLON ATTACK FOAM TRAILERS Rowan County is re-bidding project #2023-007 and is requesting bids on two (2) mobile 500 Gallon Attack Foam Trailers to be used as firefighting units. All bids submitted must meet or exceed the time frame and the product/service specifications as outlined in this Invitation to
Bid (ITP). Bids for the Rowan County Foam Trailers will be accepted until November 21, 2022, at 3:00 pm ET at the Rowan County Purchasing Department, 130 West Innes Street, Suite 31, Salisbury, North Carolina 28144. Bid documents may be obtained by contacting the Rowan County Purchasing Director or from the County website at: Rowan County Purchasing Department Attn: Jody Farrow-Bennett, Purchasing Director 130 West Innes Street, Suite 31 Salisbury, NC 28144 704-216-8178 jody.farrow-bennett@rowancountync.gov https://www.rowancountync.gov/675/Purchasing Submission of any bid signifies the Bidder’s agreement that their bid and the content thereof, are valid for ninety (90) calendar days following the submission deadline and will become part of the contract that is negotiated between Rowan County and the successful Bidder. All prices submitted with the bid shall remain in effect for the ninety (90) day period. Once the ITB is public all questions related to the ITB shall be directed to the Purchasing Director. Any contact related to the ITB with County Staff and/or Board of Commissioners will be prohibited and cause for rejection. Rowan County reserves the right to award and/or reject any and/or all bids and waive any technicalities or irregularities. For complete details, consult the bid package. This is the 8th day of November 2022. Rowan County By: Jody Farrow-Bennett Director of Purchasing mailto:jody.farrow-bennett@rowancountync.gov https://www.rowancountync.gov/675/Purchasing Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 3 Intent of Request for Bids The following specifications are for a mobile foam trailer of 500-gallon capacity with various options and accessories for use as a firefighting unit. The trailers shall be able to proportion Class A and B type concentrates. The trailers are intended to be towed by a support vehicle to the scene of a fire and/or various types of spills for the purpose of resupplying foam concentrate to fire apparatus and/or proportioning foam for fire attack. A one-person operation shall allow for the proportioning and resupplying of foam concentrate to the operating vehicles at the scene of major incidents. Product shall be completely brand new and of the best quality materials currently used in commercial practice for emergency vehicle fabrication. Materials that deteriorate when exposed to sunlight; extreme weather or operational conditions shall not be used or shall have a means of protection against such conditions that will not prevent compliance with performance standards. Protective coatings that chip, crack, or scale with age or extremes of climatic conditions or an exposure to heat or cold shall not be used. The Vendor shall demonstrate that the product offered for these trailers are a proven type of foam resupply trailer of a type that has been manufactured for (and successfully used by) other emergency services. The vendor shall be certified to the ISO 9000:2001 standard. A user list of at least 75 trailers in field use must be submitted. The trailers must be road tested prior to delivery. The foam resupply trailers offered shall comply with all applicable and Motor Carrier Safety Regulations concerning size, weight, brakes, lights, load rating and balance. Conformance must meet FMVSS # 108, FMVSS #115, FMVSS # 120, and FMVSS # 125 as stated in FCR title 49. The trailers shall comply with the NFPA 1901-chapter 26 Standard on fire department trailers. Weight shall be distributed equally as practical over the axles and tires of the fully loaded vehicle. Fully loaded units that are unbalanced during stand-alone or while being towed will not be accepted. Tires shall have equal axle or exceed weight rating. The use of proven nonmetallic materials in lieu of metal is permitted if that use contributes to reduced weight, lower cost or less maintenance and there is no degradation in performance or increase in long term operations and maintenance costs. The foam resupply trailers must be constructed with lowest possible center of gravity when fully loaded with foam concentrate, tools and the appliances specified herein. Performance must be commensurate with smooth and safe highway and moderate off highway operation. Proper weight and balance configuration is essential. Instructions For Respondents This specification establishes standards for the design, construction, and performance of two (2) 500 Gallon Attack Foam Trailers. Responses will not be accepted after the due date and time stated in the RFP. Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 4 Payment shall be made in accordance with these specifications and the Response submitted by the Respondent. Payment will be made upon acceptance of the vehicle(s) and equipment specified in this document. Responses received shall be evaluated by the County. This evaluation will be based on but not limited to; references and/or manufacturer’s experience, completeness of response, exceptions, price, and delivery schedule. Price alone will not be considered the determining factor in selection of the supplier. Responses taking total exception to these specifications will not be accepted. Any exception to the provisions in these specifications must be marked in the body of this document and itemized on a separate attached page(s) titled EXCEPTIONS. Referenced by section and paragraph, a detailed explanation of the exception shall be provided along with by the respondent’s alternative response. Responses not following this format shall not be considered. NO EXCEPTIONS TO THIS SECTION. The respondent shall indemnify and save the County harmless from any and all claims, liability, losses, and causes of actions which may arise out of the fulfillment of this agreement. The Respondent shall pay all claims and losses of any nature whatsoever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may ensue thereafter. Failure to deliver any part of the order to the terms required may be considered by the respondent as a breach of contract. In such case the vehicle/equipment may be rejected, and the purchaser shall retain the right to require forfeiture of the full amount of the Performance Bond (if required) as liquidated damages. Failure to deliver the vehicles as specified in this RFP within 180 days of the receipt of the Purchase Order shall allow the County to invoke a penalty for non-performance. That penalty, in the amount of $200 per day per unit for every day beyond the 180 days specified, may be wholly or partially enforced at the discretion of the County. Is this requirement understood and met? Yes ____ No ____ Respondent’s initials: ______ When submitting their Response, Respondents must return all pages of these specifications as part of the Response as it will form the Contract between the respondent and the County. Caution should be taken by the Respondent that all questions are answered in the spaces provided and that all information requested is provided. It is the Respondent's responsibility to be familiar with all federal, state, and local laws, ordinances, codes, and regulations concerning the submission of this RFP and the work it effects. Ignorance of said enactments shall not relieve the Respondent of responsibility to comply or complete the work as proposed. In the event a clarification is requested on the contents of this specification, the question shall be addressed via email or in writing to: Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 5 Rowan County Purchasing Department Attn.: Jody Farrow-Bennett 130 W. Innes Street Salisbury, NC 28146-8388 jody.farrow-bennett@rowancountync.gov When a Respondent requests clarification, a copy of the request and the County’s reply will be forwarded to all Respondents. The vehicle(s) shall, at the time of delivery, conform to the minimum requirements of the latest standards covering vehicles of this type. This shall include Federal, State, and local requirements. In the event the respondent represents more than one foam trailer manufacturer meeting the manufacturer requirements outlined herein, then the respondent shall “only” offer the highest quality vehicle(s) that the respondent represents. Multiple responses from the same respondent on different manufacturers may be accepted if more than one manufacturer exhibits the same quality standards. This purchaser is seeking quality equipment. Respondents are asked to offer only the product(s) of the highest level of quality represented by that respondent. Is this requirement understood and met? Yes ____ No ____ Respondent’s initials: ______ By signing this document, the Respondent agrees that this Response is made without any understanding, agreement, or connection with any other person, firm or corporations making a response for the same purpose, and that this response is in all respects fair and without collusion or fraud. Current literature and detailed specifications on the unit proposed shall be included with the response submittal. TYPE OF RESPONSES TO BE SUBMITTED The information requested within the response must be furnished in full. Any respondent not completing this response or not furnishing any required information will not be considered. If a respondent will not furnish a material or fabrication process exactly as described in this specification, then that difference must be designated in the list of exceptions. If a substitution is being proposed, then the respondent must note the section to which the alternative is being proposed and provide technical data, supported by an engineer, supporting the fact that the substitute is equal to or better than the item as specified. If this data is not submitted by the deadline for approved equal request and approved; if a bid is then submitted in the bid response, then the response shall be rejected as being non-compliant. Respondent added narrative describing a substitution as being clarification, exceeding, being equal to, etc. will not be accepted. Statements such as these, with or without the technical data described in this section, will cause the response to be rejected as being noncompliant. This County reserves the right to require samples of any deviating material to be provided for evaluation. Does the respondent comply with these requirements? Yes ____ No ____ mailto:jody.farrow-bennett@rowancountync.gov Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 6 Important Dates Issue Date: Tuesday, November 8, 2022 Deadline for Submitting Bids: Monday, November 21, 2022 at 3:00 PM ET Submission of Bids Bids must be presented on the Bid Response Form attached to the specifications in a sealed envelope and mailed or delivered to: Rowan County Purchasing Department Attn: Purchasing Department 130 West Innes Street, Suite 31 Salisbury, NC 28144 The package shall be sealed and plainly marked “ITB 2023-007a Foam Trailer”. Bidders must submit one original sealed bid. No responsibility shall be attached to Rowan County (the County) for the premature opening of any bid not properly addressed or identified. This will be a public bid opening. Once bid is awarded all bidders will receive notification. Sealed Bids are due on Monday, November 21, 2022, at 3:00 PM ET in the J. Newton Cohen, Sr. Administration Building at 130 West Innes Street, Suite 31, Salisbury, North Carolina. Failure to submit a Bid by this deadline will disqualify the Bidder from consideration in this project. Request for Clarification The County will not be bound by or be responsible for any interpretations or conclusions drawn from this ITB. All questions or requests for clarification or additional information must be submitted in writing no later than 5:00 pm on Tuesday, November 15, 2022. These written questions or requests must be submitted to Jody Farrow-Bennett, Purchasing Director, by mail or e-mail. Any questions the County feels are pertinent to all interested bidders will be delivered to all participating bidders as addenda to this ITB. All addenda will be posted on the County website https://www.rowancountync.gov/675/Purchasing and it is the responsibility of the Bidder to check for any addenda. All addenda will be posted by 5pm Wednesday, November 16, 2022. In addition, the County assumes no responsibility for conclusions or interpretations derived from technical and background information presented in this ITB, or otherwise distributed or made available during this procurement process. The County will not be bound by or be responsible for any explanation, interpretation, or conclusions of this ITB or any documents provided by the County, other than those given in writing by the County, through the issuance of addenda. It is the full responsibility of the Bidder to thoroughly investigate the needs/requirements of the County not necessarily assumed in this ITB. https://www.rowancountync.gov/675/Purchasing Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 7 Signed Bid Considered an Offer Receipt of a signed bid shall be considered an offer on the part of the Bidder. The terms, conditions, and specifications of this ITB will become part of the contract if the bid shall be deemed approved and accepted by the County. In the event of a default on the part of the Bidder after acceptance by the County, the County may take such action as it deems appropriate, including legal action for damages or specific performance. Timeline to Execute Contract As time is of the essence, the Bidder is required to begin and/or commence the work to be performed under this contract within the time specified on the Bid Form. Failure by the Bidder to begin and/or complete the work within the contract time shall be assessed a penalty for each day of overrun. The Bidder hereby agrees to execute this contract and that said charges are considered a just and reasonable compensation to the County and said charges shall be deducted from payment. Availability of Funds A contract for this project will be awarded and deemed binding only to the extent of appropriated funds for the purpose set forth in this ITB. Non-Discrimination The Bidder shall not discriminate against any individuals and will take proactive measures to assure compliance with all Federal and State requirements concerning fair employment, employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination based upon age, race, color, religion, sex, national origin, or disability. Collusive Bidding The Bidder’s signature on the Bid Form is a guarantee the prices quoted have been arrived at without collusion with other eligible Bidder(s) and without effort to preclude the County from obtaining the lowest possible competitive price. General Indemnity The Bidder shall save and hold harmless, protect, defend and indemnify the County (including the County Manager, the Board of Commissioners, as well as Rowan County officers, agents and employees) from and against any demand, claim, suit, loss, expense or damage which may be asserted against any of them in their official or individual capacities by reason of any alleged damage to property, or injury to, or death of, any person arising out of, or in any way related to, any action or inaction of the Bidder (including its officers, agents and employees) in the performance or intended performance of this contract, or the maintenance of any facility, or the operation of any program, which is the subject of, or is related to, the performance of this contract. The obligations of the Bidder pursuant to this paragraph shall not be limited in any way by any limitation in the amount or type of proceeds, damages, compensation or benefits payable under any policy of insurance or self-insurance maintained by, or for the use and benefit of, the Bidder. As an integral part of this contract, the Bidder agrees to purchase and maintain, during the life of Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 8 this contract, contractual liability insurance in the amount required in the general liability insurance requirements and to furnish proper evidence thereof with the County named as an additional insured. Assignment The successful Bidder shall be the prime Contractor and shall be solely responsible for all contractual performance. The Bidder shall not assign, transfer, convey, sublet, or otherwise dispose of its agreements with the County, or its rights, title, or interests herein, or its power to execute such agreement, to any other person, company or corporation without the previous written consent and approval of the County. Conflict of Interest All Bidders must disclose in writing with their bid the name of any owner, officer, director, or agent who is also an employee of the County. All Bidders must also disclose in writing with their bid the name of any employee of the County who owns, directly or indirectly, an interest of five percent (5%) or more in the Bidder’s firm or any of its branches or subsidiaries. By submitting a bid, the Bidder certifies that there is no relationship between the Bidder and any person or entity which is, or gives the appearance of, a conflict of interest related to this ITB or project. Errors and Omissions The Bidder shall not take advantage of any errors or omissions in this ITB and shall promptly notify the County of any omissions or errors found in this document. Award Criteria The County will award based on the lowest responsible, responsive bidder, taking into consideration quality, performance, and the time specified in the bids for the performance of the contract. Pricing Submission of any bid signifies the Bidder’s agreement that its bid and the contents thereof are valid for ninety (90) calendar days following the submission deadline and will become part of the contract that is negotiated between the County and the successful Bidder. All prices submitted with the bid shall remain in effect for the ninety (90) day period. Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 9 Rowan County Fire Protection District 500 Gallon Attack Foam Trailer TABLE OF CONTENTS Section I – Trailer, Tank, and Compartments Subsection A – Trailer Unit Subsection B – Foam Tank Subsection C – Fire Attack Equipment Subsection D – Compartments / Storage Section II – Pump Subsection A – Pump Subsection B – Pump Connections and Piping Section III – Painting, Striping, Lettering and Labels Subsection A – Painting Subsection B – Lettering and Striping Subsection C – Labels Section IV – Warranties Subsection A – Trailer and Tank Warranty Subsection B – Other Warranties Section V – Loose Equipment Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 10 Detailed Request for Proposal Specifications I. TRAILER, TANK, AND COMPARTMENTS A. TRAILER UNIT 1. Size: • Not to exceed (approx.) 276” long, 96” wide, 84” high when measured from the ground surface. 2. Frame Weldment • The main trailer platform, cross members and a-frame hitch shall be constructed from rectangle tube steel or C-Chanel. Frame cross members shall be adequately spaced to support the load of the tank as required by the tank manufacturer. A channel shaped rear bumper shall be included at the rear behind the tank to protect the rear of the tank. The lights shall be installed in with protection along the bumper. 3. Axles: • Tandem 6,000-pound sprung axles are to be used on the trailer. Each wheel is to have an individual electric brake. 4. Tires and Wheels: • Minimum 16 ply tires with a capacity of 3,500 lbs. each at 80 PSI. Wheels preferred to be painted steel white spoke style16 X 6 rated at 3,050 lbs. each. Chrome center caps and lug nuts shall be provided. 5. Tow Coupler: • The drawbar coupler shall be sized to fit a 2 5/16” ball and shall be adjustable in height. Safety chains rated 12,000 lbs. per pair shall be provided at the front of the trailer. A breakaway line must be provided to activate brakes should the trailer become uncoupled from the tow vehicle. 6. Jacks/Stands: • Three heavy-duty pound crank down detachable type stands shall be mounted to provide support during standalone trailer operations. A minimum 5,000 lb stand on the front and two 2,000 lb. stands, one each side, at the rear shall be provided. Rear jacks shall be removable. 7. Wheel Chocks: • A set of aluminum wheel chocks, approved for the tire diameter provided, shall be provided to retain the trailer when uncoupled from the tow vehicle. They shall be mounted in brackets secured to the angled surfaces of the street side fender. 8. Trailer Power Cord: Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 11 • A round 7 blade RV type male connector shall be provided at the extreme front of the nose tube with at least a 36” cord extending beyond the front of the trailer. A wiring diagram for proper interface between the tow vehicle and the trailer shall be provided. The main power cord shall terminate into a main sealed junction box located under the nose of the trailer. All wiring shall extend from this box as required. Wiring shall be heavy-duty, all- weather type insulated sized properly for all applied loads and protected from damage by foam concentrate overflow and normal use. All wiring to be GXL cross linked with color coded function as practical. All wiring shall be protected and firmly attached to the frame. 9. DOT Lighting and Reflectors: • The trailer lighting shall comply with FMVSS section 108 of FCR 49. There shall be two combination LED stop-tail-turn lights mounted into a channel bumper at the rear of the trailer. Individual LED clearance lights on brackets shall mark the corners and rear of the trailer as required. An LED license plate light and bracket shall be located on the street side rear tapered plane of the fender. Reflectors shall be located on the sides and rear of the trailer frame. 10. Warning Lights: • There shall be two 12 volt 3” x 7” LED red flashing warning lights mounted on the rear and both sides of the trailer for a total of 6 lights. These shall be powered by the tow vehicle and shall be switched at the front of the trailer. There shall be four 12-volt LED white platform lights provided. There shall be two in the pump area and two at the rear in the work areas. These shall also be powered by the tow vehicle and switched at the front of the trailer. 11. Wiring: • Heavy-duty all-weather type insulated wire sized properly for all applied loads and protected from damage by foam concentrate overflow and normal use. All wiring shall originate from front trailer plug. An electrical schematic is to be provided for wiring tow vehicle. 12. Work Platforms: • There shall be one aluminum diamond plate platform on front A frame of trailer (aft of hitch) and one aluminum plate platform shall be provided at the rear of the trailer. A side running board step shall be provided ahead of and behind the fenders on each side for safe access to accessories located on top of the tank. 13. Gross Vehicular Weight (GVW): Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 12 • The GVWR of the trailer shall not exceed 12,000 pounds. B. FOAM TANK: 1. Size: • The 500-gallon PT II E propylene foam tank shall be manufactured by United Plastic Fabricating or approved equal. Low center of gravity type with adequate baffles. 2. Gauge: • Clear visual liquid level site gauge convenient to operator’s area at the front and the rear of the trailer. 3. Fill Tower: • Two can Poly-tub with hinged liquid tight cover that will prevent foam concentrate from splashing out of the fill tank during movement and provides for reverse filling to control agitation. 4. Vents: • Two 2” pressure/vacuum vents shall be installed into the foam fill tower. 5. Drain: • 1.5” NSTFS drain with valve shall be plumbed off the sump. A plug and chain shall be provided. Outlet shall terminate ahead of the wheels on the passenger’s side of the trailer. C. FIRE ATTACK EQUIPMENT 1. Attack Hosebeds: • Provide two (2) cross lay hose beds across the tank at the rear of the trailer. The cross lay hose beds shall be capable of containing 200’ 1.75” DJ fire hose. Each cross lay shall have a pre-piped 0- .25-.5-1-3-6% 95 GPM eductor with a 2” bronze quarter turn valve plumbed off a dual inlet 6” water manifold. The discharge shall terminate in the hose bed with a 90-degree continuous swivel with 1-1/2” NST male hose threads. Provide a single cross lay hose bed across the tank at the rear of the trailer ahead of the 1 3⁄4” hose beds. The hose bed shall be capable of containing at least 200’ of 2.5” DJ fire hose. The cross lay shall have a pre-piped 0- .25-.5-1-3-6% 250 GPM eductor with a2-1/2” bronze quarter turn valve plumbed off a dual inlet 6” water manifold. The discharge shall terminate in the hose bed with a 90- degree continuous swivel with 2-1/2” NST male hose threads. A cross lay hose bed shall be provided in front of the 2-1/2” cross lay bed capable of containing at least one 50’ lengths of 5” LDH hose. 2. Foam Monitor: • Provide a pre-piped, demountable 1-3% 500-gpm self-educting foam monitor with matching ground base. The ground base shall have a 5” storz inlet. The monitor shall be a lightweight type with truck mount. Monitor to be plumbed off 6” manifold with a 3” Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 13 riser with a 3” bronze body 1⁄4 turn valve. The ground base shall be mounted to the trailer with the appropriate brackets. 3. Remote Proportioning: • A jet pump that is matched to the 500 GPM foam nozzle shall be piped off the 6” water manifold with a 1.5” valve, a 2-1/2” 0-300 psi gauge and a chrome cap. The foam pick up line for this jet pump shall have a 1%-3% selector valve. The jet pump shall have a 1.5" quarter turn valve and a 1-1/2” NSTM discharge. 4. 6” Manifold: • There shall be a 6” stainless steel manifold provided at the rear of the trailer. It shall terminate in 5” chrome NST adapters on each side. The manifold shall be equipped with two 5” gated storz inlet valves with caps. The manifold shall have a 4-1/2” liquid filled pressure gauge and a .75” brass drain. 5. Hose bed cover: • There shall be a single vinyl hose bed cover provided for the three preconnected attack hose beds and for the one 5” LDH supply line hose bed. The hose bed cover shall be black vinyl and will have snaps to secure it to the hose bed walls. D. COMPARTMENTS / STORAGE 1. Top Compartment: • A covered storage compartment for storage of the suction hose and loose equipment shall be provided on top of the tank. The compartment walls shall be integrally welded to foam tank. A gasketed hinged aluminum diamond plate cover with a latch shall be provided. 2. Open top storage. • An open top dunnage area for the storage of ten to fifteen five- gallon foam pails shall be provided on top of the foam tank. II. PUMP A. Pump • One bronze gas-powered rotary gear transfer pump with a flow rate of 50 GPM at 50 psig shall be provided. Pump is to have electric start, integral fuel tank, battery, and recoil start back up. An adjustable relief valve shall be provided and shall be piped back to the foam tank. The return port in the tank shall have an internal pipe that discharges the foam at the bottom of the tank to reduce agitation. • A 12-volt battery to start the pump is to be provided in a weatherproof box with enclosed battery conditioner and weatherproof shoreline plug receptacle. B. Pump Connections and Piping Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 14 • The permanently mounted pump shall be capable of pumping foam concentrate from the tank or from 5- or 55-gallon drums and supplying it to a remote location such as other foam consuming apparatus. • NOTE: All pipes shall feature easy maintenance and/or replacement using grooved couplings. All concentrate piping shall be brass or 304 grade stainless steel. All valves to be bronze full flow port and shall be quarter turn commercial type. • All piping will be labeled with color coded arrows showing the direction of flow in the pipe. SUCTION • Provide one valved 1-1/2” suction line from the foam tank to the foam pump. A second 1-1/2” tank isolation valve in this line shall be provided at the tank for pump service. • Provide one valved 1-1/2” male NSTM branch inlet on main tank to pump (suction) line to allow a suction hose to be connected to the pump and onload the 500-gallon foam tank. Provide a cap with a tether for this 1-1/2” inlet. DISCHARGE • Provide one valved 1-1/2” NSTM discharge outlet from the foam pump with a chrome cap and chain. Provide one valved 1-1/2” tank fill line from the foam pump to the foam tank. The internal tank fill pipe is to extend into and towards the tank bottom to limit foam agitation while filling. A second 1-1/2” tank isolation valve shall be provided in this line at the tank for pump service. III. PAINTING, LETTERING, STRIPING AND LABELS A. PAINTING – The steel trailer frame weldment shall be sand blasted prior to painting. A proven paint system shall be used to prime and paint both the foam resupply trailer only. The color shall be red. • The polypropylene foam tank shall remain unpainted. B. LETTERING AND STRIPING: • Striping and Lettering shall match the Department's apparatus including 4" White Reflective Lettering with black shadow with 4" lettering saying, "ROWAN COUNTY FIRE RESCUE". A 6” chevron pattern of red and yellow strips shall be provided on the rear of the trailer. C. LABELS: • All devices will have fixed weatherproof labels or tags. Instructional plates will be mounted directly adjacent to operational controls. IV. WARRANTIES A. TRAILER AND TANK WARRANTY Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 15 • Provide a (1) year warranty on each trailer frame and components. (Except tires, storage batteries, electric lamps and other devices subject to normal deterioration) Workmanship carries a 1-year warranty. Provide a lifetime warranty on the foam tank. B. OTHER WARRANTIES • All additional equipment shall be covered by the individual manufacturer’s warranty. V. LOOSE EQUIPMENT SUPPLIED: A. Provide the following accessories for use with the foam resupply trailers. 1. Two (2) 1-1/2” clear PVC suction hose, 120” inch long with 1-1/2” NST end fittings. Two each, 18” and a 40” stinger with 90-degree elbow pumping concentrate from 5- and 55-gallon barrels shall be provided. This stinger shall be #80 PVC pipe. The elbow shall have a 1-1/2” NSTF connection and a 1-1/2” ball valve to control the flow of foam at the stinger. 2. Two (2) each PVC 1.5 foam fill tube approximately 48” long with shut off valve. Inlet connection on fill tubes to be 1 1⁄2” NSTF swivel type. 3. Provide two (2) foam pail wrenches. (Loose) 4. Provide two (2) large LDH spanner wrench set with holder mounted at the rear of the trailer. 5. Provide two (2) 120 gpm low expansion nozzle with NST connection and ball valve. Nozzle to be Harrington model HHFN-54-15NH or equivalent. 6. Provide two (2) 120 gpm medium expansion nozzle with NST connection and ball valve. Nozzle to be Harrington model HMFN-M4- 15NH or equivalent. 7. Provide eight (8) 50-foot lengths of Mercedes Textiles Kraken EXO Permatek Color treated 1-3/4 " fire hose with 1-1/2” NH couplings or equivalent. 8. Provide two (2) 50-foot length of Mercedes Textiles MegaFlow Breather DJ 5” LDH hose with Storz couplings or equivalent. 9. Provide eight (8) 50-foot lengths of Mercedes Textiles Kraken EXO Permatek Color treated 2-1/2" fire hose with 2-1/2” NH couplings or equivalent. 10. Provide operational and technical manuals for all equipment and accessories provided. Rowan County Invitation to Bid Date Due: Monday, November 21, 2022, at 3:00 PM ET Foam Trailers Page 16 IT IS AGREED BY THE UNDERSIGNED RESPONDENT THAT THE SIGNING AND DELIVERY OF THIS RESPONSE REPRESENTS THE RESPONDENT'S ACCEPTANCE OF THE TERMS AND CONDITIONS OF THE FOREGOING SPECIFICATIONS AND PROVISIONS, AND IF AWARDED THE CONTRACT BY THIS AGENCY, WILL REPRESENT THE AGREEMENT BETWEEN THE PARTIES. Sign in ink in the space provided below. UNSIGNED bids will be considered incomplete and will be subject to rejection. Name of Firm: ____________________________________________ Signed (in ink): _____________________________________________ (Signature of Officer of Company) Title: _________________________ Date Signed: _____________________ Street Address: _____________________________________________ Mailing Address: _____________________________________________ City: ______________ State: __________________ Zip Code: __________ Phone Numbers: Phone: _________________ Fax: ______________ Email Address: ____________________________________________ Trailer Manufacturer: ____________________________________________ Model Year: ________ Model Designation: ____________________________ Delivery will be made within 180 days of receipt of the purchase order by the Dealer and/or Manufacturer Unit Bid Price: Unit (Each) $______________________ Total (2 Units) $______________________

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Special Procurement: Firefighting Foam Trailer, BNSF

Due: 31 Dec, 2025 (in 20 months)Agency: Police, Oregon State