Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS...

13

Transcript of Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS...

Page 1: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …
Page 2: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

http://airportal.fwacaa.local/Teams/projects/fboequipmentpurchase/Procurement/Bid Documents/bidform95.doc

Form No. 95

BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS

Date: ____

1. Governmental Unit: Fort Wayne-Allen County Airport Authority

2. County: Allen

3. Bidder (Firm):

Address:

City/State:

4. Telephone Number:

5. Agent of Bidder (if applicable):

Pursuant to notices given, the undersigned offers bid(s) to the Fort Wayne Allen-County Airport Authority in accordance with

the following attachment(s) which specify the class or item number or description, quantity, unit, unit price and total amount.

The contract will be awarded by classes or items, in accordance with specifications. Any changes or alterations in the items

specified will render such bid void as to that class or item. Bidder promises that he has not offered nor received a less price than the price

stated in his bid for the materials included in said bid. Bidder further agrees that he will not withdraw his bid from the office in which it is

filed. A certified check or bond shall be filed with each bid if required, and liability for breach shall be enforceable upon the contract, the

bond or certified check or both as the case may be.

Signature of Bidder or Agent

BID OFFER OR PROPOSAL

Return bid price sheet issued with the bid listing each item bid based on specifications published by governing body.

NON-COLLUSION AFFIDAVIT

STATE OF INDIANA)

) SS:

COUNTY)

The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or

agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any

person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from

bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any

other person in reference to such bidding.

He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift,

commission, or thing of value on account of such sale.

Signature of Bidder or Agent Bidder (Firm)

Subscribed and sworn to before me on this day of ______

My commission expires:

Notary Public

County of Residence:

ACCEPTANCE

There now being sufficient unobligated appropriated funds available, the contracting authority of the Fort Wayne Allen-County

Airport Authority hereby accepts the terms of the attached bid for classes or items numbered and

promises to pay the undersigned bidder upon delivery the price quoted for the materials stipulated in said bid.

Contracting Authority Members: Date: _________

Page 3: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 1 of 10

SPECIFICATIONS FOR

ONE (1) NEW 2015 AIRCRAFT DEICER TRUCK

GENERAL:

The Fort Wayne-Allen County Airport Authority (the Authority) will assume the FBO operations at the

Fort Wayne International Airport effective January 2016. This aircraft deicing unit is being purchased for

use as a primary deicing and anti-icing vehicle for general aviation users, commercial carriers, and cargo

aircraft deicing operations.

The deicer shall be capable of deicing or anti-icing all exterior surfaces of general aviation aircraft and

commercial aircraft ranging in size from an MD-80, Airbus 319/320, and Boeing 747/757, and other

similar aircraft.

All bids received for this unit will include all items listed in these specifications, whether supplied by the

manufacturer or not.

The deicer should be built to withstand prolonged periods of use daily during widely varying climate

conditions experienced throughout the Midwest.

All items listed in these specifications are to be considered minimum requirements. All exceptions are to

be noted. Bidders shall state what individual components they are supplying should a component differ

from that specified, and they should state the difference under the compliance section.

Bidder shall state the price based on the total base bid amount.

Bidders should indicate their compliance with the specification by placing a √ in the space provided. All

exceptions to these specifications must be noted.

Delivery of the unit to occur between 60 to 90 days after bid award, and must be coordinated with airport

staff well in advance in order to accommodate the delivery and training schedule.

A copy of these specifications, along with the attached unit price sheet, is to be filled out and returned

with the vendors bid, and submitted in a sealed envelope as per the bid requirements.

All equipment must meet all requirements of OSHA and Indiana Department of Labor as of the date of

delivery.

Questions relating to this bid must be received no later than 5:00 p.m. on April 21, 2015 in order to be

formally addressed as part of this bid solicitation. Questions should be directed to Laura Hakes at

[email protected] , 260.446.3430. All clarifications or changes to the bid document will be issued in

writing and posted on the Authority’s website. It will be the bidder’s responsibility to monitor the

solicitation posting and obtain any addendums that have been issued by the Authority.

Bidders should include a product brochure with their bid.

The unit shall be manufactured in the United States in accordance with IC 5-22-15-21.

Page 4: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 2 of 10

COMPLIANCE

SECTION = √

The deicer shall be of the conventional two-operator mode style.

1 operator drives the chassis , while a second operator performs

the deicing operation from the operator’s basket. ______

Deicer may be of single or dual engine configuration. ______

This unit and components must be newly manufactured (not refurbished). ______

CHASSIS:

Unit may be custom or truck chassis ______

Truck chassis to be diesel engine powered. ______

Chassis shall have standard cab for vehicle driver and one passenger.

Chassis cab shall have overhead observation window with wiper and

washers for overhead viewing of the operators basket from the

driver’s position.

Chassis cab shall provide all standard equipment (heater/defroster,

lights, windshield wipers, electrical gauges and switches,

air suspension driver’s seat with vinyl covering.) ______

Chassis cab shall have heated, electrical remote outside rearview mirrors ______

Chassis cab shall provide aerial boom controls, deicer fluid level gauges,

deicer temperature gauges, deicer heater controls in driver’s area. ______

Chassis shall be equipped with engine block heater. If 2 engine design,

both engines must be so equipped and have a central outlet location. ______

Chassis shall have power steering.

Chassis shall have parking and service brakes that are air or

hydraulic activated. ______

Tires shall be 11.r x 22.5 tubless radial design.

10 lb. ABC fire extinguisher with bracket, mounted.

Page 5: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 3 of 10

Batteries shall be group 31, 900 cca sealed type, quanity dependent

on chassis design. ______

The alternator shall be sized to supply 110% of the maximum

electrical steady load imposed at idle rpm. ______

Amber beacon Whelan model 1200 to be mounted on highest

Point of aerial lift. ______

The chassis drive is to be of the fully automatic type. Either

automotive transmission or hydraulic design. ______

Chassis drive to be maximum of 4 mph with person in basket

or boom raised. ______

Chassis drive engine to be diesel fueled and be adequately sized

for the truck chassis and all deicer functions if single engine design ______

Deicer fuel system shall be capable of chassis and burner operation

for a minimum of 3 hours without refueling during deicing operations. ______

Fuel system to include low fuel warning device in operator cab before

fuel starvation occurs in auxillary engine if so equipped. ______

If auxillary engine is required, engine to be Cummins brand. ______

Chassis drive and steering axles to be sized for complete deicing

unit with full tanks of deicer and diesel fuel. ______

Chassis mounted rear back-up alarm

Intercom communication system for bucket to chassis communication ______

AERIAL LIFT DEVICE:

The telescopic boom shall conform to all applicable national safety

and stability regulations at time of manufacture. Outriggers or other

ground contact devices shall not be allowed. ______

Aerial boom shall have overall minimum lift height of 42 feet. ______

Boom rotation shall be 350 degrees minimum non-continous. ______

Page 6: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 4 of 10

Full boom function controls shall be provided with override switch

for driver of chassis. ______

An emergency hydraulic pump powered by the electrical system shall

be provided in the event of engine malfunction shutdown. Operation

of this pump shall be from ground or basket. ______

Minimum boom lifting capacity to be 300lbs. ______

The open operator’s basket shall contain all controls for boom .

Movement and spraying deicing and anti-icing fluids. ______

Operator’s basket shall include OSHA approved restraint and

fall prevention equipment ______

Opertor’s basket shall include a two way communications system

for communication with the vehicle cab. ______

All operator basket controls to be joystick type. ______

All properly sized deicer nozzles will be provided. ______

An emergency stop button shall be provided in the operator basket. ______

Two (2) led work lights shall be provided on the operator basket. ______

FLUID SYSTEM:

The fluid handling system shall be compatible with all types of

commercially available deicing and anti-icing fluids. ______

The fluid tanks shall be polypropylene or stainless steel construction. ______

The deicer storage tank shall be 1600 gallon minimum capacity. ______

Fluid level sight gauges located at the fill points shall be provided.

Gauges shall be visible when filling fluid tanks. ______

The anti-ice storage tank shall be 300 gallon minimum capacity. ______

Each tank shall have a manhole with cover for access and cleaning ______

A 1-1/2 inch minimum pressure tank fill sytem will be provided.

Page 7: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 5 of 10

Adequate tank venting and overflow provision will be included to

prevent pressure build up. ______

A 1-1/2 inch minimum tank drainage fittings with valves shall be

mounted close to each tank with operating handles at side of truck. ______

A suction fill system shall be provided to fill both tanks from on-board

self-priming pump. All controls shall be located in the driver’s area

with overfill alarms to prevent spillage. ______

The deicer fluid pump shall be a minimum of 2 stage, self priming,

centrifugal design ______

The deicer pump must provide a minimum of 10-40 gpm dispensing rate ______

Deicer pump may be electric or hydraulic driven. ______

A diaphragm type anti-ice pump with a minimum 20 gpm dispensing

rate shall be provided. ______

Anti-ice pump may be electric or hydraulic driven. ______

A low fluid shut down system to be provided for pump protection. ______

Adequate access to all fluid system components for service and removal

will be provided. ______

Isolation shutoff valves will be provided on all fuid storage tank ports

and other locations where large spillage would occur if a line broke. ______

Ground level hose reel with minimum 10-15 gpm will be provided.

Conviently located for under wing and landing gear deicing.

Hose shall be 50ft minimum length. ______

Hose reel shall be electric rewind. ______

A fluid heater shall be provided that will be suitable for continuous

deicing operations while in motion. The heater chamber shall be of the

enclosed type. ______

The heater shall be diesel fired. ______

Heater shall be designed to effectively heat fluid to 180 degrees

minium temperature. ______

Page 8: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 6 of 10

The heater shall have a minimum 2.5 millon btu capacity. ______

The heater shall be equipped with a temperature control system to

provide accurate temperature set points. ______

A single or multi coil design heater will be required. ______

The fluid heater shall be equipped with all appropriate safety devices

To prevent damage or create an unsafe condition during use. ______

The heater shall be designed , if an inappropriate condition exists, the

heater will not start and provide a fault indication to the operator. ______

The entire fluid heater shall be contained inside the vehicle body.

Appropriate shielding to all other components will be provided. ______

A deice and anti-ice digital flow meter shall be provided. This unit shall

be capable of weights and measures certification. Unit shall provide a

printout with all necessary information for each deicing operation. ______

A winterization package for outside storage in 10 degree weather to

be supplied. This package to have the ability to easily be plugged in

to building power source for operation. ______

VEHICLE BODY DESCRIPTION:

Permanent, non-fading placards or pictograms shall be provided for all

operating controls, instruments, fluid filling points, operating switches,

and operating instructions. ______

All major components, other than the boom, shall be enclosed in a

Compartmentalized body. Tne body shall have the external appearance

Of one continuous enclosure. ______

All steps and platforms shall have a non-skid self-draining surface. ______

Lights shall be provided in the rear heater compartment area with a

switch to illuminate the compartment for night time maintenance. ______

Entire boom, chassis and deicer basket shall be white in color ______

Page 9: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 7 of 10

Proprietary graphic decals and/or logos provided by the Authority

will be installed by the manufacturer. ______

The unit shall include mauals for operation, maintenance, illustrated parts

listings, hydraulic and electrical schematics. Print or electronic

media acceptable. ______

Unit to include any specialized service tools or equipment that are

considered non-standard for maintenance of unit. ______

TRAINING:

On-site training to be provided for up to 12 personnel on deicing

operations. Training will be provided later in the year when staff

is hired for start-up operations. Equipment training on mechanics

and maintenance will also be provided for two staff mechanics ______

DELIVERY:

The cost in your bid must include the cost to delivery the unit

within the specified time frame to the Fort Wayne International Airport,

Maintenance Facility, 11414 W. Perimeter Road, Fort Wayne, IN 46809. ______

WARRANTY:

The complete deicer vehicle and all sub-assemblies shall be warrated

for a minimum period of 12 months after delivery. This warranty shall be a

complete bumper to bumper parts and labor warranty including chassis

and all Sub-assemblies. Include copy of warranty with bid submittal. ______

If a dealer is providing the servicing warranty for any components,

indicate dealer’s name and address.

________________________________________________________

________________________________________________________

Bidder is to provide documentation explaining the method of reimbursing Fort Wayne

Allen County Airport Authority for warranty repairs and labor cost for warranty work,

provided by Airport Authority personnel at our facility.

________________________________________________________

Page 10: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 8 of 10

________________________________________________________

________________________________________________________

________________________________________________________

Bidder must specifically outline Airport Authority and vendor procedures when

warranty work is performed by the bidder.

________________________________________________________

________________________________________________________

________________________________________________________

Bidder shall provide information relating to its commitment to turn-a-round time

on major repairs.

________________________________________________________

________________________________________________________

________________________________________________________

References:

Provide three (3) current and valid references of operators that have purchased

comparable units.

1. Reference:_______________________________________________________

Address:_________________________________________________________

Phone No.: _______________________________________________________

Contact Person: ___________________________________________________

Units in Service: ___________________________________________________

2. Reference:________________________________________________________

Address:__________________________________________________________

Phone No.: ________________________________________________________

Contact Person: ____________________________________________________

Units in Service: ____________________________________________________

Page 11: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 9 of 10

3. Reference:_________________________________________________________

Address:___________________________________________________________

Phone No.: _________________________________________________________

Contact Person: _____________________________________________________

Units in Service: _____________________________________________________

Page 12: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

Page 10 of 10

Fort Wayne-Allen County Airport Authority

Aircraft Deicing Unit

Price Sheet

Cost for one newly manufactured aircraft deicing unit in accordance with the bid specifications:

________________________________________________________________________

Bidder acknowledges receipt of the following addendums and has taken them into consideration

in the submission of their bid:

_______________________________________________________________________

Submitted by:

Company Name:

Company Address:

Company Representative:

Representative Phone number and e-mail:

Page 13: Form No. 95 - Fort Wayne International Airport No. 95 BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS ... Return bid price sheet issued with the bid listing each item bid …

GENERAL TERMS AND CONDITIONS These terms and conditions apply to all contracts awarded under the attached solicitation. The Bidder agrees to these terms by signing and submitting their bid. 1. INDEPENDENT CONTRACTOR

It is hereby agreed that the Vendor’s relationship to the Fort Wayne-Allen County Airport Authority (FWACAA) shall be that of an independent contractor, and not as an agent, employee, partner, or joint venturer, and that the employee or agents of the Vendor shall not be deemed or construed to be employees of the FWACAA for any purpose whatsoever.

2. INDEMNIFICATION The Vendor hereby agrees to protect, indemnify and save harmless the FWACAA and its members, officers, agents, and employees from every liability, claim, demand, right of action, loss, cost, damage or expense (including attorney’s fees) on account of every injury, death, or damage arising out of or in any way connected with the services of the Vendor.

3. NON-ASSIGNMENT The Vendor shall not assign, transfer, or subcontract the whole or any part of this contract without the prior written consent of the FWACAA. a. The Vendor will not sell, assign, or pledge this contract as collateral for a loan or take any action which may tend to encumber the direct contractual relationship between the FWACAA and the Vendor without express written consent of the FWACAA.

4. PAYMENTS All payments are subject to the encumbrance of monies and shall be made in arrears in accordance with Indiana law and FWACAA fiscal policies and procedures. Payment terms are Net 30.

5. TAXES The FWACAA is exempt from State, Federal, and local taxes. The FWACAA will not be responsible for any taxes levied on the Vendor as a result of this contract.

6. NON-EXCLUSIVE CONTRACT The Vendor understands that this Contract is a non-exclusive contract and that other vendors may be selected or retained by the FWACAA to provide the same or similar products and/or services during the course of this contract. The vendor understands that the FWACAA may elect to perform, using FWACAA personnel, the same or similar services as covered by this contract.

7. TERMINATION This contract may be terminated, in whole or in part, without penalty by the FWACAA in the event of one or more of the following: a. Vendor fails to meet the requirements of the specification for products, performance or delivery as outlined herein b. Significant product failures, or poor/inferior quality of products as judged by the FWACAA c. Vendor substitutes products without the written approval of the FWACAA d. Vendor fails to negotiate in good faith to resolve issues and concerns of the FWACAA e. Vendor invoices for products or services not provided, or invoices for more than the contracted price. f. Vendor is adjudged bankrupt, or makes a general assignment for the benefit of creditors, or a receiver is appointed due to Vendor’s insolvency. g. A court of competent jurisdiction finds that Vendor persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction. The FWACAA reserves the right to pursue all remedies against the performance surety and under the law in the event of any non-performance by Vendor.

8. PRODUCTS AND SUBSTITUTIONS All products shall be newly manufactured with all available manufacturer’s warranties and any extended warranties required by the specifications. Remanufactured, rebuilt, or previously owned or used products will not be compliant under this contract, unless expressly permitted in the specifications. Substitutions of product under this contract will be considered only under the following conditions: a. The FWACAA must approve all product substitutions in advance and in writing b. Upon request, Vendor will provide at no charge to FWACAA, a sample of the proposed substitute product for testing and evaluation. c. The substituted product meets or exceeds the original specifications in all material respects. d. The price of the substituted product is equal to or less that the original bid price for the item.

9. ALL INCLUSIVE PRICING/FIRM PRICING All bid pricing by item shall be fully inclusive of all specifications and services as required herein, and must remain firm throughout the contract, unless price changes are expressly permitted in the specifications.

10. CONFLICTING TERMS AND CONDITIONS Should there be any conflict in terms and conditions between the General Terms and Conditions and the attached specifications, the specifications shall prevail.

11. APPLICABLE LAWS The laws of the State of Indiana shall govern if any disputes arise hereunder.

12. FORCE MAJEURE No liability shall result to either party from delays in performance or nonperformance caused by circumstances beyond the control of the party affected, including but not limited to: act of God, fire, flood, explosion, war, governmental action or inaction or request of governmental authority, strike, lockout, labor trouble or shortage; but the Party shall be diligent in attempting to remove such cause or causes and shall promptly notify the other Party of its extent and probable duration.

G:\WPDOCS\LLH\POTERMS\2000.doc -END GENERAL TERMS AND CONDITIONS-