the corporation of the town of fort erie

Transcription

the corporation of the town of fort erie
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
The Municipality of Temagami
TFD-RFP-001-2016
TEMAGAMI FIRE DEPARTMENT
INITIAL ATTACK FIRE APPARATUS (Mini-Pumper)
REQUEST FOR PROPOSALS
TFD-RFP-00x-2016
THE CORPORATION OF THE
MUNICIPALITY OF TEMAGAMI
7 Lakeshore Drive
P.O. Box 220
Temagami, ON
P0H-2H0
INDEX
1.0 Purpose and Intent
1.1 Introduction
1.2 Instructions to Bidders
1.3 Term / Schedule
1.4 Delivery and Training
1.5 Prequalification
Part 2 – Information for Proponents
2.1Closing
2.2 Opening of Proposals
2.3 Submission Requirements
2.4 Communications and Official Point of Contact
2.5 Addendum and Notice
2.6 Errors and Omissions
2.7 Quantities
2.8 Clarification of Proposals Following Bid Close
2.9 Irrevocability of Proposals
2.10 Validity of Proposals
2.11 Reserved Rights
2.12 Disqualification of Proponents
2.13 Bid Deposit
2.14 Amounts All Inclusive
2.15 Taxes, Duties and Freight
2.16 Materials/Equipment
2.17 Costs Incurred By Proponents
2.18 Withdrawal of Proposals
2.29 Limit on Liability
2.20 Application of Municipal Freedom of Information & Protection of Privacy Act
2.21 Conflict of Interest
Part 3 - Evaluation of Proposals
3.1 Stage 1: Evaluation of Qualification Response and Mandatory Requirements
3.2 Stage 2: Technical Response Evaluation
3.3 Stage 3: Price Evaluation
3.4 Cumulative Score and Selection of Bidder
3.5 Evaluation is Final and Binding
3.5 Finalizing Terms
3.6 Award
Part 4 – Terms and Conditions
4.1 Contract
4.2 Payment Terms
4.3 Permits, Licences and Approvals
4.4 Exclusivity Clause
4.5 Cancellation/Suspension/Termination
4.6 Performance Guarantee
4.7 WSIB and Insurance Requirements
4.8 Indemnification
4.9 Ownership of Deliverables
4.10 Confidentiality
4.11 Applicable Law
4.12 Assignment
4.13 Occupational Health and Safety
Part 5 – Schedules
Page 1
1.0 PURPOSE AND INTENT
This Request for Proposal describes the requirements for the supply of One (1) Initial attack Fire
Apparatus (Mini-pumper) that meets or exceeds the specifications outlined in this document, for of
the Temagami Fire Department.
The Municipality of Temagami is the Administrator of the Temagami Fire Department, and will
administer the Request for Proposal for One (1) Initial attack Fire Apparatus (Mini-pumper) for the
Temagami Fire Department.
1.1 INTRODUCTION
The new vehicle will replace a current pumper that has exceeded its life expectancy. The
department is requesting proposals for a fire response vehicle with a GVWR under 11,000 Kg,
automatic transmission, with hydraulic braking system (capable of being driven with a G license).
The unit’s primary functions will be as our front line response unit responding to Highway incidents
(auto extrication); and have the capability of performing as an initial attack pumper for structural
fires.
It is the intent of the Municipality of Temagami to enter into an agreement with a qualified and
experienced Fire Apparatus firm, for the services described herein, from among those firms that
submit proposals.
1.2 INSTRUCTIONS TO BIDDERS
The purchaser's standards for bidding automotive fire apparatus must be strictly adhered to, and
all bid forms and questions must be complete and submitted with the bid. Omissions and
variations shall result in immediate rejection of the bid.
Bidders intending to submit a RFP should register in writing with the official point of
contact for the RFP, as set out in 2.4
Bids shall only be considered from companies that have an established reputation in the field of
fire apparatus construction and have been in business under single ownership for a minimum of
20 years. Furthermore, in order to insure fair, ethical, and legal competition, neither the original
equipment manufacturer (O.E.M.) nor parent company of the O.E.M. shall have ever been fined or
convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus
market (No exception).
Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified.
Each bid shall be accompanied by a set of manufacturer's set of detailed specifications consisting
of a description of the apparatus, construction methods, and equipment proposed to which the
apparatus furnished under contract shall conform. These specifications shall indicate size, type,
model and make of all components parts and equipment, providing proof of compliance with each
and every item in the departments advertised specifications.
1.3 Term / Schedule
Proponents are required to indicate the estimated lead time from time of purchase to time of
delivery. An area has been provided, on the Proposal Bid Form, to provide lead time information.
Time will be of the essence with respect to the provision of the Goods, Services and/or
Construction described herein.
All references to amounts in this Request for Proposal shall be in Canadian dollars unless
another currency is specifically requested herein.
1.4 Delivery and Training
The Purchaser shall reserve the right to review the entire apparatus for compliance to the
specifications at the manufacturer’s factory or local dealership. Upon successful completion of the
review process, the Supplier shall transport the apparatus under its own power to the
Page 2
manufacturer’s authorized service centre nearest the Purchaser’s location for final delivery
preparation. The local service center shall provide a qualified delivery technician to deliver the
completed apparatus and instruct fire department personnel in the proper operation, care and
maintenance of the apparatus. The training shall take place at the Purchaser’s designated
location.
Formal transfer of ownership will be considered complete upon completion of training and delivery
to the Purchaser’s designated location.
1.5 Prequalification
This bid solicitation is not subject to prequalification. Potential suppliers may participate in the
procurement process by submitting a proposal in accordance with the instructions herein.
PART 2 – INFORMATION FOR PROPONENTS
2.1 Closing
Proposals submitted shall be received by the Municipality of Temagami municipal office, 7
Lakeshore Drive, Temagami, NO LATER THAN 11:00 a.m. (our time) on Tuesday, September
20, 2016.
LATE OR MISDIRECTED PROPOSALS WILL NOT BE CONSIDERED AND WILL BE
RETURNED UNOPENED TO THE RESPONDENT. SUBMISSIONS BY FACSIMILE WILL NOT
BE ACCEPTED.
2.2. Opening of Proposals
The Proposals will be opened at a tender opening meeting at 1:30 pm at 7 Lakeshore Drive,
Temagami, which may be attended by the public, all submitted bids shall be checked for
compliance with the submission requirements as set out in section 2.3 and the total dollar amount
of each qualified bid shall be recorded at the opening. Submissions not meeting the requirements
of section 2.3 Submission Requirements, will be declared an incomplete submission, and the bid
price envelope returned to the bidder unopened. This summary record of bids received and the
total bid amounts and/or evaluations scores, for each RFT or RFP competition, shall be public
information; however the details of individual bids shall be considered to not be public information.
The Municipality may, at any time, make public the names of all respondents. An agreement with
a successful bidder that is authorized by and forms part of a by-law shall be public information.
Additional information may be released in accordance with the Freedom of Information and
Protection of Privacy Act, R.S.O. 1990, c.F.31, as amended. Any proprietary or confidential
information contained in the proposal should be clearly identified
2.3 Submission Requirements
In addition and subject to the requirements of Schedule “1” attached hereto which should be
carefully reviewed by Proponents, Proponents shall comply with the following submission
requirements:
a) The Proponent shall submit three (3) copies of its Proposal using the proposal bid forms
attached to this Bid Solicitation which shall contain a signature of the person submitting the
Proposal or the person duly authorized by a corporate entity to submit a Proposal on its behalf.
At least one copy of the Proposal should be marked as the “original”.
b) Proponents are to ensure all sections and forms in Schedule “4” are completed and is
submitted. The Addendum Acknowledgement section must be completed if any addenda have
been issued. Failure to complete this section when addenda have been issued may render
your Proposal as non-compliant.
c) The Proponent shall submit copies of various certifications and acknowledgments as outlined in
the specifications, and summarized in Schedule 4.2.
d) The Proponent must submit a detailed specifications document, equipment warranty
information, and engineering drawings showing at a minimum the front, left, right and rear
views of the vehicle as it will look at the time of completion.
Page 3
e) The Proponent must submit a bid deposit, as part of the Proposal Submission, as indicated in
Section 2.13.
f) The Proponent shall submit the bid price in a separate, sealed envelope within the bid package
(sealed) using the forms contained in Schedule “5”. Using the completed addressed label
sheets provided, proposals shall be submitted in a sealed envelope/package.
2.4 Communications and Official Point of Contact
The official point of contact for this Bid Solicitation is:
Treasurer
Municipality of Temagami
7 Lakeshore Drive, Box 220
Temagami, ON P0H-2H0
Ph: 705-569-3421 ext. 20?
Fax: 705-569-2834
e-mail: [email protected]
and all communications with Temagami during the procurement process shall be through the
official point of contact. Proponents shall not contact any other persons including Members of
Council, employees or consultants retained by the municipalities regarding this Request for
Proposal.
In accordance with Temagami’s Procurement By-law, a Proponent may be disqualified from
bidding on the current and any future Bid Solicitations where the Proponent, its employees or
anyone involved in preparing its Proposal engages in any form of communication, discussion or
lobbying of any form with Members of Council, employees or consultants retained by the
Municipality to seek to influence the outcome of the procurement process or the award.
All communications with the official point of contact shall be in writing. Verbal communications will
not be binding on Temagami. Proponents shall review the Bid Solicitation and shall promptly
report and request clarification of any discrepancy, deficiency, ambiguity, error, inconsistency or
omission contained therein.
To facilitate comprehensive responses, Proponents are encouraged to email their questions or
clarification requests as soon as possible and no later than 12:00 p.m. (Noon) on Tuesday,
September 13, 2016 to [email protected] or by fax to (705) 569-2834. Nothing herein shall
obligate Temagami to respond to any question or clarification request.
2.5 Addendum and Notice
Temagami may, at its discretion, amend or supplement the documents for the Bid Solicitation by
addendum at any time prior to the closing date for receipt of Proposals. Changes to the Bid
Solicitation documents shall be made by addendum only. Such changes made by addendum shall
be supplementary to and an integral part of the Bid Solicitation. In the event of any conflict or
inconsistency in the wording or any issue of interpretation, addenda, when issued, shall, to the
extent of such conflict or inconsistency, take priority over the original wording in the documents
and any wording in prior addenda.
Addenda will be posted on municipality of Temagami web pages. While Temagami will endeavor
to provide notification of the issuance of an addendum to prospective Proponents who have
registered with Temagami, Temagami assumes no liability for the notification and it is the
responsibility of each Proponent to monitor the Municipalities web pages and determine whether
any addenda have been issued. The final addendum shall be issued no later than 3:00 p.m.
on Wednesday, September 14, 2016.
If a Proponent has already submitted its Proposal and an addendum is subsequently issued the
Proponent shall resubmit prior to the closing date for receipt of Proposals the Form of Offer,
acknowledging all addenda issued by Temagami. The addendum acknowledgment form shall be
delivered in person to Temagami or sent either by facsimile at 705-569-2834 or by email to
[email protected]. Failure to resubmit the addendum acknowledgment may result in
disqualification of the Proponent. If a Proponent wishes to change its Proposal as a result of the
issuance of an addendum then it shall have reference to section 2.18 - “Withdrawal of Proposals”.
Page 4
2.6 Errors and Omissions
Temagami shall not be held liable for any errors or omissions in any part of this Request for
Proposal. While Temagami has used considerable effort to ensure an accurate representation of
information in this Request for Proposal, the information contained is supplied solely as a
guideline for Proponents. The information is not guaranteed or warranted to be accurate by
Temagami, nor is it necessarily comprehensive or exhaustive. Nothing in the Request for
Proposal is intended to relieve the Proponents from forming their own opinions and conclusions
with respect to the matters addressed herein
2.7 Quantities
While Temagami has made every effort to ensure that quantities stated in the Request for
Proposal are accurate, Temagami assumes no liability for any inaccuracy and the Successful
Proponent shall be paid based on lump sum as Bid. Stated quantities are approximate and are
provided for the purpose of comparing competing Proposals only.
2.8 Clarification of Proposals Following Bid Close
Temagami reserves the right to request additional information from any Proponent in order to
clarify the contents of its Proposal. Requests for clarification shall be in writing with the official
point of contact indicated in section 2.4.
For clarity, nothing herein shall require Temagami to request a clarification from any Proponent
and if a clarification is requested nothing shall require Temagami to request such clarification from
all Proponents.
2.9 Irrevocability of Proposals
Subject only to section 2.19, Proposals shall be irrevocable and shall remain in effect and open for
acceptance by Temagami for 60 days after the closing date for receipt of Proposals.
2.10 Validity of Proposals
The process for determining procedural compliance of Proposals will be in accordance with
Schedule “1”, attached hereto.
2.11 Reserved Rights
Temagami reserves the right, in its sole discretion, to reject any or all Proposals and to award to a
Proponent submitting a Proposal which is not necessarily the lowest.
Without restricting the generality of the statement above, Temagami shall not be required to
award or accept any Proposal and may, in its sole discretion, and at any time, choose to cancel
the Request for Proposal. Thereafter, Temagami may take such steps as it deems fit, in its sole
discretion, and may, without limitation and without any liability for so doing, issue one or more
revised Request for Proposals for the item or, take no further steps.
Temagami reserves the right to waive any issues of non-compliance that it deems, in its sole
discretion, to be non-material, trivial or insignificant. Where Temagami exercises its right to waive
herein it may accept the Proposal as submitted or may require the Proponent to correct such
issue provided that there shall be no change in the Proposal price. Where Proposals received
exceed the Council Approved Budget for the Work, Temagami reserves the right to negotiate with
the Proponent providing the Best Value where, in Temagami’s sole discretion, the changes
required to achieve an acceptable Proposal are of a minor nature and will not change the general
nature of the Work. No Proponent shall have any rights against Temagami arising from such
discussions or negotiations.
2.12 Disqualification of Proponents
Temagami, in its sole discretion, may exclude a Proponent from eligibility to submit Proposals or a
submitted Proposal may be summarily rejected and returned to a Proponent where one of the
following circumstances has occurred:
Page 5
a) The Proponent is or has been involved in Litigation with the Municipality of Temagami, its
elected officials, officers or employees;
b) The Proponent has failed to pay an amount owed to the Municipality of Temagami when due
and owing;
c) There is documented evidence of poor performance, non-performance or default by the
Proponent in respect to any Contract, or previous procurement process with the Municipality;
d) The Proponent is in breach of section 2.4 (the official point of contact);
e) The Proponent or its personnel has demonstrated abusive behaviour or threatening conduct
towards employees of the Municipality of Temagami, their agents or representatives;
f) The Proponent has been convicted of a criminal or quasi-criminal offence including but not
limited to fraud or theft; or,
g) The Proponent has been convicted of an offence pursuant to the Occupational Health and
Safety Act, as amended, where the circumstances of that conviction demonstrate a disregard on
the part of the Proponent for the health and safety of its workers or the general public.
For the purposes of this section 2.12, Proponent shall be deemed to include any related entity and
any partner, principal, director or officer of such Proponent as well as any other legal entity with
one or more of the same partner(s), principal(s), director(s) or officer(s).
2.13 Bid Deposit
Each Proponent shall submit with their Proposal a Bid Deposit in the form of a certified cheque,
bank draft, money order and/or bid bond issued by an approved Guarantee Company properly
licensed in the province of Ontario, in the amount of $10,000.00, made payable to The
Corporation of the Municipality of Temagami.
Should the Proponent withdraw its Proposal before 60 days have elapsed from the closing date of
the Request for Proposal, fail to execute a Contract within 30 calendar days of receipt or fail to
comply with any submission or other requirements within 30 calendar days of receipt of
notification of the award, Temagami shall be at liberty to retain the Bid Deposit for the use of the
municipality, and to accept any other Proposal or issue a new Request for Proposal or carry out
the Work in any other way as Temagami may deem appropriate, in its sole discretion.
The Proponent further agrees to pay to Temagami the difference between its Proposal and any
greater sum which Temagami may incur or for which it may become liable as a result of such
failure including the cost of advertisement for a new Request for Proposal and to fully indemnify
and save harmless the Municipality of Temagami, its elected and unelected officials, officers,
employees and agents from all loss, liability, costs, charges or expense whatsoever which it, they
or any of them may suffer or incur by reason of any such default or failure.
Bid Deposits will be returned to Proponents upon award of the Request for Proposal except for
that of the successful Proponent and the next highest scoring Proponent who will have their Bid
Deposits returned upon execution of the Contract by the Municipality.
2.14 Amounts All Inclusive
Unless otherwise stated herein, the price or prices submitted by the Proponent shall be in full
compensation for all items including but not limited to labour, equipment, materials, mobilization,
demobilization, tipping fees, income taxes, overhead and profit and permit costs excepting only
applicable taxes which shall be identified separately in the Proposal. Any items omitted therefrom
which are clearly necessary for the completion of the Work shall be considered part of the Work
and included in the price submitted, notwithstanding that it may not be directly specified in the Bid
Solicitation.
2.15 Taxes, Duties and Freight
Harmonized Sales Tax (“H.S.T.”) applies to all goods and services purchased by Temagami,
unless such goods or services are specifically exempted. H.S.T. is calculated at the applicable
Page 6
rate and is payable by Temagami at the time payment is made for the purchase. Proponents will
be required to register for purposes of the tax, collect the tax on their taxable supplies to
Temagami and remit to governmental authorities as required by legislation. Proponents will be
required to provide Temagami with their H.S.T. registration number. The H.S.T. will be identified
separately on the Bid form. The total Contract price shall be inclusive of all government sales
taxes, including H.S.T., custom duties and excise taxes applicable with respect to the Contract,
and shall be paid by the Proponent unless otherwise provided by statute.
All invoices and progress billings issued to Temagami must contain adequate information and
supporting documentation as specified by legislation and regulations for the purpose of input tax
credits and/or rebates in respect of the H.S.T. payable or paid by Temagami. The successful
Proponent, if and when required, will provide any necessary documentation that Temagami would
require to support H.S.T. recovery claims.
Prices for any Goods shall be F.O.B. destination shown and shall include all fees, tariffs, charges,
surcharges and/or expenses associated with the delivery of any kind.
2.16 Materials/Equipment
Unless otherwise stated by Temagami, Goods of any type offered to Temagami hereunder shall
be new and unused, of good quality and free from defects in workmanship, material and design.
Receipt by Temagami of any Goods shall not waive any of the Proponent’s obligations herein and
any defective Goods shall be returned and replaced at the Proponent’s sole risk and expense.
Unless otherwise stated, Goods supplied shall comply with all applicable specifications and
industry standards, whether or not such specifications or standards are referenced in this Bid
Solicitation (for example NFPA, Can/ULC).
2.17 Costs Incurred By Proponents
All expenses involved with the preparation and submission of Proposals to Temagami, or any
Work performed in connection therewith shall be the responsibility of the Proponent. No payment
will be made for any Proposal received or for any other effort required or made by the Proponent
prior to commencement of Work as defined by the Request for Proposal.
2.18 Withdrawal of Proposals
A Proponent may request that his or her submitted Proposal be withdrawn, up until the expiry of
the time for submission of Proposals for a particular Request for Proposal. A Proponent wishing to
withdraw from the Request for Proposal must execute notice in writing indicating withdrawal from
the process, signed by a principal of the Proponent. The Agent shall then return the withdrawn
Proposal unopened to the Proponent. The withdrawal letter shall then be signed and dated by the
Agent and kept with the other Proposals until the opening of Proposals.
The withdrawal of a Proposal in accordance with this section shall not disqualify a Proponent from
submitting another Proposal for the same Request for Proposal.
2.19 Limit on Liability
The Proponents agree that, if Temagami is found to be liable for any act or omission in respect of,
without limitation, the administration of the procurement process or award by it of this Request for
Proposal, the total liability and aggregate amount of damages recoverable against Temagami for
any matter or relating to or arising from any act or omission by Temagami, whether based upon
an action or claim in contract, warranty, equity, negligence or otherwise, shall be limited to the
Proponent’s cost of preparing its Proposal.
2.20 Application of Municipal Freedom of Information & Protection of Privacy Act
By submitting a Proposal, the Proponent agrees that any and all information contained in its
Proposal will be treated in accordance with the relevant provisions of the Municipal Freedom of
Information and Protection of Privacy Act. Temagami will disclose the name of all Proponents and
the total price proposed in relation to the successful Proponent and by submitting a Proposal the
Proponents hereby consent to such disclosure.
Page 7
2.21 Conflict of Interest
Proponents shall immediately disclose to the official point of contact any potential or real conflict
of interest whether direct or indirect in nature as it may relate to Temagami, its elected officials,
officers, employees and/or the present Request for Proposal. Where, in Temagami’s opinion, a
significant conflict of interest is found to exist and cannot be sufficiently mitigated, Temagami
reserves the right to disqualify the Proponent from participating in the Request for Proposal.
PART 3 - EVALUATION OF PROPOSALS
3.1 Stage 1: Evaluation Of Qualification Response and Mandatory Requirements
In this stage the Bid will be reviewed to ensure that it meets the requirements listed in Section 2.3
Submission Requirements. Where a form is indicated as mandatory, failure to include that form or
to meet the mandatory requirements within that form may result in disqualification from the RFP
process.
Proposals meeting the mandatory requirements will move to stage 2.
3.2 Stage 2: Technical Response Evaluation (80 points)
This stage will consist of a scoring of each qualified Bid from Stage 1 on the basis of the Technical
Response contained in the Appendix C.4 - to determine the total score for this Stage 2.
Description
Points
Specifications
Ability to meet or exceed the specification requirements.
Warranty
Reference
65
10
5
3.3 Stage 3 - Price Evaluation (20 points)
In this stage the Bid price contained in the Appendix C.5.1 - Pricing Form will be evaluated using
the relative pricing formula set out below to determine bid pricing score.
Each eligible Bidder will receive a percentage of the total possible points allocated to price (20).
For evaluation purposes, the difference between the bid price and $200,000 will be recorded as
their bid rate. The bid rate will be compared against each other by dividing the lowest Bid rate by
the Bid rate calculated for each bid received to obtain the Bidders scoring rate (correct to 1
decimal place).
(Lowest Bid rate)÷(Bidder's Bid rate) = Bidders scoring (correct to 1 decimal place)
Bidders scoring ×Total available points=Pricing Score for the Bid
For example, if the lowest Bid price is $250,000.00, the lowest bid rate is $50,000.
 Bidder bidding $250,000 receives 100% of the possible points (50,000/50,000 = 100%);
 A bid of $260,000 would have a bid rate of $60,000 (260k-200k) and receive 83.3% of the
possible points (60,000/50,000 = 83.3%).
 Bidders scoring (%) will be multiplied by total available points (20) to obtain their price
score.
3.4 Cumulative Score and Selection Of Bidder
Proposals will be reviewed by an Evaluation team. The total evaluation score, as per the scoring
matrix, shall be recorded in a similar manner once the evaluation process has been completed.
3.5 Evaluation Is Final and Binding
By responding to this RFP the respondents agree that the decision of the Evaluation Team is final
and binding.
Page 8
3.6 Finalizing Terms
This RFP will not constitute a binding agreement, but will only form the basis for the finalization of
the terms upon which the Municipality and the successful respondent will enter into the contract
documentation, and does not mean that the successful respondent’s proposal is necessarily
totally acceptable in the form submitted. After the selection of the successful respondent’s
proposal, the Municipality has the right to negotiate with the successful respondent and, as part of
that process, to negotiate changes, amendments or modifications to the successful respondent’s
proposal without offering the other respondents, the right to amend their proposals.
3.7 Award
If Temagami chooses to award the Bid Solicitation, the award shall be to the Proponent having
submitted the Proposal which provides the Best Value for Temagami as determined by the
scoring of the Proposals in accordance with the evaluation criteria contained in Part 3.
A recommendation to award will be presented to council at a scheduled council meeting once the
evaluation team has completed their evaluations.
The Award of this Request for Proposal is conditional upon the allocation of sufficient funds by the
Council for the Municipality of Temagami. The successful proponent will be notified in writing by
E-mail of their successful bid after the council meeting.
Part 4 – TERMS AND CONDITIONS
4.1 Contract
Following the award of the Bid Solicitation, Temagami shall notify the successful Proponent(s) that
its Proposal has been accepted.
The successful Proponent(s) shall have 30 calendar days from receipt of the document to enter
into a purchase agreement and return same to Temagami. Failure to execute and return the
agreement within the specified time may result in legal action, the disqualification of the Proponent
from future Bid Solicitations, the forfeiture of any Bid Deposit, the award by Temagami to another
Proponent and/or the issuance of a new Bid Solicitation.
The successful Proponent will be issued a Purchase Order upon award and shall provide the
Goods, Services or Construction in accordance with the terms and conditions of the agreement.
4.2 Payment Terms
Unless otherwise specified, the terms of payment for all invoices relating to this Request for
Proposal are net 30 days. Invoices shall include the Contract number for the Request for Proposal
and any purchase order number, where applicable. Failure to reference the Contract number
and/or Purchase Order number, where applicable, may result in the delay or non-payment of
invoices.
The Municipality will not accept any proposals requiring pre-payment, deposits, progress
payments or payment for the chassis on delivery. Full payment will be made for
satisfactory delivery of the completed apparatus.
Where Temagami is of the opinion, in its sole discretion, that there are issues of quality,
defects, non-conformance or non-performance, Temagami, in addition to other legal rights
it may have, reserves the right to withhold payment in an amount appropriate given the
nature of the issues until such issues have been rectified to Temagami’s satisfaction.
4.3 Permits, Licences and Approvals
Unless otherwise stated, the successful Proponent shall be responsible for applying for, obtaining
and maintaining, at its own cost all necessary permits, licences, consents and approvals relating
to the provision of the Work in accordance with the Contract and shall not do or cause to be done
Page 9
anything in violation of any such permits, licences, consents and approvals. If the attention of the
successful Proponent is called to any such violation on the part of the successful Proponent, or of
any person employed or engaged by the successful Proponent, the successful Proponent shall
immediately, at its sole expense, cease such action and correct the violation. Further, upon
completion of the Work, the Proponent must furnish final certificates of approval by the inspecting
authority, where applicable and required.
4.4 Exclusivity Clause
Temagami makes no guarantee of the value or volume of the Goods, Services and/or
Construction to be purchased from the successful Proponent. The Request for Proposal will not
result in an exclusive Contract for the provision of the described Goods, Services and/or
Construction.
4.5 Cancellation/Suspension/Termination
Temagami, in its sole discretion and at any time during the term of the Contract hereunder,
reserves the right, upon notice in writing to the successful Proponent, to immediately cancel or
delete any portion of the Work that is the subject of this Request for Proposal and the Proponent
agrees to such cancellation or deletion without any claim whatsoever because of such
cancellation or deletion.
Temagami, in its sole discretion and at any time during the term of the Contract hereunder,
reserves the right, upon thirty (30) days notice in writing to the successful Proponent, to suspend
or terminate the Contract entered into hereunder and the Proponent agrees to such suspension or
termination without any claim whatsoever because of such suspension or termination.
Temagami may immediately terminate the Contract by notice in writing without any liability for
doing so where, Temagami, in its sole discretion, determines that the successful Proponent has
failed to supply the Goods, Services and/or Construction that are the subject of this Request for
Proposal, has supplied Goods, Services and/or Construction that are not in strict compliance with
the requirements of this Request for Proposal or has failed to comply with any terms or conditions
of the Contract between the parties.
4.6 Performance Guarantee not applicable
4.7 WSIB and Insurance Requirements
i) Workplace Safety and Insurance Board (WSIB)
The successful bidder must be certified and in good standing with the Workplace Safety
and Insurance Board/Workers Compensation Board. Proof of certification, in the form of a
current Certificate of Clearance must be supplied with the bid. The successful Proponent
shall maintain its good standing and shall provide to the municipality current Certificates of
Clearance throughout the duration of the Contract.
A manufacturer that is not certified or not in good standing with their local
W.S.I.B./W.C.B. will be disqualified.
ii) INSURANCE
The manufacturer of the apparatus must supply a Certificate of Insurance proving that they
carry a minimum of $25,000,000.00 in product liability insurance.
4.8 Indemnification
The successful Proponent shall indemnify and save harmless Temagami, its elected and
unelected officials, officers, employees and agents (the “Indemnified Parties”) from and against all
costs (including, without limitation, legal fees, disbursements and administrative costs), claims,
actions, losses, injuries, expenses, damages, fines, judgments or recoveries suffered by or made,
brought or recovered against the Indemnified Parties, or any of them, resulting from any act or
omission, willful misconduct or errors of the successful Proponent, its directors, officers,
employees, agents, assigns or anyone for whom at law the successful Proponent is responsible in
Page 10
connection with the Work provided, purported to be provided or required to be provided hereunder
unless the injury, loss or damage is caused solely by the negligence of the Indemnified Parties
while acting within the scope of their respective employment, roles or duties.
4.9 Ownership of Deliverables
Unless otherwise stated and to the extent permitted by law any deliverables required of the
successful Proponent hereunder shall be the exclusive property of Temagami. Temagami shall
own all rights of copyright and such deliverables shall not be used, copied or modified by anyone
without the prior written permission of Temagami.
4.10 Confidentiality
The successful Proponent agrees that all personal information that it acquires knowledge of as a
result of the Work will be used, retained, protected, disclosed and disposed of in accordance with
all applicable municipal, provincial and federal laws and regulations governing the collection, use,
retention, disclosure and disposal of such information, including but not limited to the Municipal
Freedom of Information and Protection of Privacy Act. The successful Proponent shall not at any
time before, during or after completion of the Work, use or disclose any personal or confidential
information communicated to it or acquired by it in the course of carrying out the Work for any
purpose other than the completion of the Work herein, in accordance with applicable law or as
specifically agreed in writing by Temagami.
4.11 Applicable Law
The successful Proponent shall comply and ensure compliance with all applicable laws,
regulations, rules and by-laws of the federal, provincial and municipal governments.
This Request for Proposal and any Contract entered into between the parties hereunder shall be
governed and construed in accordance with the laws of the province of Ontario.
4.12 Assignment
The successful Proponent shall not assign, transfer, convey or otherwise dispose of its Contract
or its right, title or interest therein, or its power to execute such Contract to any other person, firm
or corporation without the prior written consent of Temagami which consent may be withheld or
granted subject to conditions, in Temagami’s sole discretion.
4.13 Occupational Health and Safety
The successful Proponent acknowledges that it has read, understood and shall at all times comply
and ensure compliance by its workers and any subcontractors with all applicable federal,
provincial or municipal legislation relating to occupational health and safety, all applicable
regulations thereunder and any and all applicable industry standards and guidelines pertaining to
the Work. Without limiting the generality of the foregoing, the successful Proponent shall be
responsible for taking every precaution reasonable in the circumstances for the protection of all
workers associated with the Work, whether employed by the successful Proponent, or a third
party.
The successful Proponent shall ensure that it has implemented and maintains a comprehensive
safety program in relation to the Work including but not limited to having written policies and
procedures relating to health and safety aspects of the Work, training on all applicable health and
safety requirements, standards and guidelines and monitoring and enforcement of its safety
program.
5 PART 5 – SCHEDULES
Schedule 1 Compliance of Proposal
Schedule 2 Specifications
Schedule 3 Bidder qualifications
Schedule 4 Required Forms
Schedule 5 Proposal Bid Form
Page 11
Schedule 6 Label Sheets
Schedule 7 Sample Agreement
Page 12
Schedule 1
Compliance of Proposal
Unless indicated otherwise by the Agent in writing, where time is provided pursuant to this
Schedule, such time shall commence upon written notification being sent by the Agent.
Irregularity
Response
1
Late Bid.
Automatic rejection. Bid not to be accepted
at the counter. If accepted (for example:
received by mail) such Bid shall not be
opened or read publicly and shall be returned
to the Bidder.
2
Unsealed Submission Package
Automatic rejection.
Bid Deposit and Performance Guarantee (Where Required)
3
No Bid Deposit, or insufficient
Bid Deposit.
Automatic rejection.
Bid Documents and Execution
4
All required sections of Bid
documents not completed.
5
All required Bid
documents not
submitted
Qualified Bids (Bids qualified
or restricted by an attached
statement).
Bids received on documents
other than those provided or
specified by Temagami.
6
7
8
Bids Containing Clerical Errors,
which are trivial or insignificant.
9
Bids completed and/or
signed in erasable
medium.
10
Failure to include a signature of the
person authorized to bind the
Bidder in the space provided in the
Bid documents.
Automatic rejection unless, in the opinion of
the Agent, the incomplete nature is trivial or
insignificant in which case 4 business days
shall be provided to complete the required
sections.
Automatic rejection
Automatic rejection
Automatic rejection unless, in the opinion of
the Agent, the intention of the Bidder is clear
and the Bid documents do not materially
deviate from those provided by Temagami.
Four (4) business days to correct and initial
errors. The determination of what constitutes
trivial or insignificant errors shall be made in
the opinion of the Agent
Automatic rejection.
Automatic rejection. Where the Bidder has provided
a signature that does not appear to be an original
signature (for example: a photocopy) the Bidder
shall be provided with 4 business days to provide an
original signature.
Schedule 1
Page 1
Schedule 1
Compliance of Proposal
Unless indicated otherwise by the Agent in writing, where time is provided pursuant to this
Schedule, such time shall commence upon written notification being sent by the Agent.
11
Uninitialed changes to the
Tender documents, other than
unit prices, which are trivial or
insignificant;
Four (4) business days to initial changes.
The determination of what constitutes trivial
or insignificant uninitialed changes shall be
made in the opinion of the Agent
12
Unit prices in the Schedule of Prices
have been changed but not initialed
and the Contract totals are consistent
with the price as changed;
Four (4) business days to initial change in
unit price.
13
Unit prices in the Schedule of Prices
which have been changed but not
initialed and the Contract totals are
inconsistent with the price as
changed;
Automatic rejection.
14
Unit price extension which is
not consistent with the unit
price.
The Agent will update the extended price
based on the stated unit price. (No change
shall be made to the stated unit price.) The
Bidder shall be provided 4 business days to
initial the changes as made by the Agent.
15
Other mathematical errors which are
not consistent with unit prices or where
an error has been made transferring an
amount from one part of the
submission to another
The Agent shall correct the error(s) or update
with the amount shown before transfer, and
shall update the ensuing totals accordingly.
The Bidder shall have 4 business days to
initial corrections as made by the Agent
16
Bids, in which all necessary
Addenda have not been
acknowledged.
Automatic rejection unless in the opinion of
the Agent, the addendum (addenda) does
not significantly impact the bid, in which
case theBidder will be provided 4 business
days to formally acknowledge the
addendum (addenda) with no change or
amendment permitted to the financial Bid
Schedule 1
Page 2
A.
GENERAL
SPECIFICATIONS FOR ONE ( 1 ) INITIAL ATTACK FIRE FIGHTING APPARATUS
The Temagami Fire Department is seeking proposals to furnish all necessary labour, equipment
and material for One (1) Initial Attack Fire Apparatus, built to, or exceeding recognized industry
standards; specifically CAN/ULC-S515-13. Maximum allowable dimensions of the apparatus –
9’6” high; 9.0’ wide (including mirrors); 29’ length
The purchaser's standards for bidding automotive fire apparatus must be strictly adhered to, and
all bid forms and questions must be complete and submitted with the bid. Omissions and
variations shall result in immediate rejection of the bid.
Bidders should provide a full set of detailed drawings and specifications to describe the
methods, materials and other pertinent information used in the manufacture of the proposed
apparatus to aid the Temagami Fire Department in making an informed decision.
To facilitate ease of comparison, all bid proposal specifications shall be submitted in the
same sequence as the advertised specifications, without exception. Any bidder who fails to
submit a set of bid proposal specifications, or who photo copies and submits these specifications
as their own construction details will be considered non responsive. This shall render such
proposal ineligible for award. Any bidder who indicates compliance in the Municipality’s
documents and provides contradictory Detailed Specifications shall also render their proposal
ineligible for any award.
YES
NO EXCEPTION
The purchaser's specification shall, in all cases, govern the construction of the apparatus, unless
a properly documented exception or deviation was approved. Any bid indicating that the
manufacturer's proposal shall supersede the purchaser's specification will be considered a
complete substitute and immediately rejected.
THE PURCHASER HAS THE RIGHT TO REJECT ANY BID WHICH DOES NOT MEET THESE
SPECIFICATIONS AND IS THE SOLE DECIDER TO DEEM WHICH BID IS IN THE BEST INTEREST OF THE
PURCHASER.
YES
NO
EXCEPTION / COMMENTS
DRAWINGS
PROPOSAL: fully detailed drawings shall be submitted with the proposal. The drawing will be of
sufficient detail so as to provide a proposed location of the specified requirements, showing all 4
sides of the vehicle. The drawing shall include overall length and height measurements as well
as cab to axle and compartment dimensions. Drawings shall make accurate statements as to
the apparatus weight and dimensions; including detailed analysis of the engineered
requirements to insure the apparatus has been suitably designed; including
recommended equipment weight load distribution by compartment.

The drawings shall be reviewed with the successful proponent and finalized. A "revised"
approval drawing of the apparatus shall be prepared and submitted by the manufacturer
to the purchaser showing any changes made to the approval drawing. This drawing shall
Schedule 2
Page 1
indicate the chassis make and model, location of the lights, siren, horns, compartments,
major components, etc.

The finalized and approved drawing shall become part of the contract documents.
EXCEPTIONS
These advertised specifications are based upon design and performance criteria which have
been developed by the fire department as a result of extensive research and careful analysis.
Subsequently these specifications reflect the type of fire apparatus that is acceptable at this time
and all specifications herein contained are considered to exceed the minimum “standards”
requirements. Therefore exceptions to the specifications may not be accepted in some areas.
If a product brand name is specified and is commercially available to all bidders, an exception to
such items may not be acceptable and such bid may be rejected.
Exceptions shall be allowed if they are equal to or superior to that specified and provided they
are listed and fully explained on a separate page.
All deviations, no matter how slight, shall be clearly explained on a separate sheet, in the bid
sequence, citing the page and paragraph number(s) of the specifications, how the proposal
deviation is different, how the deviation meets or exceeds the specifications and why it is
necessary, and entitled "EXCEPTIONS TO SPECIFICATIONS". The buyer reserves the right to
require a bidder to provide proof in each case that a substituted item is equal to that specified.
The buyer shall be the sole judge in determination of acceptable substitutes.
Proposals that are found to have deviations without listing them or bids taking TOTAL
exceptions to these advertised specifications will be rejected. (no exceptions)
A bid not including all exceptions, is a material breach and shall result in immediate
rejection.
GENERAL DESIGN AND CONSTRUCTION – SINGLE SOURCE MANUFACTURER
All aspects of the fire apparatus body, specifically the pump module, and body are to be entirely
designed, assembled and painted by the prime vehicle manufacturer, which minimizes third
party involvement on engineering, design, service and warranty issues.
Use of third party pump module assembly will not be accepted.
B.
BIDDER QUALIFICATIONS
Mandatory bidder qualifications are listed in Schedule 3 of the RFP.
C.
BIDDING AND DELIVERY REQUIREMENTS
PRE-CONSTRUCTION MEETING – CUSTOMER LOCATION
As per 3.6 Finalizing Terms, after selection of the successful respondent’s proposal, a preconstruction meeting shall be held at a mutually agreeable time at the required location of the
Schedule 2
Page 2
Municipality of Temagami to allow for the review of design, negotiate possible changes,
amendments or modifications to the successful respondent’s proposal prior to the signing of a
contract.
Following the meeting, fully detailed specifications and drawings of the proposed apparatus shall
be provided to the municipality. Following municipal verification the agreed modifications /
revisions have been captured as agreed upon, the specifications and drawings shall be
approved for inclusion as schedule ”C” & “D” of the contract.
FINAL INSPECTION – PLANT / DEALER
The bidder shall provide for inspection of the completed apparatus to be completed at the either
the manufacturing facility or dealership, for members of the Fire Department. All costs such as
travel, lodging and meals shall be the responsibility of the municipality.
INSPECTION CERTIFICATION

The completed vehicle shall be tested and labeled to CAN/ULC-S515-13 by Underwriters
Laboratories Inc./Underwriters Laboratories of Canada, OR an independent third party
certification organization. I would delete this but it is your decision. There is a difference in
cost from ULC certified to third party. The apparatus shall be in service at an elevation of
1000’ ASL.
The third party organization shall be accredited for testing systems on fire apparatus in
accordance with ISO/IEC 17020 or ISO/IEC Guide 65.
The certification organization shall not be owned or controlled by manufacturers or vendors of
the apparatus being tested. The certification organization shall be primarily engaged in
certification work and shall not have a monetary interest in the product’s ultimate profitability.
The certification organization shall witness all test and shall refuse to certify any test result for a
system if the components do not pass the testing required by this system.
There shall be no conditional, temporary, or partial certification of test results.
Manufacturer’s certification is not acceptable. (No exceptions)
The completed vehicle shall undergo, prior to delivery, a two (2) hour road test with all applicable
emergency equipment activated. A certification shall be provided to the purchaser outlining the
results of this road test.
This certification shall be completed by ULC inspectors. Third party certification shall not be
permitted.
The apparatus shall be certified as an “ INITIAL ATTACK FIRE APPARATUS “.
DELIVERY
The completed apparatus shall be delivered to the Municipality of Temagami , 5 Stevens Road,
Temagami, Ontario.
To ensure proper break in of all components while still under warranty, the apparatus shall be
delivered under its own power - rail or truck freight shall not be acceptable.
Schedule 2
Page 3
The completed apparatus will have undergone a comprehensive pre-delivery inspection prior to
shipment to the Municipality.
The completed apparatus shall have undergone the required PMCV inspection as per the
requirements of the Province of Ontario and be suitably labelled (yellow sticker).
The completed apparatus shall be provided with a fire service perpetual license plate on
delivery.
The completed apparatus shall remain the property of bidder until delivery is complete and the
ownership is transferred. Responsibility for insuring the apparatus shall remain with the bidder
until the ownership transfer is completed.
TRAINING
A qualified delivery technician shall deliver the apparatus and remain for a sufficient length of
time (1 day) to instruct fire department personnel in the proper operation, care and maintenance
of the apparatus. The training shall take place at the Purchaser’s designated location. This
training shall be provided in accordance with the requirements of ULC S515. The term “qualified”
shall refer to a person who has been specifically trained and certified for the purpose of new
apparatus delivery. Use of a third party trainer will not be accepted.
Schedule 2
Page 4
D.
APPARATUS SPECIFICATIONS
GVWR
The GVWR of the chassis shall be adequate to carry the fully equipped apparatus including full water and other
tanks, the specified hose load, unequipped personnel weight, ground ladders, and a miscellaneous equipment
allowance in accordance with specified standards.
This vehicle shall be designed to carry the standard ULC miscellaneous equipment load of 1600 pounds.
Equipment Proposed to be stored on Apparatus
WEIGHT
QTY
2
2
1
1
4
2
8
Compartment
R2
R2
?
R1?
L1
? L3/R3
Hose bed
(Pounds)
2
2
8
32
4
60
152
8
2
1
1
Hose bed
Intake rack
intake rack
Top
1
1
1
1
2
2
1
2
2
L1
R2
Hose bed
R2
Outside mount
?
L2
1
2
2
4
1
Hose bed
Outside mount
L1
Side mounted
L1
1
1
1
1
1
1
1
1
L1
cab
cab
EQUIPMENT DESCRIPTION
Adapter, 2 1/2 in. double female, aluminum
Adapter, 2 1/2 in. double male, aluminum
Axe, 6 lb flat head
Extinguisher, 120 BC dry chemical
Flashlight, small, with batteries
Gear, fire suit PPE Bag
Hose, double jacket, 1 3/4 in. x 50 ft, with 1 1/2 in.
couplings
Hose, double jacket, 2 1/2 in. x 50 ft
Hose, hard suction, 6 in. x 10 ft LIGHT-WEIGHT
Strainer, barrel, 6 in.
Ladder, 20 ft, 2 section extension WOULD LIKE 24'
LADDER
Ladder, 10 ft folding
Ladder, 12 ft roof with hooks
Mallet, Rubber
Medical first aid kit, 15 unit
Nozzle, handline, 1 1/2 in. aluminum
Nozzle, handline, 2 1/2 in. aluminum
Pike pole, 8 ft Standard head
SCBA, cylinder, 2216 PSI 30 min, spare
SCBA, pack, 2216 PSI,w/PASS & mask (MSA
FireHawk)
Valve, hydrant, 2 1/2 in. female x 2 1/2 in. male, brass
Wheel chocks, small
Wrench, hydrant
Wrench, spanner hose
Hydrant fill hose (10’)
SUB-TOTAL for NFPA 1901 REQUIRED EQUIPMENT
emergency spill kit
Absorbent, Vermiculite - 2 ziplock bags
Adapter, 2 1/2 in. female x 1 1/2 in. male, brass
Anti-freeze - spray bottle
gasoline powered Water pump (wajax?)
400’ forestry hose & pack
Binoculars
Book, DOT reference
256
84
8
66
14
24
3
3
8
13
7
34
66
14
15
9
2
10
864
12
8
3
2
70
60
2
1
Schedule 2
Page 5
1
1
1
1
1
1
cab
cab
B1
R1 ?
L3 / R3 ?
L3 / R3 ?
1
1
1
1
1
1
4
2
1
1
1
1
8
1
1
1
3
0.5
L1
R1
R2
R2
L1
?
L1
R2
R1
Hose bed
Cab
L3?
Hose bed
L1
L3?
R2
R2
Binder, INCIDENT COMMAND
Clip board
AUTO EX hand held combi-unit
Step Chocks - 4" wide wood
Lexicon Shields (3 assorted)
Dewalt bag & auto EX hand tools + batteries and
chargers
Electrical, "Hot Stick"
float - intake - homemade
Medical - eye wash bottles (2)
Medical gloves - box + 2 emerg. blankets-poly
Monitor, 4 gas, combustible
Pry bar, 48 in. ALUM
Radio, hand
Salvage cover -poly
Saw, chain, 61 cc gasoline engine with 16 in. bar
Blitz-fire portable monitor
Shovel, polypropylene
Telephone, cell
Traffic cone, pop-up
traffic control equipment - STOP / GO signs (2)
traffic control equipment - traffic wands (2)
Traffic flares, c/w red tool kit
Vest, reflective
Bottled Water (14 bottles)
SUB-TOTAL for Hwy / forest fire response equip.
Total estimated weight
4
1
45
18
5
65
1
1
3
2
3
5
10
1
30
30
3
3
60
5
2
13
2
8
468
1332
Note:
Final determination of equipment carried and stored location of equipment will be based on
design engineer’s recommended weight distribution of each compartment
Other equipment not yet accounted for / to be considered based on available compartment
space and weight distribution: 1 additional SCBA pack & spare bottle, Fire service claw tool, 1
pair insulated bolt cutters, Halligan type tool with brackets, 125 feet utility rope, 2 - 500 watt
portable lights, 100’ electrical cord, Tool box, additional 200’ of 2.5” hose, additional PPE/gear
bags
CHASSIS INFORMATION
The chassis shall be supplied by the bidder as part of a completed vehicle proposal. The
manufacturer shall be responsible to insure that the chassis is properly configured so as to
facilitate installation of the fire apparatus body without major modification. “In stock” chassis that
have been obtained for other applications requiring modification for this required use will not be
accepted by the Municipality. Only new chassis, ordered specifically for this project will be
accepted. Documentation from the chassis manufacturer shall be provided with the delivery
documents to verify this requirement.
The chassis shall have a vehicle identification number that reflects a 2017 model year. Used or
“stock“ chassis shall not be considered.
Schedule 2
Page 6
The chassis will meet applicable Canadian Technical Standards Document per Canadian Motor
Vehicle Safety Regulations as clarified in the incomplete vehicle document which accompanies
each chassis.
The GVWR of the chassis shall be adequate to carry the fully equipped apparatus including full
water and other tanks, the specific hose load, unequipped personnel weight, ground ladders,
and a miscellaneous equipment allowance in accordance with specified standards.
CHASSIS SPECIFICATIONS



Ford 550 XL; 2 door cab, 201 wheelbase (120” Cab to Axle)
Interior color grey, exterior color – Red
Chassis supplied by the manufacture shall be designed for emergency services (i.e.
ambulance prep package)
 SHALL BE CAN/ULC-S515-13 (current edition) compliant OR LIST EXCEPTIONS
 Trailer towing package (extended mirrors)
Drivetrain
 4 wheel drive c/w Electronic shift-on-the-fly 4 wheel drive system with auto-locking
hubs
 Electronic stability control – occupant safety
 Axles: 7,000 lbs front / 14,706 lbs. rear.
 GVWR: 19,500 lbs.
Engine:
 6.7L V-8 Diesel
 Transmission: Heavy duty 6 speed automatic
 Alternator: duel combined 357 amp
 Engine block heater
Driver & Crew Area
 Seating for 2.
 floor covering: Black Vinyl
 Seat covering: heavy duty vinyl
 The center seat between the driver and officer shall be removed and replaced with a
center console to house control switches, 2 way radio, siren, storage, etc.
 There shall be a dedicated 12V power supply line coiled underneath the center
console for the future install of a customer supplied two way radio.
 Air conditioning
 Radio – c/w Blue-tooth capabilities – occupant safety – ability to use phone while
driving
 Rear view camera (safety)
 The apparatus shall be equipped with a seat belt warning system. The system shall
consist of a Seat Belt module, cushion sensors, dash mounted display and audible
alarm. All seats shall be connected to the seat belt system.
Other
 Skid plate transfer case
 Master battery disconnect switch to isolate the batteries from electrical loads
 Door keys (4)
 Back-up alarm
Schedule 2
Page 7
Optional:
 Remote keyless entry (keypad – no FOB)
 Speed limitation – 110 km/hr governed top speed safety
Tires
 Rims: steel painted is standard
 225/70Rx19.5G BSW Traction (4 Traction Tires on Rear and 2 A/S on Front)
CHASSIS PREPARATION
 The chassis shall be carefully inspected for compliance to the required specifications
and to assure that it is ready for apparatus construction.
 Any components that require relocation or modification shall be done at this time.
TWO WAY RADIO ANTENNA WITH BASE
One ( 1 ) two way radio antenna base with cable shall be installed on the chassis roof. The cable
shall be routed to the center console inside the cab. The antenna mount shall be protected from
the elements during shipment for installation of the customer supplied antenna during the
installation of the two way radio. ( radio and installation are being supplied by the Municipality ).
NON REMOVABLE KEY
The ignition key shall be made non-removable from the cab interior by installation of a chain
which attaches the key to the cab dash.
Keyless ignition shall also be accepted.
DOOR AJAR WARNING LIGHT
The apparatus shall be equipped with a warning light in the chassis cab. The light shall
illuminate when the park brake is disengaged to indicate when any compartment or chassis door
is not fully closed.
MASTER BATTERY DISCONNECT
A master disconnect switch shall be provided located, within easy reach of the driver, to isolate
the batteries from electrical loads.
Exhaust system heat shield
Where the chassis exhaust piping passes under or near a body compartment, the exhaust
piping shall be shielded to prevent compartment exposure to radiant heat.
Front and rear mud flaps
Front mudflaps shall be provided by the chassis manufacturer
Rear heavy duty mudflaps shall be installed behind the rear wheels to guard against road wash
and debris by the apparatus manufacturer.
Step bars
Steps into the truck shall be a single step design, and of a comfortable height for entering or
leaving the cab. The step shall be arranged so that a fireperson wearing heavy boots and
turnout gear can easily gain access to all cab doors. The steps shall provide anti-slip protection.
KUSSMAUL AUTOCHARGE 1000 BATTERY CONDITIONER W/BATTERY SAVER
A Kussmaul Autocharge 1000 15 A/12 VDC battery charger is installed in the chassis cab unless
otherwise specified in the Shop Note. A 3 amp battery saver power supply is provided to
Schedule 2
Page 8
accommodate parasitic loads such as radio and battery chargers. This unit draws 3.5 A/120
VAC maximum.
SUPER AUTO EJECT FOR 120 V - 20 A WITH SEALED ENCLOSURE
A Kussmaul Super Auto Eject shore line inlet is installed in place of the standard 110 volt shore
line connection.
FLUID CAPACITY PLATE
A permanent plate shall be affixed in the driver's compartment specifying the quantity and type
of the following fluids used in the vehicle as applicable:
Engine Oil
Engine Coolant
Transmission Fluid
Drive Axle Lubrication Fluid Air conditioning refrigerant Air conditioning lubricant
Power steering fluid
Front tire cold pressure
Rear tire cold pressure
SIGNAGE / WARNING LABELS
The proponent shall provide information on labeling, including but not limited to:
 Maximum Riders Signage
 Seat Belt Warning Labels
 Helmet Warning Label
 Apparatus Information Label
 Rear Step Warning Label
 Fuel Fill Label - Ultra Low Sulfur Diesel Only
 Warning Labels On Pump Operator's Panel
BACK UP ALARM INCLUDED WITH CHASSIS
The back-up alarm provided with the chassis shall be installed at the rear of the unit, wired to
operate when the transmission is in Reverse.
TIRE PRESSURE INDICATORS - SINGLE AXLE
Each tire valve stem is equipped with a visual indicator of pressure in the specific tire.
DIELECTRIC VOLTAGE TESTING
The wiring and permanently connected devices and equipment shall be subject to a dielectric
voltage withstand test of 900 volts for one minute. The testing shall be performed after all body
work has been completed. The electric polarity of all permanently wired equipment, cord reels,
and receptacles shall be tested to verify that wiring connections have been properly made.
LOW VOLTAGE ELECTRICAL SYSTEM TEST
The Low Voltage Electrical system shall be tested as per NFPA/ULC.
PUMPING TEST PLATE
A plate shall be provided at the pump operator’s panel that gives the rated discharges and
pressures together with the speed of the engine as determined by the certification test, the
position of the parallel/series pump as used, and the governed speed of the engine.
ELECTRIC SYSTEM MANAGER
The apparatus shall be equipped with a Class1 Electrical System Manager (ESM) for performing
electrical load management. The ESM shall be capable of controlling up to (7) loads according
to the voltages which are present.
Schedule 2
Page 9
The ESM shall monitor both main and isolated battery banks and indicate low voltage
independently when voltage drops below 11.8 volts for more than 2 minutes. The ESM will
sequence loads on and off at exact intervals when the master switch is toggled. The ESM will
shed loads when voltage drops below corresponding shed point for 30 seconds. An output shall
activate to indicate over-voltage when battery voltage is over 14.5 volts. A fast idle output shall
activate when voltage drops below 12.3 volts for more than 1 minute and the appropriate
interlocks are in place.
PUMP
The apparatus shall be equipped with a Hale DSD Mid Ship driven pump - 1050 IGPM single
stage, centrifugal, single suction impeller, midship mounted pump.
Bidder to provide pump specifications, including shifting and engagement details.
PRIMING SYSTEM
Pump compatible, electric, oil-free rotary vane primer with priming valve.
PIPING STAINLESS STEEL
All piping will be heavy duty stainless steel type and piping components in contact with water will
be non corrosive materials. Where vibration or chassis flexing may damage or loosen piping, all
plumbing exiting the pump enclosure area will be equipped with victaulic or rubber couplings as
necessary. Wherever threaded joints are used, the sealing compound will be of the nonhardening type to ensure ease of removal for repair or replacement of couplings.
PIPING HYDROSTATIC TEST
The pump and plumbing shall be hydrostatically tested to a pressure of 250 psi. The Tank Fill
and Tank to Pump valves shall be closed; all other inlets and outlets shall be open and capped.
This pressure shall be maintained for 3 minutes.
PUMP CONTROL PANEL
The proponent shall provide details information regarding all pump panel controls, gauges,
including but not limited to:
 VALVES AND CONTROLS - All 1" or larger in-line valves will be full flow, drop-out type
valves. All 3" and larger discharge valves will be designed to slow the opening and
closing of the valve to comply with applicable ULC and NFPA standards. All intake and
discharge valves shall be Akron 8800 HD stainless steel ball valves.
 PRESSURE GOVERNOR AND ENGINE INFORMATION DISPLAY
 MASTER PRESSURE AND INTAKE GAUGES – 4-1/2”– DUEL SCALE
 DISCHARGE MANIFOLD
 COLOUR CODED TAGS Identification plates will be provided for all gauges, controls,
connections, switches, inlets and outlets. Plates will be engraved in color coded polymer
material for durability and accurate identification of controls.
 SIDE PANEL LIGHTING LEFT SIDE The left side pump panel will be illuminated by
clear lens (LED) lights under a polished stainless steel light shield(s) positioned to cover
the lights and prevent glare on operator.
 SIDE PANEL LIGHTING RIGHT SIDE The right side pump panel will be illuminated by
clear lens (LED) lights under a polished stainless steel light shield(s), positioned to cover
the lights and prevent glare on operator.
 2-1/2" PRESSURE GAUGE - DUAL FACE 0-600 Dual face (kPa and PSI) pressure
gauges, 2-1/2" diameter, are installed on the pump operator's panel, one plumbed to
Schedule 2
Page 10





each discharge.
WATER LEVEL GAUGE ON PUMP PANEL A water level gauge shall be installed on
the pump panel with a minimum of four indicator lights showing quarter, half, three
quarter and full tank levels. The unit shall be capable of providing a low water warning
signal, including flashing LEDs at 25% volume. The sender/ indicator shall receive an
input signal from an electronic pressure sensor. The sensor shall be mounted on the
outside of the water tank near the bottom. No probe shall be placed on the interior of the
tank.
FOAM LEVEL GAUGE ON PUMP PANEL A foam level gauge shall be installed on the
pump panel with four indicator lights showing quarter, half, three quarter and full tank
levels. The sender has no moving parts.
TEST GAUGE PANEL Connections for pump vacuum and pressure are installed on the
pump panel for use when testing the pump.
HEAT EXCHANGER CONTROL VALVE A quarter turn valve to allow flow of water
through the engine heat exchanger is mounted on the pump panel.
PUMP INSPECTION DOOR
THREADS
All 38 mm (1-1/2" ) threads shall be NPSH
All 65 mm (2-1/2" ) threads shall be CSA
TANK TO PUMP SS 3" W/ CHECK VALVE NON MANIFOLD PUMP
A 3" quarter turn valve with check valve to prevent accidental pressurization of the water tank
through the pump connection is installed in the supply line from the tank to the pump.
TANK FILL VALVE 2" SS
A 2" quarter turn valve is installed in the supply line from the pump to the tank.
SUCTION - 6" NON-GATED EACH SIDE SS NON MANIFOLD PUMP 6" HEADER
Two 6" (not gated) main intakes shall be provided- 1 each side; equipped with stainless steel
thread protector and long handle chrome caps. Inlets will have removable strainers.
INTAKE - 2-1/2" TWO ( 2 )
Two ( 2 ) 2-1/2" intakes shall be provided, one the left side pump panel, one ( 1 ) on the right
side pump panel. The intakes shall be equipped with a quarter turn ball valve with chrome plated
female swivel connection, bleeder valve, and shall include a chrome plug and chain.
DISCHARGE 2-1/2" RS DISCHARGE SS, 2-1/2” VALVE, BLEEDER
One ( 1 ) 2-1/2" discharge shall be provided on the right side pump panel plumbed with 3"
Discharge valve, includes 30 degree chrome plated droop snoot, bleeder valve, and rocker lug
chrome cap with chain.
DISCHARGE 3" RS DISCHARGE SS, 4” STORZ VALVE, BLEEDER
One ( 1 ) 3" discharge shall be provided on the right side pump panel plumbed with 4" Storz
Discharge valve, includes 30 degree chrome plated droop snoot, bleeder valve, and rocker lug
chrome cap with chain.
DISCHARGE – TWO (2) 2-1/2" LS DISCHARGE SS, BLEEDER
Two ( 2 ) 2-1/2" discharge shall be provided on the left side pump panel plumbed with 2-1/2"
discharge valve, includes 30 degree chrome plated droop snoot, bleeder valve, and rocker lug
chrome cap with chain.
Schedule 2
Page 11
DISCHARGE ONE (1) 2-1/2" REAR DISCHARGE SS, PLUMBED 2-1/2", BLEEDER
One ( 1 ) 2-1/2" discharge shall be provided on the rear of the apparatus body, driver’s side
under the hose bed, plumbed with 2-1/2" valve. Includes 30 degree droop, bleeder valve, rocker
lug chrome cap and chain.
DISCHARGE TWO (2) 1-1/2" CROSSLAY (EACH) SS, 2" VALVE, BLEEDER
Two ( 2 ) 1-1/2" discharges shall be provided in a transverse hose bed above the pump panel.
The discharges shall be equipped with a swivel to allow use from either side of the unit, plumbed
with 2" valve to allow the use of 1-3/4" discharge hose. A bleeder valve shall be provided on
pump panel.
PRESSURE GOVERNOR – CLASS 1 TPG PLUS
This apparatus shall be equipped with a CLASS 1 TPG Plus engine/pump governor/throttle
system that is connected directly to the Electronic Control Module (ECM) mounted on the
engine.
MASTER DRAIN V/V, 12 PORT
A master drain valve will be provided. The valve will be located on the left side pump panel and
connected in such a manner as to allow complete water drainage. Water will be drained below
the apparatus body away from the pump operator
INTAKE RELIEF VALVE
A pre-set, spring-loaded 2-1/2" adjustable relief valve shall be installed to protect against
excessive incoming pressure. The valve shall be adjustable from 75 to 250 PSI, shall be preset
at 125 PSI, and shall attach directly to the pump suction manifold. The outlet shall be piped
away from, but within sight of the pump operator and shall terminate with a 2-1/2" male adapter
labelled "Intake pressure relief outlet - Do not cap". Shut-off valves or other means to disable
the operation of the relief system shall not be permitted. Caps will not be installed in this line.
HEAT EXCHANGER
The chassis shall be equipped with a closed circuit heat exchanger, which uses pump flow to
reduce engine heat without contaminating engine coolant. The system shall be controlled by a
1/4-turn valve on the pump operator's panel. A drain shall be furnished in the engine cooler line.
PUMP COOLER
The pump shall have a 3/8” line installed from the pump discharge to the booster tank to allow a
small amount of water to circulate through the pump casing in order to cool the pump during
sustained periods of pump operation when water is not being discharged. The pump cooler line
shall be controlled from the pump operator`s panel by a 1/4” snubber valve.
FOAM SYSTEM - HYPRO FOAMPRO 1600
The foam system shall be a Foam Pro 1600. The foam system shall be capable of injecting
Class "A" foam from 0.1% to 1% based on the direct measurement of water flows and remain
consistent within the specified flows and pressures.
The proponent shall provide construction & installation details, including information on:
 FOAM CONCENTRATE LABEL AT FOAM TANK FILL
 DRAIN VALVE FOR FOAM SYSTEM HEADER
 FOAM SYSTEM INSTRUCTION PLATES
 NFPA FOAM SYSTEM CERTIFICATION TEST
Schedule 2
Page 12
HEAT PAN
The pump compartment shall have a heat pan installed under the pump area. The heat pan
shall be four (4) sided with two (2) removable bottoms. The bottoms shall be easily removable to
provide access to the lower area of the pump/pump compartment. The bottoms shall include
butterfly latches to secure them in the closed position.
The proponent shall provide materials and construction details
PUMP COMPARTMENT HEATERS
Two (2) 25,000 BTU heaters shall be installed in the lower pump compartment area. The heaters
shall be connected to the chassis engine coolant system and shall include 12 volt blowers. The
heaters shall be controlled at the pump operator`s panel.
GASKET DISC/INTAKE PUMP PANEL
All intakes and discharges shall have gasket material provided on the pump module to hold in
the heat of the module plumbing.
WATER TANK – +300 IMPERIAL GALLONS
The tank shall be designed to carry as much water as possible, as per vehicle design weight
analysis given the weight limitations of the chassis, apparatus design, manpower and equipment
carried. The tank shall have a Lifetime Warranty. A certificate, from the water tank
manufacturer specifying the capacity of the water tank shall be provided.
The tank shall be so designed to be completely independent of the unit body and compartments
and shall be of specified configuration.
The proponent shall provide tank construction and fastening details, including location details of
manual fill tower, and vent overflow pipe details
FOAM CELL - 20 IMPERIAL GALLON
A 20 Imperial gallon foam cell shall be incorporated into the tank. The foam cell shall have a
separate foam fill tower on the top of the tank assembly.
The proponent shall provide construction and location details
ELECTRICAL
All electrical circuit feeder wiring supplied and installed by the apparatus manufacturer
shall be stranded alloy copper conductors of a gauge rated to carry 125% of the maximum
current for which the circuit is protected. Insulation shall be in accordance with SAE
J1128, type SXL, and wired to SAE J1292, for such loading at the potential employed.
Voltage drops in all wiring from the power source to the using device shall not exceed
10%. Overall covering of conductors shall be 280 degrees F. minimum flame retardant
loom or braid. All connections shall be made with lugs or terminals mechanically secured
to the conductors. Wiring shall be thoroughly secured in place and suitable protected
against heat, oil and physical damage. All body wiring is colour coded and marked every
3" as to function. All circuits are protected by autoreset circuit breakers. The power
distribution panel is located in the pump compartment or behind the back wall of the front
side compartment depending on the muffler location. Circuits are provided with properly
rated low voltage overcurrent protective breakers. Such circuit breakers are readily
accessible and protected against excessive heat, physical damage and water spray.
Switches, relays, terminals and connectors have a direct current rating of 125% of
maximum current for which the circuit is protected. All wiring is done to NFPA standards
and SAE standards and comply with CMVSS regulations.
Schedule 2
Page 13
ROCKER SWITCH PANEL WITH MASTER WARNING SWITCH
A rocker switch panel shall be installed in the dash of the chassis equipped with a Master switch
to control all emergency lighting to comply with applicable standards.
SIREN
The apparatus shall be equipped with a Federal PA300 siren 100 watt siren. The siren shall be
mounted in the chassis cab accessible to the driver and officer.
SIREN SPEAKER, 100 WATT IN FRONT BUMPER
A 100 watt speaker shall be mounted in the front bumper.
LIGHT BAR (Whelen or equivalent)
This unit shall be equipped with a full width LED light bar mounted on the cab, which shall be
reinforced to carry the weight. This light shall be controlled from the cab.
The proponent shall provide make & model details.
REAR TRAFFIC ADVISOR
An 8 lamp amber LED flashing directional light is installed under the rear hose bed with control
head in cab. This system is used for traffic control and additional visibility when vehicle is
parked on highway. This light shall be controlled from the cab.
WARNING LIGHTS (Whelen or equivalent)
As per ULC/NFPA requirements, the apparatus shall be fitted with, at minimum the following
warning lights:
Two ( 2 ) Whelen red LED 600 with integral flasher in the front chassis grille
Two ( 2 ) Whelen red LED 500 or 600 with integral flasher on the chassis fenders – one
each side
Two ( 2 ) Whelen red LED 600 with integral flasher on the rear wheelwells – one each
side
Two ( 2 ) Whelen red LED 600 with integral flasher in the taillight assembly – one each
side
Two ( 2 ) Whelen red LED 600 with integral flasher mounted in the upper rear corners of
the apparatus body - one each side
Two ( 2 ) Whelen red LED 600 with integral flasher mounted as high as possible, one
each side on the rear body face
WARNING LIGHT CERTIFICATION
Certification from the warning light manufacturer is provided to confirm that the lighting
system meets current NFPA 1901 standards.
COMPARTMENT LIGHTING
Each compartment shall be equipped with Amdor LED Lumabars, vertical tube type
compartment lights controlled automatically when compartment door is opened. There shall be
one tube on each side of the door opening. The tubes shall be of sufficient length to illuminate
the interior of the entire compartment.
STEP LIGHTS - LED
Schedule 2
Page 14
Step lights are installed to light all body work surfaces, steps, (including chassis) and
walkways as per ULC/NFPA requirements.
LED CLEARANCE AND MARKER
LED clearance and marker, and a license plate light, along with reflectors will be mounted
in accordance with federal regulations.
TAILLIGHT ASSEMBLY
A Whelen CAST IV module including a red tail/brake LED light, an amber LED turn signal,
a clear LED back up light, and red warning light in a chrome housing is installed at the
rear of the unit on each side.
GROUND LIGHTING –LED
NFPA compliant LED lighting shall be installed under the pump panel and rear steps,
operable when the ground light switch is turned on.
LED HOSEBED STRIP LIGHTING
LED strip lights shall be provided in the hosebed to provide compliant hosebed lighting.
The lights shall also be activated from a switch at the rear of the apparatus body.
APPARATUS BODY – ALUMINUM
The body shall be fabricated with the highest quality components available, and acceptable to
the fire service industry. Only new components shall be used in the manufacturing process.
The body shall be engineered and designed to provide a low center of gravity and carry a
correct load distribution.
Construction material shall be fully welded, with no rivets. Formed bodies will not be considered
for this application. Engineered extruded aluminum or comparable corrosion resistant material
(stainless steel) shall be considered. Proponent to provide details of their fabrication methods &
materials used in the construction
Certified welders shall perform all welding operations on the body. All welding shall with the
highest quality components. Proof of welder certification shall be provided with the completed
vehicle.
All dissimilar metals shall have a barrier material between them to prevent electrolysis.
The use of any type of adhesive or tape as a structural fastening system is strictly not
acceptable
FENDER SURROUND
The fender panel above each wheelwell shall be aluminum checkerplate integral to the body
structure.
Painted fenderwell panels will not be accepted
INTEGRAL FENDER TRIM
Extruded aluminum trim is installed around each rear wheel and is an integral part of the
body. The extruded trim shall be specifically designed and engineered for its usage.
BOLT ON RUB RAIL
A bolt on extruded aluminum rub rail extends 1-1/8" beyond the body on each side. It is
an extruded aluminum channel with a grip type top edge and is separated from the body
by nylon washers.
Schedule 2
Page 15
RUNNING BOARDS
The running boards will be made of open strut aluminum with non slip surface. Each step will be
rigidly reinforced with a heavy duty support structure. Running boards will not form any part of
compartment design.
REAR TAILBOARD
The rear step will be made of open strut aluminum with non slip surface, and rigidly
reinforced. The step material shall have serrated edges to provide additional traction.
The stepping surface shall also have holes to assist in drainage and cleaning. Designs
using embossed aluminum treadplate does not meet the intention of this requirement.
The rear step will be offset from the body to allow for ease of draining and cleaning. The
rear step will not form any part of compartment design.
The tailboard shall be of bolt on design. Proposals detailed a tailboard that is welded to
the body shall not be considered.
TOW HOOKS – FRONT & REAR
Proponent to specify details
COMPARTMENTS
All compartments shall be weatherproof and have sweep out floors.
All compartments shall have an aluminum drip molding installed over the top of the compartment
doors.
All compartments shall be of the sweep out design complete with machined / punched
ventilation louvers.
The interior of the aluminum compartments shall be unpainted and the aluminum shall be
buffed to remove scratches and provide a finished surface.
COMPARTMENT DOORS
The apparatus shall be equipped with AMDOR brand roll up doors with satin finish. Amdor
products are available to all manufacturers.
LEFT SIDE COMPARTMENTS
A full height compartment is installed ahead of the rear wheels on the left side of the unit.
The compartment clear door opening shall be approximately 51”W x 49”H x 25” deep full
height.
A high side compartment above the rear wheels on the left side is installed of the unit.
The compartment clear door opening shall be approximately 44”W x 20”H x 25”D.
A full height compartment is installed behind the rear wheels on the left side of the unit.
The compartment clear door opening shall be approximately 27”W x 49”H x 25” deep full
height.
State clear door openings and compartment inside dimensions
RIGHT SIDE COMPARTMENTS
A full height compartment is installed ahead of the rear wheels on the left side of the unit.
The compartment clear door opening shall be approximately 51”W x 56”H x 25” deep
lower and 12” deep upper.
Schedule 2
Page 16
A high side compartment above the rear wheels on the left side is installed of the unit.
The compartment clear door opening shall be approximately 44”W x 20”H x 12”D.
A full height compartment is installed behind the rear wheels on the left side of the unit.
The compartment clear door opening shall be approximately 27”W x 56”H x 25” deep
lower and 12” deep upper.
State clear door openings and compartment inside dimensions
REAR COMPARTMENT
A compartment shall be installed at the rear of the apparatus body. The compartment
clear door opening shall be approximately 36”W x 37”H x 22” deep.
State clear door openings and compartment inside dimensions
SHELVING – Adjustable – Nine ( 9 )
The contractor shall provide (9) shelves, for mounting on unistrut as per fire department
instruction (location to be finalized with successful contractor)
The height of all shelves shall be easily adjustable by using Uni-strut tracks, mounted to the side
bay walls along with appropriate fasteners.
All shelves shall be capable of supporting a minimum weight of 300 pounds
All shelves are to be of 3/16” smooth aluminum with press formed flanges on all 4 sides
Shelf dimensions shall vary to accommodate the specified compartment for which it is to be
mounted
Twenty ( 20 ) Additional Uni-strut connectors (bag of bolts/spring nuts) to be included at time of
delivery.
TRAYS
Three ( 3 ) Sliding trays, with 100% extension, 600 pound capacity sliding hardware and
latch to hold in closed and open position shall be installed on the floors of L1, R1 and B1.
The sliding trays shall be fabricated from ¼” aluminum plate and shall have 3”H sides on
all four corners of the tray. There shall be a white reflective stripe on the visible sides of
the tray. The sliding hardware shall be manufactured by Slide Master.
TILE MATTING
Black plastic ¾” Turtle TileTM compartment floor matting will be installed on the floor in
each enclosed compartment. Where there is a sliding tray on the floor of the
compartment, the turtle tile shall be on the floor of the tray only. Black Plastic ½” Turtle
tile shall be installed on the adjustable shelves.
STEPS AT REAR OF BODY (FOLDING)
Folding steps or ladder will be provided at the rear of the apparatus, mounted to allow access to
the body hosebed area.
The proponent shall provide construction and location details
HANDRAILS
Handrails will be provided at all necessary locations as specified by ULC to maintain three
point contact.
The proponent shall provide construction and location details
SCBA BOTTLE STORAGE
Schedule 2
Page 17
SCBA cylinder storage compartments will be installed in the rear fender wells. The bottle
tubes shall be fitted with a door and latch and aggressive seal to protect the bottles. A
strap shall be provided to retain the bottles in the event the door latch fails or is not
engaged fully.
SCBA PACK STORAGE
Brackets shall be installed on horizontal tracking in the apparatus body to provide mounting of
customer supplied MSA Firehawk 2216 PSI SCBA packs with cylinders. The number of SCBA
packs carried will be dependent on the clear opening width & height of one of the center (L2/R2)
compartments.
HOSEBED - ALUMINUM
The main hose bed shall be located above the booster tank and be sized to carry a minimum of
400 feet of 2 ½” hose. Construction materials and design shall meet or exceed the requirements
specified in ULC S515-13 (current edition)
Flooring to be extruded aluminum slats and shall be properly spaced for ventilation. Each
slat shall be 6” wide and shall be spaced ½” apart from each other. The flooring will be
smooth and free from sharp edges to avoid hose damage. Floor will be removable for
access to booster tank.
HOSEBED DIVIDERS
Two ( 2 ) Fully adjustable full length 1/4" aluminum hose bed partition(s) will be provided
directly on top of the booster tank. Partition(s) will be removable for access to the booster
tank. Each divider shall also have a hand hold machined into the divider on the rear
portion to assist in climbing the rear of the apparatus.
HOSEBED - COVER
The hosebed shall be fitted with a heavy duty vinyl tarp, red in colour. The tarp shall be
removable but securely attached when installed.
Securing details shall be provided in the bidders specifications.
CROSSLAY HOSEBED
Two (2) crosslay hose beds shall be provided and installed transversely above the pump house
and shall have flooring to allow for water drainage and air movement under the hose. A 3/16"
aluminum divider shall separate the hosebeds. Each hosebed shall be sized to hold 200' of 1
3/4" hose.
CROSSLAY - COVER
The crosslays shall be fitted with a heavy duty vinyl tarp, one ( 1 ) each side, and one on
top, red in colour. The tarp shall be removable but securely attached when installed.
Securing details shall be provided in the bidders specifications.
HARD SUCTION STORAGE
Suction hose storage for two (2) 10’ lengths of lightweight hard suction hose shall be installed
above the body compartments, fabricated from polished custom aluminum extrusions. The hose
shall be fastened to the tray with heavy duty type Velcro Straps.
STORAGE
Schedule 2
Page 18
Ladders will be stored inside the apparatus body on the officer’s side in a storage tunnel behind
the upper left compartments. A rear access slideway is installed for the ladder, including a rear
door with lift and turn latch. The tunnel will provide storage for;
LADDER One ( 1 ) 24 foot 3 section ladder
One ( 1 ) 12 foot roof ladder
One ( 1 ) 10 foot folding attic ladder
Two ( 2 ) pike poles with tubes
LIGHTING – TELESCOPIC LED SCENE
Two ( 2 ) Whelen Pioneer PCP2 LED Spot / Floodlights shall be mounted on telescopic poles,
one each side, on the front the apparatus body.
The lightheads shall be mounted on push up style bottom mount telescopic pole assemblies.
The telescopic pole shall be able to raise the lighthead a minimum of 50” above the body.
The telescopic pole shall be fitted with a magnetic switch connected to the “ Door Ajar “ indicator
light so as to warn the operator that the light has not been stowed prior to travel.
The lights shall be controlled from switches on the light head.
LIGHTING – BODY MOUNTED LED SCENE REAR
Two ( 2 ) Whelen Pioneer PSL1P single low profile pedestal / swivel mount floodlights shall be
mounted on the rear of the apparatus body face, one each side, as high as possible.
The lights shall be switched in the apparatus cab, labelled “ REAR SCENE “.
LIGHTING – BODY MOUNTED LED SCENE SIDES
Two ( 2 ) Whelen M6 LED clear scene lights shall mounted, one each side of the apparatus
body in the upper rear corners.
The lights shall be switched in the apparatus cab, labelled “ LEFT SCENE “ , “ RIGHT SCENE “.
EXTERIOR PAINT
All exterior surfaces of the body except tread plate and polished stainless steel are
painted to prevent corrosion.
The painting shall be done in accordance with recognized automotive practices to provide an
automotive quality finish.
The proponent shall provide details of their painting process.
RUST PROTECTION
Entire cab and body is treated with KROWN rust protection. The Krown rust protection
shall be applied by a certified Krown Installer. The Krown certificate indicating the
application of Krown to the unit shall be supplied with the finished unit.
The Krown will be applied prior to the apparatus being shipped from the factory.
LETTERING
The Manufacturer shall install the required lettering and department door logos to the
requirements of the fire department. This shall consist of letters of a size up to 3" tall shall
be applied according to Fire Department requirements. The lettering shall be consistent
with other vehicles within the fleet. Lettering shall include “Keep Back 150M” and “Call
911” as required; Installation of department door logo (1 each side) - Fire department to
provide successful bidder with supplier contact info.
REFLECTIVE STRIPING
Schedule 2
Page 19
A four ( 4 ) inch high white Scotchlite stripe will be provided, applied on a minimum of 50
percent of each side of the unit, 50 percent on the rear of the unit (unless a chevron is
provided) and 25 percent on the front of the unit.
REAR CHEVRON
An NFPA compliant reflective chevron is applied to cover at least 50% of the rear facing
vertical surface of the vehicle. This consists of alternating red and yellow reflective stripes
6" wide in a chevron pattern sloping down and away from the centerline of the vehicle at
an angle of 45 degrees.
REFLECTIVE STRIPE - INSIDE ENTRY DOORS
A minimum of 96 square inches of white reflective Scotchlite vinyl will be provided on the inside
of each entry door to the vehicle.
WARRANTIES
The following minimum warranties shall be provided with the completed apparatus. In addition to
providing full warranty information, copies of the manufacturer’s warranty shall be included in the
proposal.

Standard body warranty; one ( 1 ) year

Paint warranty; 10 year

Corrosion warranty; 10 year

Engine warranty; 5 year

Transmission warranty; 5 year

Pump warranty; 5 year

Water tank warranty; lifetime

Electrical components (including lighting):

Accessories:
YES
NO
EXCEPTION / COMMENTS
The respondent will provide specifics of applicable warranties, including the provider
in the event warranty work is required.
Body - _______________________________________________
Paint - _______________________________________________
Electrical - _____________________________________________
Accessories - ___________________________________________
Tank - ________________________________________________
Plumbing - _____________________________________________
EQUIPMENT
The following accessories, complete with mounting brackets will be installed on this unit:

Two (2) ten foot section(s) of 6" Kochek PVC lightweight, flexible, hard suction hose shall
be provided with lightweight male and long handle fem threaded couplings.




One (1) 6” barrel strainer – ship loose
One (1) Pike pole, fibreglass handle - 8' long
One (1) Pike pole, fibreglass handle - 6' long
One ( 1 ) 24 foot 3 section ladder
Schedule 2
Page 20





One ( 1 ) 12 foot roof ladder
One ( 1 ) 10 foot folding attic ladder
Two ( 2 ) Akron Spanner wrench brackets, each complete with 2 wrenches. Brackets
shall be mounted, 1 bracket per side, in close proximity to the pump compartment,/
discharges
Two (2) wheel chocks, mounted in readily accessible locations, as per ULC S515
requirements
One (1) set of three (3) dual faced triangular warning flares to meet the Department of
Transportation's Motor Vehicle Safety Standards.
MANUALS and SERVICE INFORMATION – Two ( 2 ) Copies
At the time of delivery, two (2) copies of complete operation and service manuals will be
provided covering the completed apparatus (body and equipment) as delivered and accepted,
including the pump, wiring diagrams, lubrication charts, and firefighting equipment delivered with
the apparatus. Chassis manuals are those supplied by the chassis manufacturer.
Schedule 2
Page 21
E.
OPTIONAL FEATURES:
DO NOT INCLUDE THESE PRICES IN YOUR FINAL PROPOSAL PRICE
1. 3000 WATT DIGITAL INVERTER
A 3000 W 12V DC to 120 AC inverter shall be installed in the apparatus and connected to
the chassis electrical system. The inverter shall be connected to a 6 place power bar located
in L3 compartment.
2. SINGLE DUPLEX RECEPTACLES
One (1) Single duplex receptacle with protective cover shall be installed in each
compartment in a specified location. The receptacles shall be connected to the shore power
connection on the chassis cab used to power the on board battery charger.
3. RECEIVER HITCH
There shall be a class III receiver hitch assembly as an integral part of the chassis rear
frame located under the rear compartment/step
4. 3” WATER MONITOR PLUMBING
3” stainless steel plumbing for One (1) deck gun plumbed with a 3" valve with slow
close device. This outlet shall be fitted with a flange to receive a quick release monitor
base.
Schedule 2
Page 22
Schedule 3
BIDDER QUALIFICATIONS
1.1.1 ISO CERTIFICATION
Manufacturer's Quality System is registered to ISO 9001 by QMI-SAI Canada Limited. ISO
9001, titled Quality Systems - Model for Quality Assurance in Production and Installation, is
awarded to companies meeting and maintaining a strict series of quality-assurance guidelines.
Receiving ISO 9001 certification means that a company has committed itself to maintaining a
consistent level of quality across all areas of operation, from customer service and training to
equipment calibration and maintenance. This certification is difficult to obtain and represents
an organization's dedication to providing its customers with the best products and services
possible. ISO Certification is required in order to remove the subjectivity of interpreting each
individual in-house program
A copy of the current year Certificate shall be attached to submission package. There
shall be no exception to this requirement.
1.1.2 WELDING CERTIFICATION
Welding shall only be undertaken by a company certified by the Canadian Welding Bureau to
the requirements of CSA Standard W47.2-M1987, Certification of Companies for Fusion
Welding of Aluminum, as required.
The company shall employ full-time one or more welding supervisors responsible to the
company for the supervision of welding. Each supervisor shall have five years of fabricating
experience pertinent to the company's type of operation (Division 3).
The Canadian Welding Bureau is accredited by the Standards Council of Canada as a
Certification Organization for the administration of CSA Standard W47.2.
The Manufacturer shall maintain certification under a recognized welding bureau standard such
as the Canadian Welding Bureau to CSA W47.2 (Certification of Companies for Fusion Welding
of Aluminum).
A copy of the certification shall be provided with the bid.
1.1.3 REFERENCES (Refer to Schedule 4.3)
To demonstrate the quality of the product and service, each bidder shall provide a list of at least
three ( 3 ) fire departments/municipalities in the Province who have purchased from the
manufacturer / bidder a second time from the representing dealer.
1.1.4 FAMA MEMBERSHIP
The Manufacturer shall be a member in good standing of the Fire Apparatus Manufacturers'
Association and shall be listed on the FAMA website.
While FAMA does not directly determine any standards, members serve on many committees
of the National Fire Protection Association, or (NFPA), and actively participate in the
development of NFPA standards that apply to fire apparatus and equipment. By working with
the NFPA, FAMA members assist in the research and development of performance-based
minimum standards related to the manufacture of fire apparatus and equipment. Throughout
its history, FAMA has supported the research required for the development of safer, better
products.
Schedule 3
Page 1
Current year Certificate to be attached to submission package.
1.1.5 TRANSPORT CANADA REGISTRATION
The manufacturer of the apparatus must be registered with Transport Canada to the National
Safety Mark Standard. Bids not meeting this requirement will not be accepted.
Copy of registration must be attached with the bid submittal.
1.1.6 ENGINEERING CAPABILITIES
Due to the complex nature of fire apparatus, proper engineering of the apparatus is mandatory.
To insure the capabilities of the manufacturer, the bidder shall provide evidence of the
qualifications of their engineering capabilities. The manufacturer shall have an In-house
Engineering Department with at minimum two Professional Engineers and one Certified
Engineering Technologist on staff.
Copy of Certificate of Registration as a design Engineer must be included in submission
package
1.1.7 SERVICE AND WARRANTY SUPPORT (Refer to Schedule 4.4)
To insure full service after delivery, the selling bidder/dealership must be capable of providing
prompt service and to furnish replacement parts.
Each bidder/dealership must be able to display that they are actively in the fire apparatus
service business by operating a Canadian, factory authorized service center and parts repository
capable of satisfying the warranty service requirements and parts requirements of the vehicle(s)
being purchased.
The bidder/dealership must provide a full service facility within 700 km of Temagami, and
equipped to provide 24/7 mobile apparatus repairs and service to the Temagami Fire
Department. The bidder/dealership must state the location of this authorized service center. In
compliance to the requirements of NFPA, this service center must have a staff of Emergency
Vehicle Technician ( EVT ), licensed Truck and Coach technicians and factory-trained
mechanics, well versed in all aspects of service for all major components of the apparatus.
To provide an additional layer of service support, the successful manufacturer must maintain
factory facilities and parts inventory suitable for maintenance of the proposed apparatus. The
manufacturer shall stock sufficient inventory dedicated to service and replacement parts to
ensure quick response and minimize down time. Furthermore, the manufacturer shall house the
inventory in a dedicated facility, with a dedicated shipping area that ensures service parts are
given priority. The manufacturer must also maintain a 24 hour/7 day a week, toll free emergency
hot line, employing a staff of adequate size specifically dedicated to providing customer support
and parts for the vehicles it has produced.
The manufacturer must be capable of providing both in-house and on-site service for the
apparatus.
Bidders who require the apparatus be returned to the point of manufacture for warranty repairs
may be disqualified. Bidders who rely on third party resources to provide warranty repairs or
who require the Purchaser to complete repairs and invoice back to the manufacturer, shall not
be considered compliant; bids of this nature shall be disqualified.
1.1.8 CONTINUOUS OPERATION
Bids shall only be considered from companies that have an established reputation in the field of
fire apparatus construction and have been in business under single ownership for a minimum of
Schedule 3
Page 2
20 years. Furthermore, in order to insure fair, ethical, and legal competition, neither the original
equipment manufacturer (O.E.M.) nor parent company of the O.E.M. shall have ever been fined
or convicted of price fixing, bid rigging, or collusion in any domestic or international fire
apparatus market (No exception).
Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus
specified.
Schedule 3
Page 3
SCHEDULE 4 - FORMS
This Schedule contains the forms required for preparation of a Bid submission.
Failure to include any of the listed forms may result in disqualification.
Schedule 4 – to be submitted
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
The Municipality of Temagami
TFD-RFP-001-2016
SCHEDULE 4.1 – FORM OF OFFER
page 1 of 4
This Form of Offer must be signed and all pages of the original
included with the Bid
1. Bidder Information
The full legal name of the Bidder is:
Any other registered business name under which the Bidder carries on business is:
The jurisdiction under which the Bidder is formed is:
The name, address, telephone, facsimile number and email address of the contact person for the
Bidder:
Indicate whether the Bidder is an individual, a sole proprietorship, a corporation or a partnership:
2. Offer
The Bidder has carefully examined the RFP documents and has a clear and comprehensive
knowledge of the Deliverables required under the RFP. By submitting the Bid, the Bidder agrees and
consents to the terms, conditions and provisions of the RFP, including the Form of Agreement, and
offers to provide the Deliverables in accordance with the rates set out in the Pricing Form.
3. Bid Irrevocable
The Bidder agrees that its Bid shall be irrevocable for the period of days set out in Section 2.9
following the RFP Closing Date.
4. Disclosure of Information
The Bidder hereby agrees that any information provided in this Bid, even if it is identified as being
supplied in confidence, may be disclosed where required by law or if required by order of a court or
tribunal. The Bidder hereby consents to the disclosure, on a confidential basis, of this Bid by the
Municipality to the Municipalities advisors retained for the purpose of evaluating or participating in the
evaluation of this Bid.
Schedule 4 – to be submitted
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
The Municipality of Temagami
TFD-RFP-001-2016
SCHEDULE 4.1 - Form of Offer
Page 2 of 4
5. Addenda
Addendum Acknowledgment Section: See Item 16 of Schedule ‘1’ attached. Failure to
complete this form when addenda have been issued may render your Proposal as noncompliant. Please ensure you complete this form if addenda have been issued.
If awarded the contract, the Proponent agrees to complete the work in accordance with the
Proposal’s
Instruction to Proponents and Scope of Work and the following Addenda:
Addendum No._____, dated_________ ,2016.
Addendum No.______, dated____________ ,2016.
Addendum No._____, dated_________ ,2016.
Addendum No.______, dated____________ ,2016.
Addendum No._____, dated_________ ,2016.
Addendum No.______, dated____________ ,2016.
Addendum No._____, dated_________ ,2016.
Addendum No.______, dated____________ ,2016.
TOTAL NUMBER of ADDENDA: ___________
Conflict of Interest Declaration
Please check appropriate response:
I/we hereby confirm that there is not nor was there any actual or perceived conflict of interest
in our quotation submission or performing/providing the Goods/Services required by the
Agreement.
The following is a list of situations, each of which may be a conflict of interest, or appears as
potentially a conflict of interest in our Company’s quotation submission or the contractual
obligations under the Agreement.
List Situations:
In making this quotation submission, our Company has / has no (strike out inapplicable portion)
knowledge of or the ability to avail ourselves of confidential information of the Municipality (other than
confidential information which may have been disclosed by the Municipal in the normal course of the
quotation process) and the confidential information was relevant to the Work/Services, their pricing or
quotation evaluation process.
Schedule 4 – to be submitted
The Municipality of Temagami
TFD-RFP-001-2016
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
SCHEDULE 4.1 - Form of Offer
PAGE 3 OF 4
NON COLLUSION AFFIDAVIT
I/ We ______________________________________ the undersigned am fully informed respecting
the preparation and contents of the attached quotation and of all pertinent circumstances respecting
such bid.
Such bid is genuine and is not a collusive or sham bid.
Neither the bidder nor any of its officers, partners, owners, agents, representatives, employees or
parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed
directly or indirectly with any other Bidder, firm or person to submit a collective or sham bid in
connection with the work for which the attached bid has been submitted nor has it in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or to
fix any overhead, profit or cost element of the bid price or the price of any bidder, or to secure
through any collusion, conspiracy, connivance or unlawful agreement any advantage against the
Municipality of Temagami or any person interested in the proposed bid.
The price or prices quoted in the attached bid are fair and proper and not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents,
representatives, owners, employees, or parties in interest, including this affiant.
The bid, quotation or proposal of any person, company, corporation or organization that does attempt
to influence the outcome of any Municipal purchasing or disposal process will be disqualified, and the
person, company, corporation or organization may be subject to exclusion or suspension.
Signed
________________________________________
Company Name
________________________________________
Title
________________________________________
Schedule 4 – to be submitted
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
The Municipality of Temagami
TFD-RFP-001-2016
SCHEDULE 4.1 - Form of Offer
Page 4 of 4
6. Proof of Insurance
By signing the Form of Offer, the Bidder agrees, if selected, that it has verified its capability to do so
and will provide general liability coverage, for the benefit of Temagami, as set out in the Form of
Agreement.
7. Workplace Safety and Insurance Board (WSIB / WCB)
By signing the Form of Offer, the Bidder agrees, if selected that the bidder shall maintain its good
standing and shall provide to the municipality current Certificates of Clearance throughout the
duration of the Contract.
8. Execution of Agreement
The Bidder understands that in the event its Bid is selected by the Municipality, in whole or in part,
the Bidder agrees to finalize and execute the agreement in the form set out in the Form of Agreement
attached to this RFP and in accordance with the terms of this RFP.
Dated at ________________this____ day of ________ 20__
(Signature of Authorized Signing Officer)
(Signature of Witness)
(Print Name)
(Name of Witness)
(Print Title)
I have authority to bind the Bidder
Schedule 4 – to be submitted
The Municipality of Temagami
TFD-RFP-001-2016
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
SCHEDULE 4.2 - MANDATORY ELIGIBILITY REQUIREMENTS FORM
A Bidder’s eligibility must be demonstrated before a Bid may be accepted.
All Bidders must include evidence in the Bid for all of the mandatory eligibility requirements, as
outlined in the specifications of this RFP, including copies of various certifications and
acknowledgments. Failure to do so may result in disqualification.
As noted in the table below, please identify the location of the evidence within your Bid for each
of the following eligibility requirements:
Eligibility Requirement
Evidence to be Provided
Location in Bid
ISO CERTIFICATION
All welding done by certified
welders, Manufacturer certification
under a recognized welding bureau
standard
Bidder must be certified and in
good standing with the Workers
Safety Insurance Board.(WSIB)
Member in good standing of the
Fire Apparatus Manufacturers'
Association (FAMA)
Certificated engineers on staff
Manufacturer of the apparatus
must be registered with Transport
Canada to the National Safety
Mark Standard
Product Liability Insurance
coverage
General design and construction –
single source manufacturer
Established reputation in fire
apparatus construction and been in
business at least 20 years.
Bid specifications and drawings
submitted are for an Initial Attack
Fire Apparatus that meets or
exceeds all requirements of
CAN/ULC-S515-13
EXCEPTIONS TO
SPECIFICATIONS
Schedule 4 – to be submitted
Copy of the current Certificate
Copies of all applicable welding
certificates, certifications
Current Certificate of Clearance
(WSIB/WCB)
Current year Certificate
copy of Certificate of
Registration as a design
Engineer
Copy of Registration
Copy of insurance certificate
Statement of conformity
Bidder to provide a statement of
conformity /company description
Statement of conformity
Statement of conformity to
specifications requested in
Schedule 2, OR an "exceptions
to specifications list” is provided
where proposed specifications
were either exceeded or not
achieved
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
The Municipality of Temagami
TFD-RFP-001-2016
SCHEDULE 4.3 - REFERENCE FORM
Bidder Instructions:
Each Bidder is requested to provide three (3) references from clients who have obtained similar
goods and services as those required in section 1.1.3 of Schedule 3 in this RFP
Reference #1
Company Name:
Company Address:
Contact Name:
Contact Telephone Number:
Contact Email:
Date Work Undertaken:
Nature of Assignment:
Reference #2
Company Name:
Company Address:
Contact Name:
Contact Telephone Number:
Contact Email:
Date Work Undertaken:
Nature of Assignment:
Reference #3
Company Name:
Company Address:
Contact Name:
Contact Telephone Number:
Contact Email:
Date Work Undertaken:
Nature of Assignment:
Schedule 4 – to be submitted
The Municipality of Temagami
TFD-RFP-001-2016
Initial Attack Fire Apparatus (Mini-pumper) – Temagami FD
Request for Proposals
SCHEDULE 4.4
SERVICE FORM
24/7 Mobile Service
YES
NO
Service Centre within 700km:
YES
NO
IF YES:
Please indicate the location for servicing:_________________________________
_____________________________________________________________________
Who will be performing the servicing:_____________________________________
_____________________________________________________________________
How many years in business_____________ years
Employees /Experience:_________________________________________________
______________________________________________________________________
______________________________________________________________________
Parts and Service Availability:
(Normal lead time for parts and/or service at Temagami Fire Department)
______________________________________________________________________
______________________________________________________________________
Company Name: ______________________________________
Signature: _________________________________________
“I have the authority to bind the Company/Corporation/Partnership.”
Schedule 4 – to be submitted
SCHEDULE 5– PROPOSAL BID FORM
Bidder Instructions:
1. Pricing shall be provided in Canadian Funds, inclusive of all applicable duties
and taxes.
2. Pricing quoted by the Bidder shall be all inclusive and shall include all labour
and materials, travel and carriage costs, insurance costs and all other
overhead including but not limited to any fees or other charges required by
law.
3. A Bid that includes conditional, optional, contingent or variable rates that are
not expressly requested in the Pricing Form may be disqualified.
4. Bidders may not amend this form in any way other than by providing the
requested information.
5. No other fees of charges will be paid for the Deliverables other than those set
out on the form.
6. Where no price applies, state “0” or “Nil”. If a space is left blank the
Municipality may either deem it to be a zero or may declare the Bid noncompliant and disqualify it at its discretion.
Schedule 5 – to be submitted
Schedule 5.1 – PROPOSAL BID FORM
Description
Unit Price
Quantity
Price
Price for Initial Attack Pumper
Truck (mini-pumper)
As per specifications,
$ ______________
x1
Including training of personnel in the proper operation, care and
maintenance of equipment delivered
$ _____________
HST#_____________________
$ _______________
Plus 13% HST
Grand Total $
All pricing to be provided in CDN funds and F.O.B. Delivered to our destination:
7 Lakeshore Drive, Temagami, Ontario P0H 2H0
Lead Time: Indicate lead time from time of purchase to time of delivery: _____________weeks
Anticipated Delivery date (specify): ____________________
Indicate Warranty: ___________________months (Provide details regarding warranty.)
Optional Extended Warranty:
Vehicle Extended Warranty $ ______________
Duration of Extended Warranty ______________
Additional Service Rates: If requested and required by Temagami, additional service, outside
of Warranty agreements, by factory trained personnel, shall be provided to the Temagami
Volunteer Fire Department.
Additional Service Rates $ ____________/hour
I have read, acknowledge and understand all terms, conditions and requirements contained in
this Proposal:
COMPANY NAME: ____________________________________________________________
ADDRESS: __________________________________________________________________
TELEPHONE:_______________ FAX #: ________________E-MAIL:____________________
NAME AND POSITION OF PERSON SIGNING: _____________________________________
(Please Print)
SIGNATURE: _________________________________ DATE:________________________
“I have the authority to bind the Corporation/Company/Partnership”
Please ensure that an original signature is provided with the original Proposal document. A
photocopy of the signature will not be accepted on the document marked as the Original. Failure
to provide original signatures on the document marked original may result in the rejection of your
Proposal.
LOWEST OR ANY PROPOSAL NOT NECESSARILY ACCEPTED
Schedule 5 – to be submitted
Schedule 5.2 – PROPOSAL BID FORM
Optional Equipment Pricing
Equipment Description
Option 1: One (1) 3000 Watt Digital Inverter
Option 2: Electrical outlets - all compartments
Option 3: Class III receiver hitch assembly
Option 4: Plumbing (3”
Schedule 5 – to be submitted
Unit Price
HST
Total Price ($)
SCHEDULE 6. - BID SUBMISSION LABELS
Bidder Instructions:
1. Bids must be submitted in a sealed package(s) to the address indicated on the
Bid Submission Label between the hours of 8:30 a.m. and 4:30 p.m. (Temagami
Time), Monday through Friday (excluding Statutory Holidays), and no later than
the RFP Closing Date and time noted on the Bid Submission Label.
2. The Municipality does not accept responsibility for Bid submissions directed
to any location other than the address indicated on the Bid Submission Label.
The onus remains solely with bidders to instruct courier/delivery personnel to
deliver Bid submissions to the location specified on the Bid Submission Label.
Bids that are delivered to another Municipal address before the deadline but
arrive after the deadline will be disqualified.
3. Bidders assume sole responsibility for late deliveries if these instructions are
not strictly adhered to.
4. Failure to affix the Bid Submission Label to your submission package may also
result in submissions not being recognized as Bids. This could result in your
Bid arriving late at the Mnicipal Office and will be deemed late, disqualified and
returned to the Bidder.
5. Bids received by Fax or any other kind of electronic transmission will be
rejected.
[End of Instructions to Bid Submission Label Form]
Schedule 6 - Labels
SCHEDULE 6.1 - BID SUBMISSION LABEL
Affix this Label to your Bid Submission Package
RFP: TFD-RFP-001-2016 (Mini-pumper)
Closing Date:
 Date: September 20, 2016

Time: 11:00 a.m. Temagami time
Bidder to complete the following:
Full Legal Name:
Address:
Contact Name:
Phone:
TO:
Finance Department
Municipality of Temagami
7 Lakeshore Drive, Temagami
P0H 2H0
Telephone: (705)569-3421
Schedule 6 - Labels
SCHEDULE 6.2 - PRICING ENVELOPE LABEL
Affix this label to the separate sealed envelope containing the Pricing Form
Pricing Envelope
RFP: TFD-RFP-001-2016 (Mini-pumper)
Name of Bidder: _________________________
The Pricing Envelope only contains
Appendix C.5 – Pricing Forms, including all pricing information
Important:
Bidders are asked not to include any additional items in the Pricing Envelope other than
what has been requested
Schedule 6 - Labels
Schedule 7
SAMPLE AGREEMENT
SAMPLE AGREEMENT
NOTE: Minor adjustments to this form may be made by Temagami as part of the final contract.
AGREEMENT FOR PURCHASE AND SALE OF GOODS
THIS AGREEMENT made this _____________day of____________________ , 2016
B E T W E E N:
THE CORPORATION OF THE MUNICIPALITY OF TEMAGAMI
hereinafter referred to as “the Purchaser”
- and –
________________________________________________
hereinafter referred to as “the Vendor”
IN CONSIDERATION of the respective covenants and agreements contained in this Agreement and for
other good and valuable consideration (the receipt and sufficiency of which is mutually acknowledged),
the parties covenant and agree as follows:
A. THE PURCHASE
1. Definitions
As used in this Agreement, unless their subject matter or context is inconsistent, the following
terms shall have the following meanings:
(a) “Equipment” means the equipment described in Schedule “A” hereto;
(b) “Delivery Date” means on or before the ______________day of ____________, 20______.
2. Purchase and Sale
(1) Purchase and sale. Subject to the terms and conditions of this Agreement, and in reliance on
the representations, warranties and conditions set forth in this Agreement, the Vendor agrees
to sell, assign, transfer and deliver the Equipment to the Purchaser.
(2) Prices.
1) The Purchase Price for the Equipment shall be as set forth in Schedule “B”.
2) The price for extended warranty shall be as set forth in Schedule “B”.
Payment.
The Purchaser shall pay and satisfy the prices on complete and satisfactory delivery of all
Equipment.
1
Schedule 7 - Sample Agreement
Schedule 7
SAMPLE AGREEMENT
3. Representations and Warranties of the Vendor
The Vendor represents and warrants to the Purchaser that:
(a) the Vendor has all necessary corporate power, authority and capacity to enter into this
Agreement and to perform its obligations under the Agreement;
(b) the execution and delivery of this Agreement and the consummation of the transaction
contemplated under it have been duly authorized by all necessary corporate action on the
part of the Vendor;
(c) this Agreement constitutes a valid and binding obligation of the Vendor enforceable
against it in accordance with the terms of this Agreement, subject, however, to limitations
with respect to enforcement imposed by law in connection with bankruptcy, insolvency or
similar proceedings relating to creditor’s rights generally and to the extent that equitable
remedies such as specific performance and injunction are in the discretion of a court of
competent jurisdiction;
(d) the Vendor is not a party to, bound or effected by or subject to any indenture,
mortgage, lease, agreement, instrument, charter or by-law provision, statute, rule,
regulation, judgment, order, writ, decree or law which, with or without the giving of notice
of the lapse of time, or both, would be violated, contravened, breached by, or under which
default would occur as a result of the execution, delivery and performance of this
Agreement or the consummation of any of the transactions provided for in it;
(e) the Vendor is the absolute beneficial owner of the Equipment, with good and
marketable title, free and clear or any liens, charges, encumbrances or rights of others
(other than statutory liens for taxes, assessments and other governmental charges the
payment for which is not yet due and owing) and is exclusively entitled to possess and
dispose of the same;
(f) no person has any written or oral agreement, option, understanding or commitment, or
any right of privilege capable of becoming an agreement for the purchase from the
Vendor of any of the Equipment;
(g) there is no proceeding in progress or pending or threatened against, relating to or
affecting the Vendor in connection with the Equipment which might be expected to have a
materially adverse effect on the Equipment;
(h) the Vendor is not a non-resident of Canada for the purposes of the Income Tax Act,
R.S.C. 1952, c. 148; and
(i)no consent, authorization or approval of, or exemption by, any governmental or public
body or authority, or by any Person, whether pursuant to contract or otherwise, is required
on connection with the execution, delivery and performance of this Agreement by the
Vendor or of any of the instruments or agreements referred to, or the taking of any action
contemplated.
All statements contained in any certificate or other instrument delivered by or on behalf of a party
pursuant to or in connection with the transactions contemplated by this Agreement shall be
deemed to be made by that party under this Agreement. All representations, warranties,
covenants and agreements contained in this Agreement on the part of each of the parties shall
survive the closing, and the execution and delivery of any bills of sale, instruments of conveyance,
assignments or other instruments of transfer of title to any of the Equipment and the payment of
the consideration therefore.
2
Schedule 7 - Sample Agreement
Schedule 7
SAMPLE AGREEMENT
4. Conditions Precedent to Closing
The obligation of the Purchaser to complete the purchase of the Equipment under this Agreement
shall be subject to the satisfaction of or compliance with, at or before delivery of the Equipment,
each of the following conditions precedent (each of which is acknowledged to be the exclusive
benefit of the Purchaser and may be waived by it in whole or in part):
(a) All of the written representations and warranties of the Vendor made in or pursuant to
this Agreement, and any other agreement or certificate made or delivered, including, the
representations and warranties made by the Vendor as set forth in paragraph 3, shall be
true and correct in all material respects as at the Closing Time and with the same effect
as if made at and as of the Closing Time;
(b) The Vendor shall have performed or complied with, in all respects, all of its obligations,
covenants and agreements under this Agreement;
(c) All instruments of conveyance and other documentation relating to the same and
purchase of the Equipment reasonably requested by the Purchaser including, without
limitation, bills of sale, trade mark assignments, documentation relating to the due
authorization and completion of sale and purchase and all actions and proceedings taken
on or prior to the Closing in connection with the performance by the Vendor of its
obligations under this Agreement, shall be satisfactory to the Purchaser and Purchaser’s
counsel and the Purchaser shall have received copies of all documentation or other
evidence as it may reasonably request in order to establish the consummation of the
transactions contemplated and the taking of all corporate proceedings in connection
therewith in compliance with these conditions;
(d) All consents, approvals, orders and authorizations of any persons or governmental
authorities in Canada or elsewhere (or registrations, declarations, filings or records with
any authorities) including, without limitation, all registrations, recordings and filings with
public authorities as may be required in connection with the transfer of ownership to the
Purchaser of the assets shall have been obtained on or before the closing Time, provided
that if, after using its best efforts, the Vendor shall have been unable to obtain any
necessary consents, approvals, order and authorizations of any governmental authorities
in Canada or elsewhere necessary for the completion of the transactions contemplated by
this Agreement, and the Purchaser shall not waive that condition, this Agreement shall be
null and void without liability between the parties; and
(e) The Vendor shall have complied with the provisions of the provincial bulk sales
legislation.
Each of the parties shall take all actions as are within its power to control, and use its best efforts
to cause other actions to be taken which are not within their power to control, so as to further
comply with any conditions set forth in paragraph (1) which are for the benefit of any other party.
In the event that the Vendor or the Purchaser fails to comply with any condition precedent to
closing set out in paragraph 4 (a) or (b) required to be complied with at or before the Closing Time
and the Purchaser or the Vendor, as the case may be, does not waive that condition, this
Agreement shall terminate.
3
Schedule 7 - Sample Agreement
Schedule 7
SAMPLE AGREEMENT
B. THE WARRANTY OBLIGATIONS OF THE VENDOR
5. Warranty
The Vendor expressly warrants that the Equipment covered by this agreement will conform to the
specifications furnished by the Purchaser and will be merchantable, of good material and
workmanship and free of defect and that the warranties attached as Schedule “C” shall apply to,
the Equipment. In addition, the Vendor acknowledges that the Vendor knows of the Purchasers
intended use and expressly warrants that the Equipment covered by this agreement which has
been selected, designed, manufactured or assembled by the Vendor will be fit and sufficient for
the particular purpose intended by the Purchaser. The Vendor further warrants the Equipment as
detailed in Schedule “E” hereto.
6. Ownership
After purchase, all right, title and interest in and to the Equipment remains in Temagami and
nothing in this agreement is to be taken as transferring to the Vendor any proprietary interest.
7. Insurance
The Vendor agrees to secure general liability coverage for the benefit of Temagami up to limits of
$5,000,000.00 that includes the Equipment when in the possession of the Vendor for warranty
work, service or otherwise, all insurance premiums to be at the expense of the Vendor.
8. Notification
When the Equipment is in the possession of the Vendor for warranty work, service or otherwise,
the Vendor is required to notify Temagami as soon as practicable, of any accident or
circumstance involving damage or injury to the Equipment and to provide Temagami with
particulars of it, the identity of any witnesses, and to furnish Temagami with information as might
reasonably be requested to enable Temagami to be fully acquainted with the circumstances of the
incident.
C. GENERAL
9. Non-transferability
The Vendor shall not assign the agreement without the consent of Temagami first being obtained
in writing.
10. Disputes
Billing inquiries and disputes must be brought to the other party’s attention within sixty (60) days
of the invoice date. Failure to do so shall constitute acceptance of the accuracy of the entire
contents of the invoice, and no further right to challenge the accuracy of any portion of such
invoice will accrue.
4
Schedule 7 - Sample Agreement
Schedule 7
SAMPLE AGREEMENT
11. Confidentiality
(1) The Vendor shall maintain the confidentiality of all confidential information it may come into
possession of by virtue of the supply, repair or maintenance of any or all equipment and shall not
copy or use any such confidential information. The foregoing shall not apply to information which
is or becomes publicly known otherwise than by reason or a breach of the Agreement by
Temagami or has been independently developed outside the scope of the Agreement. Where the
Vendor is required by law to disclose confidential information, it shall use best efforts to minimize
the extent of disclosure of the confidential information and to obtain an undertaking from the
recipient to maintain the confidentiality thereof.
(2) Unless Temagami consents in writing or disclosure is made pursuant to a legal requirement,
all information held by the Vendor regarding Temagami, other than Temagami’s name, address,
listed telephone number, domain name or “IP” number is confidential and may not be disclosed by
the Vendor to anyone other than Temagami.
12. Time
Time shall be of the essence. The equipment must be delivered within one month of the date set
out on section 1 (b) of this agreement.
13. Notices
Any notice or other writing required or permitted to be given under this Agreement or for the
purposes of it to any party, shall be sufficiently given if delivered personally, or if sent by prepaid
registered mail or if transmitted by facsimile or other form of recorded communication to that party:
(a) in the case of a notice to the Purchaser at:
7 Lakeshore Drive, Temagami, Ontario. P0H 2H0
Attention: C.A.O.
(705) 569-3421
and;
(b) in the case of a notice to the Vendor at:
_____________________________________________________,
_____________________________________________________,
______________________________________________________.
or at any other address as the party to whom the writing is to be given shall have last notified the
other party. Any notice delivered to the party to whom it is addressed as provided shall be
deemed to have been given and received on the day it is delivered at that address. Provided that
if that day is not a business day then the notice shall be deemed to have been given and received
on the first business day next following that day. Any notice mailed shall be deemed to have been
given and received on the third business day next following the date of its mailing. Any notice
transmitted by facsimile or other form of recorded communication shall be deemed given and
received on the first business day after its transmission.
5
Schedule 7 - Sample Agreement
Schedule 7
SAMPLE AGREEMENT
14. Enurement
This Agreement shall enure to the benefit of and be binding on the parties and their respective
successors and permitted assigns.
15. Further Assurances
The parties shall with reasonable diligence do all things and provide all reasonable assurances as
may be required to consummate the transactions contemplated by this Agreement, and each
party shall provide further documents or instruments required by any other party as may be
reasonably necessary or desirable to effect the purpose of this Agreement and to carry out its
provisions, whether before or after.
16. Entire Agreement
This Agreement, including the schedules attached hereto, constitute the entire agreement
between the parties and except as stated in it and in the instruments and documents to be
executed and delivered, contains all the representations or warranties among the parties of any
kind. This Agreement may not be amended or modified in any respect except by written
instrument signed by both parties.
17. Non-Merger
The representations, warranties, covenants and agreements contained in this Agreement or in
any instrument, document or written statement delivered pursuant to this Agreement shall survive
and not merge on closing.
18. Applicable Law
This Agreement shall be interpreted in accordance with the laws of the Province of Ontario.
IN WITNESS WHEREOF the parties hereto have set their corporate seals under the hands of their duly
authorized officers.
DATED at Temagami this ______________ day of __________________, 2016.
THE CORPORATION OF THE MUNICIPALITY OF TEMAGAMI
Per:
_________________________________
___________________________________
Mayor Lori Hunter
Municipal Clerk Elaine Gunnel
AND
{ insert vendor name here}
Per:________________________________________
{ signatory }
DATED at _____________________________this _______________day of _______________, 2016.
6
Schedule 7 - Sample Agreement
Schedule 7
SAMPLE AGREEMENT
SCHEDULE “A’ (Equipment to be supplied)
A description of the equipment to be supplied taken from Schedule “A” of the successful bidders bid form,
adjusted to reflect the actual equipment being purchased by Temagami will be attached hereto.
SCHEDULE “B” (Prices)
The Schedule of Prices from the successful bidders bid form, adjusted to reflect the actual equipment to
be purchased by Temagami will be attached hereto.
SCHEDULE “C” (APPROVED DRAWINGS)
SCHEDUEL “D” (APPROVED SPECIFICATIONS)
SCHEDULE “E” (Warranty)
The warranties, taken from the successful bidders bid form, will be attached hereto.
7
Schedule 7 - Sample Agreement