INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

Similar documents
REQUEST FOR BIDS #1685 FLIR K65 THERMAL IMAGERY CAMERA FOR THE ATHENS FIRE DEPARTMENT

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

City of New Rochelle New York

MELBA SCHOOL DISTRICT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Invitation To Bid. for

Request For Proposal (RFP) for

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Invitation To Bid. for

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

INVITATION TO BID (ITB)

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

REQUEST FOR PROPOSAL. Information Technology Support Services

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

Valley Regional Fire Authority Invitation to Bid

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

CITY OF GAINESVILLE INVITATION TO BID

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF FLORENCE, SC INVITATION TO BID NO GROUND PENETRATING RADAR

Invitation To Bid. for

REQUEST FOR BID PROPOSALS

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

INSTRUCTIONS TO BIDDERS

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Central Pierce Fire & Rescue Request for Proposal Asset Financing

Invitation To Bid. for

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

Request for Proposals: Purchase of Staff Computers

Request for Bid #1667 (RFB) CONCRETE SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

City of Blue Springs. Parks and Recreation Department. Request for Proposals Fireworks Display for July 4 th

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

REQUEST FOR QUOTATIONS 1 RTK (REAL-TIME KINEMATIC) GLOBAL POSITIONING SYSTEM

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Invitation To Bid. for

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

B. The Bid is made in compliance with the Bidding Documents.

CITY OF GAINESVILLE INVITATION TO BID

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

Annual Fuel Bid - #01-09

Invitation to Bid CO Video Laryngoscope

Request For Proposal. for

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

520 - Purchasing Policy

Standard Bid Terms Table of Contents

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Request for Bids. South King Fire & Rescue. December 2018

REQUEST FOR QUOTATION

Request for Proposal RFP # SUBJECT: Ergotron LX

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

Request for Quotation

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR QUOTATION

Cloud Based PBX System and Hardware

Request for Quotation

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

CITY OF TITUSVILLE, FLORIDA

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

JACQUELINE M. IZZO MAYOR

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

INVITATION TO BID (Request for Proposal)

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of New Rochelle New York

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

REQUEST FOR PROPOSAL. UPS Maintenance

The Fire Chief, by authorization of the Board of Commissioners, has management authority over the Budget.

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Invitation To Bid. for

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Transcription:

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political subdivision of the State of Washington. It is the intent of these specifications to cover the remounts specified herein. District s mailing address: Mountain View Fire and Rescue 32316 148 th Ave SE Auburn, WA 98092 District s station address: Mountain View Fire and Rescue Headquarters Station, Sta. 95 32316 148 th Ave SE Auburn, WA 98092 For further information contact Robert Young or Mike Barlow at Headquarters Station, Sta. 95 (address above) or by calling 253-569-4211 between the hours of 9:00 a.m. and 4:00 p.m. on all regular business days. The District s representative for all matters relating to this invitation for bids is: Robert Young (back-up Mike Barlow). 1. Definitions The following terms shall have the meaning set forth below when used in this instrument: 1.1. Bidder. Any person or entity that submits a qualified bid in response to the invitation for bids by the District. 1.2. Qualified Bid. Any bid submitted to the District in response to the invitation for bids issued by the District that complies with the bid requirements. 1.3. District. Mountain View Fire and Rescue. 1.4. Supplier. The bidder who is awarded the contract to supply the Equipment described in the Equipment Specifications issued by the District, whether referred to as successful bidder, vendor, contractor, or manufacturer in subsequent documents. 1.5. Acceptance. The term acceptance shall mean that time at which the District indicates that the Equipment, as received, substantially complies with the Equipment Specifications. 1.6. Equipment. Thermal Imaging Camera and Equipment as more particularly described in the Equipment Specifications Exhibit B. Instructions to Bidders 1

1.7. Equipment Specifications. The specifications attached here to as Exhibit B. 2. Invitation for Bids. The District will accept sealed bid proposals for the Equipment as follows: 2.1. Time. Bid proposals must be received by the District on or before 1600 hrs, 4:00pm PST, July 15, 2015. 2.2. Place. Sealed Bid proposals may be mailed to the District mailing address or delivered to the station located at the mailing address. 2.3. Bid Opening. Bids will be opened at 1400 hrs or 2:00pm PST, July 16, 2015 at the station located at the mailing address and a decision to award bids will be made within 30 days of that date. 3. Acceptance - Rejection of Bids. The District reserves the right to reject any or all bids, to waive minor irregularities in any bids or in the bidding procedure, and to accept any bid presented which meets or exceeds these specifications and which the District deems to be in the best interest of the District. The District reserves the right to accept the bid from the lowest responsible bidder taking into consideration the interests of the District as a whole. This may or may not be the bid with the low bid price. 4. Instruction to Bidders and Specifications. The instructions to bidders and Equipment Specifications may be obtained by contacting the District between the hours of 9:00 a.m. and 4:00 p.m. on all regular business days. Any questions regarding this specification must be submitted in writing and be received by the District s Representative a minimum of five (5) business days prior to the bid opening date. Clarifications, corrections and/or changes shall be sent out in writing via fax to all prospective Bidders. 5. Bid Marking. All bids must be submitted in sealed envelopes and must be clearly marked on the outside of the envelope Thermal Imaging Camera and Equipment Bid. 6. Bid Submission. A Bidder may, without prejudice to the Bidder, withdraw, modify, or correct a proposal after it has been deposited with the District, provided the request is filed with the District, in writing before the time set for opening the bid proposals. The original proposal, as modified by such writing, shall be considered as a proposal submitted by the Bidder. 7. Contents of Bid Proposal. All bid proposals shall contain or be accompanied by the following: 7.1. Proposal. The bidder's detailed specifications of the Equipment and equipment which it proposes to furnish that meets or exceeds the specifications in Exhibit B. Such description shall be set forth in the same Instructions to Bidders 2

sequence as set forth in these specifications. In the event any exceptions to the specifications are set forth in a bid proposal, the bidder must also include an explanation to establish why they feel the exceptions are equivalent to, or exceed the specifications. 7.2. Contract Form. The purchase contract in a form acceptable to the District, which form shall incorporate these instructions to bidders by reference. 7.3. Qualification of Bidder. The Proposal must include satisfactory evidence of the bidder's ability to construct the Equipment specified and a statement showing the location of the factory where the Equipment is to be manufactured. The bidder shall also state the number of years it has been building such Equipment and its financial condition. 7.4. References. A list of Fire Departments that have purchased Equipment similar in scope to the specifications described in Exhibit B from the bidder over the past 5 years should be supplied along with the bid for evaluation. 7.5. Availability of Parts and Services. A statement showing the length of time that parts and services will be available after delivery of the Equipment and where such parts and service will be available. 7.6. Manuals. An agreement that the bidder will supply to the District at the time of delivery of the Equipment, the following documents: 7.6.1. At least two copies of complete operation and maintenance manuals covering the complete Equipment as delivered. 7.7. Training. An agreement that a trained instructor will provide instruction to the Department Training Division and train Fire District personnel in the operation of the Equipment as directed by the District Training Officer. 7.8. Authority. The bid must be signed by an authorized representative of the Bidder. The Bidder shall provide with the bid proposal, proof of such representative's authority to contractually bind the Bidder. 7.9. Price. The total bid price exclusive of state and local sales or use tax. Using Bid Price Form Attached as Exhibit A1. 7.10. Payment Terms. Terms shall be one hundred percent payment after final acceptance of the Equipment by the District. No other terms shall be acceptable unless specifically agreed to by the District. The bidder shall be aware that it may take thirty (30) days to process payment. 7.11. Delivery Date. The Bidder shall provide in the bid proposal the amount of time in which the Equipment will be delivered to the District. The delivery date shall be no later than August 17, 2015 subject only to labor strikes, acts of God or other delays not the fault of the Supplier. A provision that upon Instructions to Bidders 3

delivery of the completed Equipment to the Fire District, the District shall have a period of ten (10) days after Delivery in which to inspect and test the Equipment prior to acceptance. 7.12. Acceptance and Testing. On receipt of the completed Equipment at the District s designated location, the District shall have a period of ten (10) days in which to inspect and test the Equipment prior to acceptance. In the event the Equipment fails to comply with the Equipment Specifications or fails to meet the test requirements after the first inspection and tests, the Supplier shall be immediately notified and shall have a period of 30 days after the completion of such inspection and tests to correct the noted deficiencies. The District shall then have a second period of 15 days in which to re-inspect and re-test the Equipment prior to acceptance. Failure to make such changes as the District may consider necessary to conform to any provision of the Equipment Specifications within the 30 day period shall be cause for rejection of the Equipment. 8. Compliance. The District advises all prospective Bidders that compliance with the requirements of these instructions to bidders as well as the Equipment Specifications will be considered by the District in determining whether to accept or reject any bid. 9. Material Considerations. Each of the requirements contained in this document are material and the failure of a Bidder to comply with each requirement may constitute grounds for the rejection of the bid in the discretion of the District. 10. Bidding Errors. The District will not be liable for any errors in any Bidder proposal and Bidders will not be allowed to alter or modify bids after the Bid submittal deadline. The District reserve the right to correct or amend errors such as typing, transposition or other obvious errors, however, the District is not required to make such corrections or amendments. If a Bidder claims error and asks to be relieved of an award, the Bidder will be required to promptly present certified work sheets documenting the error. If the District, upon review of the work sheets is convinced, in the District s sole discretion, that an honest, mathematically excusable error or omission of costs has been made, the Bidder, may be relieved of Bidder s bid. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. 11. Offer Irrevocable - Time Period. All bid proposals shall be deemed to be offers to enter into a contract and shall be irrevocable for a period of sixty (60) days from the date of opening of the bids. 12. Equipment Specifications. The Equipment Specifications provided by the District in Exhibit B are the minimum requirements. Any exceptions equivalent to or exceeding the Equipment Specifications must be specifically identified and the cost adjustment related to any such exception shall be clearly identified. Instructions to Bidders 4

13. Contract Documents. The contract must be in a form acceptable to the District. The contract must specifically enumerate all documents that are included by reference, which shall include the following documents: 13.1. A formal written agreement executed by each party. 13.2. The instructions to bidders and Equipment Specifications prepared by the District. 13.3. The bid proposal submitted by the Bidder. 13.4. All warranties covering the Equipment. 13.5. Performance bond, if applicable. 14. Liquidated Damages. If the Supplier fails to deliver the completed Equipment to the location specified on or before the date specified in the contract, because of difficulty in computing the actual damages to the District arising such delay, it is determined in advance and agreed by the parties that the Supplier shall pay the District the amount of $250.00 per calendar day until the Supplier delivers the completed Equipment to the location specified. The parties agree that this amount represents a reasonable forecast of the actual damages that the District will suffer by failure of the Supplier to complete the Equipment within the agreed time period. The execution of the Contract shall constitute acknowledgment by the Supplier that the Supplier has ascertained and agrees that the District will suffer actual damages in the above amount for each day during which the completion of the Equipment is delayed beyond the agreed completion date. 15. Performance Bond. Unless the purchase price is not due until after acceptance by the District, the Supplier shall provide to the District a 100% performance bond within 10 days after acceptance of the bid proposal and execution of the contract with the Supplier by the District. The bond must be issued by a bonding company acceptable to the District. 16. Delivery Location. Delivery of the Equipment shall be F.O.B Station 95 (address as above) or such other location designated by the District or other municipal corporation purchasing of this bid. 17. Warranty. Unless otherwise stated, the warranty of the manufacturer shall comply with the contract requirements and shall cover all components of the Equipment including accessories. 17.1. The warranty obligation shall include the following: 17.1.1. All materials and required labor. Instructions to Bidders 5

17.1.2. All transportation and shipping costs for the Equipment or any part of the Equipment from the District headquarters station to the place of repair and return. 17.1.3. The term of the warranty or warranties. 17.1.4. A copy of the warranty must be included in the bid. 18. Statutes and Regulations. The completed Equipment must comply with all applicable federal statutes and regulations, applicable Washington statutes and regulations of the Department of Labor and Industries and all other applicable state regulatory agencies and NFPA 1801. In the event the Equipment Specifications cannot be complied with without violating such requirements, the Bidder shall so state. 19. Patents. The Supplier shall defend any and all suits and assume all liability for any claims against the District, or any of its officials, employees, and agents, for the use of any patented process, device or article forming a part of the Equipment or any appliance to be furnished under the contract. 20. Interlocal Bids. Bids shall be subject to chapter 39.34 RCW, the Interlocal Cooperation Act, under which other governmental agencies may purchase through the bid proposal accepted by the District. The District accepts no responsibility for the performance of a purchasing contract by the successful bidder and the District accepts no responsibility for payment of the purchase price by any entity purchasing under this provision. 21. Conflict of Interest. Bidders must certify, by signing below, that no officer, agent, or employee of the District who have participated in the contract negotiations on the part of the District have a pecuniary interest in the bid proposal and that the proposal is made in good faith without fraud, collusion, or participation of any kind by any other bidder under the same call for bids and that the Bidder is submitting the bid in its own behalf and not as an undisclosed agent of any person or firm. I declare under penalty of perjury of the laws of the State of Washington that the above is true and accurate. Instructions to Bidders 6

EXHIBIT A Bid Price Form To: Mountain View Fire and Rescue From: Date: Bid Proposal for Thermal Imaging Camera and Equipment The undersigned agrees to sell to Mountain View Fire and Rescue 1 or more Thermal Imaging Camera and Equipment as specified in Exhibit B: Thermal Imaging Camera and Equipment Specifications constructed and finished as per the specifications herewith submitted for the following price exclusive of sales tax: FOB $ The time of completion from the date of bid award shall be days. Company Address Contact Person Signature Title Instructions to Bidders - Exhibit A-1

EXHIBIT B EQUIPMENT SPECIFICATIONS Thermal Imaging Camera and Equipment Specifications The purpose of this bid is to purchase a Thermal Imaging Camera that is consistent in quality and method of operation. It is the intent of the department to purchase the items from one vendor in a package deal to facilitate economy of training and service. The successful bidder shall meet the following requirements: Each complete Thermal Imaging Camera will include all of the components as specified by this bid and will include one (1) Thermal Imaging Camera, one (1) 12 Volt Truck Mounted Charging Unit, Two (2) lithium ion rechargeable battery packs, one (1) Tabletop Charger with Power Supply, one (1) Hard Carrying Case, one (1) retractable lanyard, and one (1) neck strap. The 12 volt truck mounted charger must be capable of maintaining batteries in a charged state without damage to the battery by over-charging. These chargers must be capable of charging the thermal imaging camera batteries external to the camera as well as while the battery is still installed in the camera. The provided Thermal Imaging Camera shall have the ability to record pictures that can be downloaded to remote devices. Video downloading is a desirable but NOT a mandatory feature. The Thermal Imaging Camera provided shall provide ease of operation for a user wearing structural firefighting gloves. The Thermal Imaging Camera shall provide temperature readings of the area in which it is being directed, these shall be visually displayed on the Thermal Imaging Camera display. The successful bidder shall certify that no periodic overhauls are required during the bumper-to-bumper warranty on product and no documentation must be maintained by the department in order the keep the warranty in good standing. The successful bidder shall have an Authorized Repair Center capable of repairing and servicing units. All delivered product shall have batteries installed and shall be ready for immediate use. Instructions to Bidders - Exhibit B - 1

The successful bidder shall provide training and instruction to designated personnel with the department to include at least the following procedures: 1. Administrative Functions 2. Equipment Use and Operation 3. Equipment Care and Cleaning 4. Repair and Replacement of Components serviceable by the user 5. Inspection and Evaluation 6. Warranty and Returns Training shall be performed in conjunction with delivery and prior to department placing product in service. Arrangements will be made for training sessions. The successful bidder shall meet the additional following requirements: The successful bidder shall provide all training at a time and location at the convenience of the Chief of the Department and the Distributor. The successful bidder shall provide a list of Fire Department references to the department. The references shall be able to establish satisfactory performance on contracts of a comparable scope and nature with this contract. The successful bidder shall keep department personnel abreast of all new products in the line including technological advances and standards driven modifications. This will require a visit 30 days after delivery and a minimum of a quarterly visit by a qualified sales representative to department thereafter to update department personnel and gather feedback of department concerns regarding product for a minimum of one year following delivery. The equipment shall meet the minimum technical specifications on the following pages, no exceptions. The Department shall have the right to purchase equipment as listed in this document at their discretion. Award of this purchase to a bidder does not in any way obligate the Department to purchase said equipment from the winning bidder. It shall be the obligation of said departments to provide the winning bidder of any changes in specification of equipment or expectations of time and duration that any service is provided. We reserve the right to purchase additional units at the time of bid acceptance. Bid Specifications Instructions to Bidders - Exhibit B - 2 Thermal Imaging Camera Technical Specifications General Requirements One (or more) Thermal Imaging Camera consisting of but not limited to the following: Min. 4 inch backlit LCD Display, with min. 320 x 240 pixels capability, with a field of vision not less than 50 degree x 30 degree with a fixed focus. Unit must meet NFPA 1801 specifications

Must withstand a drop of at least 6 feet onto a concrete floor Thermal Imaging Camera must be water resistant and capable of operating in temperatures up to 500 degrees F. for a time equal to or greater than five (5) minutes. Capable of taking and storing of at least 100 jpeg images on internal memory (or video) for retrieval and downloading to other devices (windows capable computers) Thermal Sensitivity of at least 30 mk Start up from fully shut down must occur with 20 seconds and start up time from sleep mode must be less than 10 seconds. Battery operating time must be at least 3 hours (per battery) and recharge to capacity via provided truck mounted charger must not be longer than 4 hours. Lighted display screen shall be easily readable by a person of normal vision at arm's length. Controls shall be easily operated by a user wearing structural firefighting gloves. Instructions to Bidders - Exhibit B - 3