Hiepro.ehawaii.gov



GENERAL SPECIFICATIONS

GENERAL DESCRIPTION – The work to be performed by the Contractor under this Section, shall be Furnishing and delivering to the State of Hawaii Department of Land and Natural Resources Division of Conservation and Resources Enforcement, the following motor vehicles listed below. The CONTRACTOR shall present the vehicles and applicable equipment complete, ready to use, fully operational, and installed dropped shipped to Honolulu.

Item Description: Full size crew cab pickup truck (1500): Chevy or similar.

The term “vehicle” shall include the truck and all parts of the general and detailed specifications listed herein.

The unit provided shall be new and of current manufacture. All parts not specifically mentioned, which are necessary to provide a complete Vehicles, shall be included in the bid and shall conform in strength and quality of material workmanship to what is normally provided to the trade in general.

The Vehicles shall be warranted to be free from defective materials and workmanship as provided herein from date the State accepts delivery of the Vehicles.

GENERAL SPECIFICATIONS – In addition to Detailed Vehicle Specifications listed herein, the following requirements shall form a part of the Specifications.

A. Quality of Vehicles

1. All vehicles and equipment offered shall be new, a 2017 model or latest production, or equivalent and meeting American National Standards Institute (ANSI) & Occupational Safety and Health Administration (OSHA) safety requirements, and any other Federal and State safety requirements. If applicable and when requested, vehicles shall bear a label or written documentation indicating approval of safety requirements from a bona fide testing laboratory.

2. All vehicles and equipment furnished under these provisions and specifications shall be new and of the best quality of its respective kind, and shall be completely assembled and free of defects which may render them unfit for use.

3. Vehicles and equipment offered shall include any other standard features not listed herein but detailed in manufacturer’s brochures and specifications literature and deemed necessary for the proper and safe operation of equipment.

4. No payment, whether partial or final, shall be construed to be an acceptance of defective vehicles.

5. The STATE may, at any time by written order, stop delivery of equipment not conforming to these specifications. Such stop order shall not relieve the CONTRACTOR of his/her obligation to complete his/her contract times, or shall it in any way terminate, cancel or abrogate the contract or any part thereof.

B. Submittals

Upon delivery, CONTRACTOR shall provide the following:

1. One (1) copy of owner-operated manual.

2. Manufacturers recommended maintenance schedule.

3. List of factory trained and authorized vendors and personnel able to provide Service and support.

4. List of identifying items and systems which require factory authorized vendors to install and maintain and also stock all necessary parts for same.

C. Delivery

Equipment furnished under these specifications shall be delivered within 180 Calendar days from date of Notice to Proceed from the State of Hawaii Department of Land and Natural Resources (DLNR) Division of Conservation and Resources Enforcement (DOCARE) at the following location:

State of Hawaii Department of Land and Natural Resources

Conservation of Resources enforcement Administration

1151 Punchbowl Street, Suite 311, Honolulu Hawaii 96813

Attn: Mr. Patrick J. Rivera

Phone: (808) 587-0075

Fax: (808)587-0080

1. Representatives of both the CONTRACTOR and the STATE shall be present at the delivery date for the purposes of visual inspection and, if necessary, for instructions in the use of the vehicles.

2. Prior to delivery, CONTRACTOR must contact the STATE representative at the location indicated above to coordinate delivery arrangements.

3. Upon delivery, the CONTRACTOR shall schedule a training program to demonstrate proper and safe operations and maintenance of the vehicles. This service shall be made available at no additional cost to the STATE (i.e., include cost in bid).

D. Certificates

Certificates listed below shall be provided by the CONTRACTOR (if applicable) at the time of delivery of the vehicles. The following certificates are essential for the proper registration and licensing of new vehicles:

1. Hawaii Safety Inspection (in duplicate) and decal;

2. One of the following:

a. Application for Registration of Passenger Carrying Motor Vehicle, Form #CS-L (MVR) 1 (Rev. 7/01) or its latest revision.

b. Application for Registration of Property Carrying Motor Vehicle, Form #CS-L (MVR) 1 (Rev. 7/01) or its latest revision

3. Notarized Certificate of Bill of Sale (not required for Oahu dealerships);

4. Certificate of Weight and Measures (required if factory-furnished vehicle weight is unavailable; e.g. vehicles with post-factory modifications or alterations). Certificate must include make, model number, year, and vehicle identification number. Verified weight in pounds must be officially machine-stamped; hand written will not be acceptable.

5. Acceptance of, and payment for new, vehicles will not be made without submittal of necessary certificates. The CONTRACTOR shall be responsible for registering and licensing of vehicles; this procedure shall be conducted in the City and County of Honolulu. CONTRACTOR shall provide temporary license plates to be used during the interim period prior to securing of State of Hawaii license plates.

E. Delivery Extension

1. CONTRACTOR shall complete delivery within the time allowed in the contract. If CONTRACTOR fails to deliver within the time allowed; liquidated damages shall apply.

2. CONTRACTOR shall not be held responsible for delay due to reasons beyond his/her control, provided that prior to the delivery deadline, he/she notifies the DLNR/DOCARE of such delay and the reasons for such delay and request an extension of delivery time.

3. Request for extensions will not be considered without a copy of the factory order and a copy of the factory confirmation of the order and without documents substantiating that the cause (s) for delay is/are, in fact, beyond the control of the CONTRACTOR. The STATE shall be the sole judge of whether such delay is truly beyond the control of the contractor and whether an extension will be granted.

F. Warranty

1. Equipment furnished shall be fully guaranteed by the Contractor for a minimum period of one (1) year or for the period guaranteed by the manufacturer, whichever is longer.

2. Warranty shall not be less than one year on all accessory items; to include parts and labor.

3. Local warranty service for all components must be made available on all Islands

4. Warranty period shall begin from the date vehicle is accepted and placed in service

5. Warranty documents shall be delivered with vehicles and shall detail Manufacturer’s obligation and warranty procedures to include any accessory equipment.

6. Contractor shall replace or repair defective material and/or workmanship at no cost to the State for parts and labor during the warranty period; such defects are not due to abuse or negligence on the part of the State.

G. Invoicing

1. Contractor shall submit original and three copies of the invoice to the delivery address.

2. Invoice shall reference the contract number.

H. Compliance to Specifications

The bidder shall indicate his compliance with all Specifications as listed below. Any deviations from the specifications, or where submitted literature does not fully support the meeting of the specification, must clearly be cited in writing by the bidder, but no deviation below minimum specifications will be accepted.

I. Detailed Specifications for Six (6) Full size crew cab pickup trucks 1500

Vehicle Category Minimum Specifications

2017 or newer latest production model Full size crew cab pickup trucks Special Service Vehicle (SSV), gasoline powered, 4 Wheel drive, delivered FOB State of Hawaii, DLNR, Division of Conservation & Resources Enforcement, drop shipped as specified.

1. Year of Manufacture: 2017 or newer

2. Model: Chevy 1500 or similar.

3. Type: Full Size Pickup truck, crew cab, 4 wheel drive. Special Service Vehicle (SSV)

4. GVW rating: 7600.00 lbs.

5. Wheel base: 143.5 inches

6. Engine: 5.3 liters, V-8, 8 – cylinder, gasoline powered, 355 hp

7. Transmission: 6 speed electronically controlled automatic with overdrive and tow/haul modes, grade braking and power train grade braking. External transmission cooler

8. Transfer case: electronically controlled transfer case, part – time 4 wheel drive, 4hi/4low. Heavy-duty locking rear differential

9. Body/Cab: 4 door, short bed (78 inches. maximum)

Power windows / Locks

Power mirrors

Rear vision camera

Factory installed air conditioning

Factory installed sound system

Heater/defroster

Protective rubber floor mats

Spray in bed Liner

10. Dealer shall provide complete after factory rust proofing.

11. Bumpers: Chrome bumpers front/rear

12. Electrical System: 12 v, 170 high-output amp alternator. 720-CCA primary battery with rundown protection / 730-CCA isolated auxiliary battery.

13. Steering: Electric power steering (EPS) assist, rack-and-pinion

14. Brakes: Power or power assisted, non-asbestos material, 4-wheel anti-lock front and rear disc

15. Tires /Wheels: Duratrac 265/65R18 Off-Road Tire 18inch aluminum wheel

16. Suspension: Front – Independent

Rear – Multi-link, 2- Stage Multi-leaf

Ground clearance – 8.90 inches Minimum

17. Color: White or light color

18. Trailering package trailer hitch, 7-pin and 4-pin connectors

19. Seats cloth: front 40/20/40 split bench with 20% center section removed

20. NOTE: Additional Dealer add on See in bold below:

21. DEALER SHALL INSTALL AFTERMARKET SUSPENSION (BILSTEIN SHOCKS KIT)

22. WEATHER GUARD, MODEL 121-52-01 MATTE BLACK SADDLE BOX, FULL LOW-PROFILE

ACCESSORY REQUIREMENTS

General:

All Police Emergency equipment must be installed by technicians who have been factory trained by the specified manufacturer. Contractor will consult with project manager as to final placement of items and programming of system. The contractor shall furnish and install the specified equipment. All labor, shop supplies, and equipment shall be provided for a fully functional system on each truck at time of delivery.

Scope of work:

The installing subcontractor shall provide initial installation / programming of equipment. Post installation local warranty service on the aftermarket emergency lighting and siren equipment specified during the manufacturers printed warranty period for equipment installed. All LED modules shall have a 5 year printed warranty.

Equipment Specifications:

Siren Amplifier and Switch Control

Whelen model CCSRNT4A Carbide, CANCT6 control head for lighting system switching, PA, with remote amplifier relay module. The installer shall customize the Wecan program of the light bars, and remote LED warning lights to the agencies requirements. Switch sequence and flash patterns shall be pursuant to officer in charge. The amplifier shall be installed in the

interior rear cab of truck (protected) allowing access if service required. The control head shall be installed in specified communication console.

Siren Speaker and Bracket

Whelen model SA315P 100 watt composite speaker, and Whelen vehicle specific speaker bracket, shall be installed.

Emergency Light Bar (internal mount forward facing)

Whelen XLP model IW45UFX or latest model FST Inner-Edge Duo WeCan programmable front two piece interior light bar. Six red Super LED modules on driver side / six blue Super LED modules on passenger side with white LED’s interleaved as secondary, appropriate model for vehicle being bid. Shall be fully populated Installer shall program Wecan bar for use with custom switching by Carbide controller to utilize all required functions pursuant to officer in charge. LED module warranty shall be 5 years per manufacturers printed warranty.

Mid Level LED Warning Lights

Front:

Two (2) Whelen ION T-series Super-LED warning lights shall be installed in or on the front grille with necessary brackets., or flanges to match grille. Shall be one each Whelen model TLI2D (red/white) and one each Whelen model TLI2E (blue/white). Switching pursuant to officer in charge.

Rear:

Install rear facing, One Whelen model TAM83RB eight lamp TIR3 Super-LED Traffic-Advisor, with two end flashers, one red / one blue.

Shall be installed with optional brackets provided by installer. Officer in charge shall advise installation location in cab rear facing. Switching pursuant to officer in charge.

Two (2) Whelen ION T-series Super-LED warning lights shall be installed on the rear tail gate. Shall be one each Whelen model TLIR in red and one each Whelen model TLIB in blue. Both shall include TIONFC flange for surface mounting. Switching pursuant to officer in charge. Shall be synchronized to flash simultaneously, and alternate with white Vertex LED lights.

Two (2) Whelen white LED Vertex series model VTX609C or VTX3609 as required to fit in OEM rear back up light assemblies. Switching pursuant to officer in charge. Shall be synchronized to flash simultaneously, and alternate with red / blue warning lights.

Communication Console: Installer shall furnish and install a Havis Inc. model C-SM1225 communication console, including C-EB40-CCS-1P equipment bracket for Carbide control heads and required filler plates shall be mounted on Havis C-TMW-GMC-03 Trak mount plate with vehicle specific mounting kit. Optional C-CUP2-E-C cup holder, C-ARM-108 arm rest, CM156600-08 fuse block, C-LP2-PS1-USB outlet, C-AP-0325 accessory pocket. A Magnetic Mic holder for the PA mic shall be installed.

Computer Mounts:

Install on Havis Communication console a model C-MD-122 swing arm with motion device, and Havis universal Docking Station model UT-101+ power supply 90 watt or similar.

Firearms Mounts: #1

STATE OF HAWAII – DLNR DOCARE

4x4 Patrol Truck Equipment Specifications installed on Two (2) trucks

Freestanding Vertical Firearm Mount

For 2007-Current Silverado SSV 1500/2500/3500

Part # GF1092CHT07 + GK11211B1USVSCAXL

ITEM #1 FREESTANDING BASE MOUNT

1. Unique design allows for the mounting of a vertical firearm retention system on top of transmission tunnel, behind center console.

2. Permits the transfer of a Setina brand firearm system from a prisoner transport system to a vehicle with no prisoner transport system, and vice versa.

3. Compatible with Havis brand equipment consoles and computer mounts.

ITEM #2 VERTICAL FIREARM MOUNT

SECTION 1 - DESIGN

1. Modular “T-Rail” Technology allows the Firearms System to provide maximum adjustability for Multiple Firearms and flexibility to accommodate Multiple Lock Heads.

2. System utilizes five (5)-channel Aluminum Extrusion with “T-Rail” design for unlimited adjustability along the length of the rail.

3. Aluminum Extrusion dimensions 9” wide by 18” long.

4. Each individual firearm mount utilizes 2 channels, leaving the 5th (center channel) open for mounting of auxiliary equipment (including, but not limited to, flashlight or microphone charging stations).

5. T-Rail System designed to easily retrofit existing Universal, Blac-Rac, Large and Small gunlocks.

SECTION 2 – GUNLOCKS

1. Blac-Rac Tactical Rifle Mount utilizes a unique design which denies access to the trigger, safety, take-down pin and magazine ejection.

2. Universal XL Lock utilizes ratcheting “handcuff-style” operation for superior adjustability to fit nearly any firearm

ITEM #3 AIRBAG COMPATIBILITY

Setina Manufacturing Company’s innovative patented partition designs have been laboratory tested and approved by each American automaker’s Side Curtain Airbag manufacturers to ensure compatibility with this safety feature. Setina SCA compatible partitions will not interfere with the proper deployment of Side Curtain Airbag Supplementary Restraint Systems.

STATE OF HAWAII – DLNR DOCARE

4x4 Patrol Truck Equipment Specifications

Single Prisoner Transport “SPT” Partition with Firearm Mount

For 2014-Current Silverado SSV 1500

Part # 1K0574CHT14SCA + GK11211B1USVSCAXL

(SINGLE PRISONER TRANSPORT WILL BE INSTALLED ON ONLY FOUR (4) VEHICLES)

ITEM #1 SPT – SINGLE PRISONER TRANSPORT FOR 4 VEHICLES

Single Prisoner Transport “SPT” design allows for the guarded transportation of a single prisoner in the rear passenger side seat.

The partition retains the full roll bar type framework, which spans between the vehicle’s B-Pillars.

A steel seatback protector panel and a polycarbonate window assembly are used to separate the passenger side front from the rear, guarded prisoner area.

The area behind the driver seat is left open within the radius of the framework to allow for increased driver seat travel.

A 3/8” polycarbonate divider wall is placed perpendicular to the main partition framework, running longitudinally and separating the guarded passenger side of the back seat from the unguarded driver side. Wall is secured at 6 locations – 3 fore and 3 aft.

Door panel vs. aluminum Part # DK0598CHT141500

Window barrier vs. poly Part # WK0595CHT141500

ITEM #2 VERTICAL FIREARM MOUNT

SECTION 1 - DESIGN

Modular “T-Rail” Technology allows the Firearms System to provide maximum adjustability for Multiple Firearms and flexibility to accommodate Multiple Lock Heads.

System utilizes five (5)-channel Aluminum Extrusion with “T-Rail” design for unlimited adjustability along the length of the rail.

Aluminum Extrusion dimensions 9” wide by 18” long.

Each individual firearm mount utilizes 2 channels, leaving the 5th (center channel) open for mounting of auxiliary equipment (including, but not limited to, flashlight or microphone charging stations).

T-Rail System designed to easily retrofit existing Universal, Blac-Rac, Large and Small gunlocks.

Compatible with Havis brand equipment consoles and computer mounts.

SECTION 2 – GUNLOCKS

Blac-Rac Tactical Rifle Mount utilizes a unique design which denies access to the trigger, safety, take-down pin and magazine ejection.

Universal XL Lock utilizes ratcheting “handcuff-style” operation for superior adjustability to fit nearly any firearm

ITEM #3 AIRBAG COMPATIBILITY

Setina Manufacturing Company’s innovative, patented partition designs have been laboratory tested and approved by each American automaker’s Side Curtain Airbag manufacturers to ensure compatibility with this safety feature. Setina SCA compatible partitions will not interfere with the proper deployment of Side Curtain Airbag Supplementary Restraint Systems.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download