Bid-Contract Service & Supply



COUNTY OF FRESNO | |

|Request for QUOTATION |

|070-4606SWAT VEHICLE FOR SHERIFF'S |NUMBER: 070-4606 | |

|DEPARTMENTSeptember 29, 2008Craig | | |

|Nickel | | |

|SWAT VEHICLE FOR SHERIFF'S DEPARTMENT |

|September 4, 2008 |

|ORG/Requisition: 31111396/ 3119002018 |PURCHASING USE |G:\PUBLIC\BIDSFORWEB\070-4606 SWAT VEHICLE FOR SHERIFF'S DEPARTMENT.DOC|

| |CN,,jol | |

|IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME MARKED CLEARLY ON THE OUTSIDE TO: |

|COUNTY OF FRESNO, Purchasing |

|4525 EAST HAMILTON AVENUE |

|FRESNO, CA 93702-4599 |

|Closing date of bid will be at 2:00 p.m., on September 29, 2008. |

|QUOTATIONS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. |

|Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award. |

|Clarification of specifications are to be directed to: Craig Nickel, phone (559) 456-7110, FAX (559) 456-7831. |

|GENERAL CONDITIONS: See “County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP’S) and Requests for Quotations |

|(RFQ’S)” attached. Check County of Fresno Purchasing’s Open Solicitations website at for RFQ/RFP documents|

|and changes. |

|BIDDER TO COMPLETE |

|UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE “COUNTY OF |

|FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR QUOTATIONS (RFP’S) AND REQUESTS FOR QUOTATIONS (RFQ’S)”ATTACHED. |

|Except as noted on individual items, the following will apply to all items in the Quotation Schedule. |

|Complete delivery will be made within | |calendar days after receipt of Order. |

|A cash discount of | |% | |days will apply. |

| |

|Company |

| |

|Address |

| | | |

|City |State |Zip Code |

|( ) | |( ) | | |

|Telephone Number | |Facsimile Number | |E-mail Address |

| |

|Signed By |

| | |

|Print Name |Title |

COUNTY OF FRESNO PURCHASING

STANDARD INSTRUCTIONS AND CONDITIONS FOR

REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)

Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's

GENERAL CONDITIONS

By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.

1. BID PREPARATION:

A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid.

B) Brand Names: Brand names and numbers when given are for reference. Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified.

C) State brand or make of each item. If bidding on other than specified, state make, model and brand being bid and attach supporting literature/specifications to the bid.

D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed.

E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated.

F) All bids must be dated and signed with the firm’s name and by an authorized officer or employee.

G) Unless otherwise noted, prices shall be firm for 120 days after closing date of bid.

2. SUBMITTING BIDS:

A) Each bid must be submitted on forms provided in a sealed envelope with bid number and closing date and time on the outside of the envelope/package.

B) Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing at least 5 working days before bid opening. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract.

C) ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it.

All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation.

The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board.

D) Bids received after the closing time will NOT be considered.

E) Bidders are to bid what is specified or requested first. If unable to or willing to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost.

F) Public Contract Code Section 7028.15

Where the State of California requires a Contractor’s license, it is a misdemeanor for any person to submit a bid unless specifically exempted.

3. FAILURE TO BID:

A) If not bidding, return bid sheet and state reason for no bid or your name may be removed from mailing list.

4. TAXES, CHARGES AND EXTRAS:

A) County of Fresno is subject to California sales and/or use tax (7.975%). Please indicate as a separate line item if applicable.

B) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K.

C) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno.

D) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid.

5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION:

Upon award of bid, the vendor shall submit to County Purchasing, a completed W-9 - Request for Taxpayer Identification Number and Certification if not already a current vendor with The County of Fresno. This form is available from the IRS to complete on line at .

6. AWARDS:

A) Subject to the local preference provisions referenced in Paragraph 6 below and more thoroughly set forth in the General Requirements section of this RFQ, award(s) will be made to the most responsive responsible bidder. The evaluation will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County. The County shall be the sole judge in making such determination.

B) Unless bidder gives notice of all-or-none award in bid, County may accept any item, group of items or on the basis of total bid.

C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids.

D) After award, all bids shall be open to public inspection. The County assumes no responsibility for the confidentiality of information offered in a bid.

7. LOCAL VENDORS

A) Local Vendor Preference (applicable to RFQ Process only)

The following provisions are applicable only to the County’s acquisition of materials, equipment or supplies through the RFQ process when the funding source does not require an exemption to the Local Vendor Preference.

THE PROVISIONS OF THIS PARAGRAPH ARE APPLICABLE, NOTWITHSTANDING ANY OTHER PROVISIONS OF THIS RFQ TO THE CONTRARY

If the apparent low bidder is not a local vendor, any local vendor who submitted a bid which was within five percent (5%) of the lowest responsive bid as determined by the purchasing agent shall have the option of submitting a new bid within forty-eight hours (not including weekends and holidays) of County’s delivery of notification. Such new bids must be in an amount less than or equal to the lowest responsive bid as determined by the purchasing agent. If the purchasing agent receives any new bids from local vendors who have the option of submitting new bids within said forty-eight hour period, it shall award the contract to the local vendor submitting the lowest responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the purchasing agent.

B) Local Vendor Defined

“Local Vendor” shall mean any business which:

1. Has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the purchasing agent; and

2. Holds any required business license by a jurisdiction located in Fresno County; and

3. Employs at least one (1) full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent (50%) owned by one or more persons whose primary residence(s) is located within Fresno County.

8. TIE BIDS:

All other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid. If the General Requirements of this RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph.

9. PATENT INDEMNITY:

The vendor shall hold the County, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with this bid.

10. SAMPLES:

Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within 30 days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate.

11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:

A) In case of default by vendor, the County may procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of the vendor, if any, or by suit against the vendor. The prices paid by the County shall be considered the prevailing market price at the time such purchase is made.

B) Articles or services, which upon delivery inspection do not meet specifications, will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non-specified goods or services.

C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder.

12. DISCOUNTS:

Terms of less than 15 days for cash payment will be considered as net in evaluating this bid. A discount for payment within fifteen (15) days or more will be considered in determining the award of bid. Discount period will commence either the later of delivery or receipt of invoice by the County. Standard terms are Net Forty-five (45) days.

13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS.

The “General Conditions” provisions of this RFP/RFQ shall be superseded if in conflict with any other section of this bid, to the extent of any such conflict.

14. SPECIAL REQUIREMENT:

With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Material Safety Data Sheet for each product, which contains any substance on “The List of 800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act. California State Labor Code Sections 6360 through 6399.7.)

15. RECYCLED PRODUCTS/MATERIALS:

Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications.

16. YEAR COMPLIANCE WARRANTY

Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit year format and be able to accurately process date and time data from, into and between the twentieth and twenty-first centuries, as well as leap year calculations. "Product" shall include, without limitation, any piece or component of equipment, hardware, firmware, middleware, custom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement.

In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein, so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation, data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year performance.

17. PARTICIPATION:

Bidder may agree to extend the terms of the resulting contract to other political subdivision, municipalities and tax-supported agencies.

Such participating Governmental bodies shall make purchases in their own name, make payment directly to bidder, and be liable directly to the bidder, holding the County of Fresno harmless.

18. CONFIDENTIALITY:

All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations.

Vendor shall submit to County’s monitoring of said compliance.

Vendor may be a business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’S Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate.

Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County.

Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information.

19. APPEALS

Appeals must be submitted in writing within seven (7) working days after the review committee notification of proposed recommendations. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599. Appeals should address only areas regarding RFP contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP process.

The Purchasing Manager will provide a written response to the complaint within seven (7) working days unless the complainant is notified more time is required.

If the protesting bidder is not satisfied with the decision of the Purchasing Manager, he/she shall have the right to appeal to the Purchasing Agent within seven (7) business days after notification of the Purchasing Manager’s decision.

If the protesting bidder is not satisfied with Purchasing Agent decision, the final appeal is with the Board of Supervisors.

20. OBLIGATIONS OF CONTRACTOR:

A) CONTRACTOR shall perform as required by the ensuing contract. CONTRACTOR also warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder.

B) CONTRACTOR shall obey all Federal, State, local and special district laws, ordinances and regulations.

21. AUDITS & RETENTION:

The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed.

BIDDING INSTRUCTIONS

VEHICLES OR HEAVY EQUIPMENT

The County of Fresno is soliciting bids for a SWAT team equipment vehicle. This vehicle will be required to store and transport all SWAT team emergency callout equipment such as firearms, munitions, breaching tools, cameras, listening and other detection devices, protective equipment such as body bunkers, and other miscellaneous tools and devices. The vehicle must be capable of traveling anywhere in Fresno County including the Sierras, the San Joaquin Valley and the coastal mountains, in varying weather such as snow, rain, temperatures over 110 degrees and on varying surfaces such as paved roads, soft dirt and unimproved roads.

DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ).

ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. The Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it.

AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized representative of the County’s Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation.

The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board.

VENDOR CONFERENCE: On September 16, 2008 at 2:00 p.m., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. The meeting will be held at the office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), Fresno, California. An addendum to the RFQ will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference.

Bidders are to contact Craig Nickel at County of Fresno Purchasing, (559) 456-7110, if they are planning to attend the conference.

INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested at the scheduled Vendor Conference (see above). Any change in the RFQ will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations.

Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions:

a. Such questions are submitted in writing to County Purchasing at least five (5) County business days prior to the Request for Quotation closing date. Questions must be directed to the attention of the buyer identified on page one.

b. Such questions are submitted with the understanding that County can respond only to questions it considers material in nature.

Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, CA 93702 or faxed to (559) 456-7831. If faxing the bidder must confirm receipt by phone ((559) 456-7110) within one-half (½) hour of transmission.

NOTE: The bidder is encouraged to submit all questions at the Vendor Conference. Time limitations can prevent a response to questions submitted after the conference.

NUMBER OF COPIES: Submit one (1) original and 2 copies of your quotation no later than the quotation closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy to be identical to the original, including all supporting documentation (i.e. literature, brochures, reports, schedules, specifications, drawings etc.). The cover page of each quotation is to be appropriately marked “Original” or “Copy”.

AWARD: The County of Fresno reserves the right to reject any and all bids or alternate bids as is in the best interest of the County. Consideration will be given in comparing quotations and in awarding a contract, not only to the amount of the quotations, but also the kind and quality of the equipment offered, its suitability for use in the service intended, as well as the lowest ultimate cost to the County. Time required for delivery is important and may influence the award. Award will be made to the Vendor(s) offering equipment, price, service, delivery and support deemed to be to the best advantage of the County of Fresno.

RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids.

FIRM QUOTATION: All quotations shall remain firm for at least 90 days.

NON-FUNDING CLAUSE: Funds provided for equipment supplied under the terms of this bid are contingent on the approval of the appropriating government agency. Should sufficient funds not be allocated, the equipment or the amount of equipment to be supplied may be modified or terminated at any time.

TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted.

SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business.

MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor.

QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation.

AMERINET: The County of Fresno is a member of the Amerinet Group Purchasing Organization.

BIDDERS’ LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ.

PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all equipment and services offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County.

CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation.

NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno.

BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry.

EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. Exceptions to items contained in the SPECIFICATIONS/REQUIREMENTS Section of this RFQ shall be stated in the bidder’s response to that section. All other exceptions shall be stated under a separate section of the bidder’s response to this RFQ. Such section shall be entitled “EXCEPTIONS”.

ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ.

CONFLICT OF INTEREST: The County shall not Contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract:

1. Employees of the County or public agencies for which the Board of Supervisors is the governing body.

2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders.

3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the Contract or its service specifications.

4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders.

No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor.

INVOICING: All invoices are to be delivered in duplicate to the ordering department. Each invoice shall reference the Purchase Order/Contract number. The Contractor shall obtain the “Invoice to” address when receiving the order.

PAYMENT: The bidder agrees to provide equipment and other requirements as stated in this Request for Quotation. The County of Fresno agrees to pay bidder at the terms and conditions stated in the Request for Quotation.

Payment will be withheld until complete delivery is made by the Vendor and such delivery is accepted by County as being complete and satisfactory.

Partial payment may or may not be acceptable to the County of Fresno. Should partial payment be made by the County of Fresno, a percentage of the agreement amount shall be held until all terms and conditions of the Request for Quotations are satisfied.

County will make partial payment for cab/chassis upon receipt by awarded vendor.

PAYMENT TERMS: Payment terms are Net 45 days except when bidder offers an acceptable cash discount. The payment period shall be computed from the date that County makes final acceptance of the equipment or from date of receipt of invoice, whichever is latest. Invoices must be submitted as stated in the Purchase Order/Contract.

QUANTITIES: Quantities shown in the Quotation Schedule are thought to accurately represent County’s current requirements. However, County reserves the right to increase or decrease such quantities. County guarantees no minimum amount.

INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor’s officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof.

Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement.

HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement.

INSURANCE:

Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:

A. Commercial General Liability

Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract.

B. Automobile Liability

Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement.

C. Worker's Compensation

A policy of Worker's Compensation insurance as may be required by the California Labor Code.

CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to COUNTY.

Within Thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Sheriff’s Department, Attn: Business Office, 2200 Fresno Street, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY.

In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event.

All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better.

DISPUTE RESOLUTION: The ensuing Purchase Order/Contract shall be governed by the laws of the state of California.

Any claim which cannot be amicably settled without court action will be litigated in the U. S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County.

TERMINATION: The County reserves the right to terminate any resulting Purchase Order/Contract upon written notice.

DEFAULT: In case of default by the selected bidder, the County may procure the equipment and or services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County.

ASSIGNMENTS: The ensuing Purchase Order/Contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno.

ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work.

BOND: Performance and Payment Bonds: The successful bidder shall furnish a faithful performance bond and a payment bond in the amount of 100 percent of the contract amount.

Bonding Company Requirements: Each bond specified in this RFQ (bid bond, faithful performance bond and payment bond) shall meet the requirements of all applicable statutes, including but not limited to those specified in Public Contract Code section 20129 and Civil Code section 3248. Each bond specified in this RFQ shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of a proposed surety company, may require the surety company to provide additional information supported by documentation. The County generally requires such information and documentation whenever the proposed surety company has either a Best’s Key Rating Guide of less than B+ or a financial size designation of less than VIII. Provided, however, that the County expressly reserves its right to require all information and documentation to which the County is legally entitled from any proposed surety company.

F.O.B. DESTINATION: All bids are to be quoted F.O.B. the County of Fresno at the following address:

Fresno County Sheriff’s Department

2200 Fresno Street

Fresno, CA 93721

DELIVERY: Prompt delivery is essential. Failure to furnish delivery as promised will constitute a breach of agreement and the County of Fresno may procure items in accordance with the General Conditions of this RFQ.

ALTERNATES MAY BE ACCEPTED: The County reserves the right to permit deviations from the specifications if an article offered is substantially in accord with the specifications and is deemed by the County to be satisfactory for its intended use as an article fully meeting specifications. The County will be the sole judge in the determination of acceptable deviations. Unless exceptions are noted by bidder, the article offered will be assumed to be in accord with specifications.

OPERATOR TRAINING: If required, successful bidder will arrange training for an operator selected from the staff of the County of Fresno. This training to cover basic theory, proper operations and maintenance of the unit being installed. All cost of class instruction to be borne by the bidder.

MAINTENANCE: The successful bidder shall provide all tools or minor equipment specifically required to maintain equipment supplied. Bidder shall list any special oils, additives, or other lubricants needed for maintenance of equipment supplied.

COMPLETE INSTRUCTIONS MANUAL: Supply manual covering instrumentation, complete instructions for installation, operation, maintenance, testing, and a list of spare parts, including manufacturer’s part numbers and wiring diagrams/schematics shall be supplied. Delivery will not be considered complete until such manuals are received by County.

LITERATURE: Bidders quotation shall include literature which fully describes unit(s) on which they are bidding. Any and all literature submitted must be stamped with bidder’s name and address.

REPAIRS WHILE UNDER WARRANTY: All shipping charges, mileage, charges for servicemen, parts, and labor required shall be included under warranty.

SAFETY/EQUIPMENT STANDARDS: Equipment must be furnished with all protection devices in accordance with the requirements of CALIFORNIA-OSHA.

BIDDER TO COMPLETE:

WARRANTY & SERVICE:

State the warranty and/or guarantee provisions applicable to the equipment offered. Describe the vendors, specific warranty coverage(s), limitation(s), and contact person and telephone number.

| |

| |

| |

| |

State the specific location where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid.

| |

| |

| |

| |

REPAIRS WHILE UNDER WARRANTY: All shipping charges, mileage, charges for servicemen, parts and labor required shall be included under warranty.

SAFETY/EQUIPMENT STANDARDS: Equipment must be furnished with all protection devices in accordance with the requirements of CALIFORNIA OSHA.

| |Yes | |No |

If a repair is unable to be completed in a reasonable period of time, will the vendor supply a loaner piece of equipment to the County Department at no charge?

PARTICIPATION:

The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.

Whenever possible, these agencies co-op (piggyback) on contracts put in place by one of the other agencies.

Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County.

| |Yes, we will extend contract terms and conditions to all qualified agencies within the |

| |Central Valley Purchasing Group. |

| |No, we will not extend contract terms to any agency other than the County of Fresno. |

| |

|(Authorized Signature) |

| |

|Title |

if lvp does not apply, delete these 2 pages!!

Local Vendor Preference

The County of Fresno Local Vendor Preference is applicable to this Request for Quotation. Refer to the General Conditions section for details.

Qualified Vendors that desire consideration as a Fresno County Local Vendor under this RFQ must complete the “Statement of Local Vendor Certification” contained herein and submit it as a part of their quotation. Late submittals of the “Statement of Local Vendor Certification” will not be considered. Submission of this statement will qualify the vendor for treatment as a local vendor for purposes of this RFQ only. The statement made under this RFQ shall not qualify the vendor as a local vendor under any other RFQ.

LOCAL VENDOR CERTIFICATION:

Any vendor claiming to be a local vendor, as defined under the General Conditions section of this RFQ, shall so certify in writing to the purchasing agent. The purchasing agent shall not be required to verify the accuracy or any such certifications, and shall have sole discretion to determine if a vendor meets the definition of “local vendor.”

Any person or business falsely claiming to be a local vendor under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four (24) months as determined in the sole discretion of the purchasing agent. The purchasing agent shall also have the right to terminate all or any part of any contract entered into with such person or business.

STATEMENT OF LOCAL VENDOR CERTIFICATION

COUNTY OF FRESNO

Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation (print or type).

|I | |, | |

| |(individual submitting bid) | |(title) |

|Of/for | |Certify that | |

| |(Company Name) | |(Company Name) |

|Is a Fresno County local Vendor as defined under the General Conditions section of this RFQ and therefore qualifies for the Local Vendor |

|Preference. |

| | | | | |

|Signature | |Title | |Date |

NOTIFICATION OF RE-BID

If a local vendor’s bid qualifies under Fresno County’s Local Vendor Preference, the local vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within forty-eight (48) hours of notification (excluding weekends and holidays). Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County’s transmission of e-mail or Fax.

The local vendor shall state his/her preferred method of notification below along with the appropriate e-mail address or Fax number. Notification by County will be limited to one of those two (2) methods. It will be the local vendor’s responsibility to check his/her e-mail or Fax messages for notification. The vendor’s delay in receiving his/her notification will not alter the forty-eight (48) hour period allowed for re-bid submission.

LOCAL VENDOR TO COMPLETE:

Indicate *ONE method for notification of Local Vendor re-bid by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation.

| |

E-Mail Address or Fax Number (Identify contact person if using a Fax Number)

Vendor must complete and return with Request for Quotation.

|FIRM: | |

REFERENCE LIST

Provide a list of at least five (5) customers for whom you have recently provided similar services (preferably California State or local government agencies). Be sure to include all requested information.

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

Failure to provide a list of at least five (5) customers may be cause for rejection of this RFP.

EQUIPMENT GENERAL REQUIREMENTS

The equipment supplied shall be new (unused), current model year production and equal in style, quality and appointments to those offered to the general public. The equipment shall be supplied with all accessories as considered standard equipment for make and model specified.

The following referenced documents of record in effect on the date of the Request for Quotation, form a part of the specifications to the extent they are applicable:

Department of Transportation, Federal Highway Administration, Motor Carrier Safety Regulations.

U.S. Environmental Protection Agency – Current Federal Energy Administration. Gas Mileage Guide California.

California Vehicle Code

Federal Motor Vehicle Safety Regulations and Standards

California Division of Industrial Safety

OSHA Standards

Title 19 State Fire Marshall Code Book

Failure on the part of the bidder to comply with all requirements and conditions of the Request for Quotation and this specification may be cause for rejection of bid.

No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder in the designated places. If no exceptions or deviations are shown the bidder will be required to furnish vehicles exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder.

Federal Excise Tax Exemption – County of Fresno IRS Registration No. 94-73-03401K.

MANUFACTURING, MATERIAL AND DESIGN PRACTICES: It is intended that the manufacturer, in the selection of components will use material and design practices that are the best available in the industry for the type of operating conditions to which the vehicle/unit(s) will be subjected. Suspension, wheels, tires, and other parts shall be selected to give maximum performance, service life and safety. All parts, equipment and accessories shall conform in strength, quality of material, and workmanship to recognized industry standards.

HEAVY DUTY DEFINED: The term “heavy duty”, as used in these specifications, shall mean that the item to which the term is applied shall exceed the quality or capacity supplied with standard production vehicle/unit(s); and it shall be able to withstand unusual strain, exposure, temperature, wear and use.

SPECIFICATION VARIANCES: If any of the equipment bid varies from the specifications, such variation(s) must be listed in writing and attached as part of the quotation under a section entitled “EXCEPTIONS” or in the bidder’s response to the “SPECIFICATIONS/ REQUIREMENTS” section of this RFQ. The County of Fresno reserves the right to waive minor variations if, in the opinion of the County, the basic unit meets the general intent of these specifications.

MANUFACTURER’S SPECIFICATIONS:

a. Complete specifications, published literature and photos or illustrations of unit(s) proposed, shall be furnished with the bid.

b. Only new models in current production which are catalogued by the manufacturer, and for which printed literature and specifications are available, will be accepted.

MANUFACTURER’S STANDARD EQUIPMENT:

a. All equipment and components listed as standard by the manufacturer for model quoted, shall be furnished, whether or not such items are detailed herein, e.g.: special wrenches, tool kits, jacks, adequate to safely lift the vehicle when loaded to rated capacity, etc. Optional equipment as necessary to meet the following requirements of these specifications shall also be supplied.

b. Specifications on the following pages are written with the intent to meet all applicable documents, but the final certification to comply shall rest with the vendor and not the County of Fresno. Should requirements as specified not comply, the manufacturer is required to re-figure and revise the specifications to meet all laws, rules and regulations where it applies to items such as the ratings of axles, tires, wheels, brakes, batteries, cooling capacity, etc., and the County of Fresno is to be notified thereof.

c. Purchaser will not accept any part, component or system which is not an established standard product of the bidding manufacturer. By this is meant that any item or assembly which, relative to the supplying manufacturer’s standard line of products, could be described as “first of it’s kind”, “experimental”, “only of it’s kind to be built”, “especially modified to comply with specifications”, “prototype”, etc., shall not be acceptable. All parts and components of the system offered and delivered must conform to the manufacturer’s standard production or be off-shelf available hardware production item.

APPLICABLE DOCUMENTS AND CERTIFICATIONS:

❑ Federal Motor Vehicle Safety Standard, Department of Transportation

❑ State of California Motor Vehicle Code

❑ State of California General Industrial Safety Orders

❑ State of California Health and Safety Code, Motor Vehicle Pollution Control

❑ California Occupational Safety and Health Act (O.S.H.A.)

❑ Society of Automotive Engineering Standards

❑ American Society of Mechanical Engineers (A.S.M.E.)

❑ E.P.A.

OPERATIONAL NOISE STANDARD: The noise level shall be in conformance with standards established by local, state and federal agencies. Each unit delivered may be tested by County personnel for noise level and must meet noise requirements before the unit is accepted.

DEMONSTRATIONS: The County reserves the option for “on the job demonstration and evaluation” by County personnel. Demonstration shall be available within fourteen (14) days of County’s request. Only units meeting the intent and scope if these specifications shall be demonstrated. Time and amount of hours required for the evaluation shall be as determined by the County and approved by Bidder. Failure to provide demonstration of demonstration equipment for an adequate period is cause for rejection of bidder’s offer.

DELIVERY:

a. “Caravan” or “In-tow” delivery from points of manufacture or assembly will not be accepted.

b. Delivery shall be made to the County of Fresno Corporation Yard, 4551 East Hamilton Avenue, Fresno, California, serviced and operable with a minimum ¼ tank of fuel. G.S. Fleet Services shall be given a minimum of twenty-four (24) hours notice of the Contractor’s intent to deliver the vehicle/unit(s).

c. Delivery times are limited to 8:00 a.m. to 3:00 p.m. Monday through Friday. No holidays or weekends.

PRE-DELIVERY AND INSPECTION: Prior to delivery, each vehicle shall be completely inspected and serviced by the delivering dealer and/or the manufacturer’s pre-delivery service center.

Normally, vehicles will be inspected at dealer’s place of business before delivery. Inspection will be made by an authorized representative of the purchasing agency for workmanship, appearance, proper functioning of all equipment and systems, and conformance to all requirements of bid specifications. In the event deficiencies are detected, the vehicle(s) will be rejected and the delivering dealer will be required to make necessary repairs, adjustments or replacement. Alternately, if the vehicle(s) are inspected after delivery and rejected because of deficiencies, it shall be the dealer’s responsibility to pick up the vehicle(s), make the necessary corrections and re-deliver the vehicle(s) for re-inspection and acceptance.

LICENSE: The original dealer’s Report of Sale shall be furnished to the County at the time of delivery of the vehicle(s) before payment can be made.

GUARANTEE:

a. The manufacturer and/or dealer delivering the vehicle/unit(s) against these specifications shall guarantee that they meet the minimum requirements set forth herein. If it is found the equipment delivered does not meet the minimum requirements of these specifications, the manufacturer and/or dealer will be required to correct the same at his expense. Failure of the manufacturer and/or dealer to bring the equipment into full compliance with all requirements set forth in this specification within thirty (30) days of delivery shall constitute cause for rejection of the equipment. In case the equipment is rejected, it shall be removed promptly from the County’s premises at the manufacturer’s and/or dealer’s expense.

b. In case of default by the supplier, the County of Fresno reserves the right to procure the articles or services from other sources and to hold the supplier responsible for any excess cost occasioned to the County of Fresno thereby.

WARRANTY:

a. The vehicle manufacturer shall provide a new vehicle warranty F.O.B. Fresno regardless of the method of delivery for each unit.

b. Vehicle and components shall be guaranteed under standard factory and/or dealer warranty and a copy of the manufacturer’s warranty policy shall be delivered with each vehicle.

c. Warranty time to start when vehicle(s) are placed in operation, not delivery. County shall notify vendor of date operation commences.

d. The engine and transmission shall be guaranteed under the longest and most comprehensive standard factory warranty proposed for municipal equipment.

e. The body manufacturer and/or dealer, whichever is primary bidder, shall be solely responsible to guarantee for a period of one (1) year after delivery and acceptance of the entire unit, that the body and appurtenances shall be free from workmanship and material defects. They shall agree to repair or replace all such defective material(s) for workmanship at no cost to the County. The contracting vendor must have service facilities and an adequate supply of service parts available within a reasonable distance from Fresno County.

f. Bidders must list the nearest factory authorized service representative to be responsible for servicing the complete unit or any part thereof.

g. If the County of Fresno is required to deliver a unit outside of the immediate Fresno area for warranty work, the vendor shall reimburse the County of Fresno at the current hourly employee rate established by the Auditor-Controller/Treasurer-Tax Collector for pick up and delivery time involved.

h. The County of Fresno shall be furnished a “no-charge” copy of the work order(s) describing type of repair and parts replaced.

TRAINING:

a. The successful contractor shall provide a qualified, factory authorized service representative to give instructions to the operators and maintenance personnel to assure correct operation of the machines after the vehicle has been readied for service by County personnel.

b. The amount and time of training to be specified by the County of Fresno.

PRODUCTION INSPECTIONS:

The bidder will provide photographic documentation at 25% and 50% of production phase with a site visit for two (2) county staff at 75% production phase, the cost of travel, meals and lodging to be borne by the bidder.

SPECIFICATIONS/REQUIREMENTS

The following pages state the specifications and requirements for the equipment covered under this Request for Quotation. Bidders are instructed to respond as instructed below.

a. Compliance is to be noted by marking “COMPLY” on the line provided to the right of the specification. Non-compliance is to be indicated by marking “DOES NOT COMPLY” on the line. All non-compliant items must be accompanied by a detailed statement explaining why they fail to meet the stated specification or requirement.

NOTE: Merely attaching pre-printed product literature, specifications, etc., does not satisfy the above requirement. As such, it will not exempt the bidder from responding as instructed.

b. When the specification includes a size or dimensions, the bidder shall also indicate the size or dimensions of that item for the equipment they are quoting.

c. When a specific brand and model is listed, the bidder shall indicate if he/she is offering the same as stated or an equivalent unit. The vendor must identify the brand(s) and model(s) that is/are being offered as equivalents. Include complete specifications for all equivalents offered. Such specifications should be submitted as attachments to the bidder’s quotation.

Fresno County Sheriff’s Department

SWAT Vehicle Specifications

TRUCK SPECIFICATIONS

The desired truck shall be comparable to a 2008 or newer Ford F-550 standard cab, four wheel drive with dual rear wheels. The newest year model available at the time the bid is awarded will be required.

| |“COMPLY” OR “NOT COMPLY” |

|3 year/36,000 mile “Bumper to Bumper” warranty | |

|SPECIFIC RATINGS | |

|Drive – 4 X 4 | |

|G.V.W.R. – 19,000 lbs. minimum | |

|Payload – a minimum of 4,000 lbs. combined weight of passengers and cargo | |

|POWERTRAIN | |

|ENGINE | |

|5 year/100,000 mile warranty | |

|6.4 Liter Diesel or Larger | |

|External Oil Cooler | |

|1,000 Watt Engine Heater | |

|Heavy Duty Dry Type Air Cleaner with Flow Restriction Indicator | |

|ENGINE COOLING SYSTEM | |

|Heavy Duty, Closed-Air, Free-Liquid State Type | |

|Coolant Recovery System | |

|50/50 Solution Permanent Type Antifreeze to -40 Degrees F | |

|TRANSMISSION | |

|5-Speed or 6-Speed Automatic Transmission | |

|External Oil Cooler In Chassis Grille Area | |

|EXAUST SYSTEM | |

|System complies with Federal Motor Carrier Safety Regulations, Part 393.83 | |

|Suspended using three (3) hangers, excluding manifold attachment | |

|Discharge at right side of module | |

|Tailpipe shall not terminate within six (6) inches of the vertical axis of the fuel tank filter opening. | |

|STEERING | |

|Power Assisted | |

|Tilt Steering Wheel | |

|SHOCK ABSORBERS/STABILIZER BARS | |

|Heavy-Duty Shock Absorbers, Front and Rear | |

|OEM Front and Rear Stabilizer Bars | |

|BRAKES | |

|Heavy-duty Power Assisted; Front and Rear Disc | |

|Four Wheel ABS | |

|TIRES AND WHEELS | |

|OEM All-Season Steel Belted Radials on the Appropriate Size Wheel | |

|Seven (7) Tires and Wheels Including a Spare Tire and Wheel | |

|OEM Jack and Tire Changing Tools | |

|ELECTRICAL | |

|Alternators – OEM Dual 130 Amp | |

|Batteries – OEM Dual 750 CCA | |

|Auto Throttle – OEM Installed | |

|INSTRUMENT PANEL AND CONTROLS | |

|Cruise Control | |

|Audio – OEM AM/FM/CD | |

|GAUGES | |

|Speedometer | |

|Tachometer | |

|Trip Odometer | |

|Fuel | |

|Water Temperature | |

|Oil Pressure | |

|Transmission Temperature | |

|Indicator Lights | |

|CAB EXTERIOR | |

|Color: White | |

|Trim Level – XLT or Equivalent | |

|Horn – OEM Dual Electric | |

|Bumper – Chrome | |

|Tow Hooks – Two (2) Front | |

|WINDOWS | |

|Power Windows | |

|Tinted Safety Glass | |

|WINDSHIELD WIPERS | |

|Multi-Speed Electric | |

|Washer and Intermittent Speed Control | |

|MIRRORS | |

|Two (2) Below Eye Level, Telescoping Trailer Tow | |

|Power, Heated Glass | |

|Turn Indicators and Clearance Lights on Outside Edge | |

|LIGHTS | |

|Headlamps – Single Beam Jewel Effect | |

|Dual Spot Lights – Hand Operated | |

|Under Hood Service Light | |

|Fuel – OEM 40 Gallon Tank or Larger | |

|CAB INTERIOR | |

|Color: Gray or Beige | |

|Trim Level – XLT | |

|Flooring – Carpeting | |

|SEATS | |

|OEM | |

|Cloth Covered High Back Captain’s Chairs | |

|Combination Lap and Shoulder Harness | |

|Retractable Arms on Inside, Side Door Armrest | |

|Electronic Adjustable | |

|CLIMATE CONTROL | |

|OEM | |

|Heavy Duty, Fresh Air, High Capacity Heater/Defroster | |

|Dehumidifying Air Conditioning System | |

|OTHER | |

|Dual Air Bags | |

|Padded Sun Visors, Dash, and Door Panels | |

|Molded Cloth Headliner | |

|Reduced Sound Package | |

|Dome Light with Dual Map Lights | |

|Auxiliary Power Point, Two (2) Each | |

|Interior Hood Release | |

|Red Door Warning Lights | |

|Electric Door Locks – Remote Key Entry | |

|WINCH | |

|Snatch Block Design | |

|Attached to the frame and mounted at the front bumper of the cab. | |

|Capable of pulling the weight of the vehicle and a minimum of 4,000 lbs. of payload | |

CHASSIS MODIFICATIONS

The following modifications will be made to the chassis by the bidder.

| |“COMPLY” OR “NOT COMPLY” |

|SIMULATORS | |

|Stainless steel wheel simulators shall be installed on all outer wheels, with valve stem extenders on all four | |

|rear wheels. | |

|EXHAUST HEAT SHIELDS | |

|Shall be formed from 20 ga. Galvanized steel sheets with stamped reinforcements and formed edges. Access | |

|openings shall be provided for shock absorber, mounting bolts, etc. Heat shields shall be bolted to chassis | |

|frame and extend from back of cab to the frame cross member just behind the rear axle. | |

|RUNNING BOARDS WITH SPLASH GUARDS | |

|Shall be installed on both sides of the vehicle. They shall be made of 0.125” polished aluminum diamond plate.| |

|The running boards shall be flared to the front corner of module. The entire assembly shall be securely | |

|mounted with stainless steel ¼”-20 Truss head bolts. | |

|MUD FLAPS | |

|Mud flaps shall be installed behind each rear wheel. | |

|TOW PACKAGE | |

|An OEM tow package capable of towing 4000 lbs. | |

|MODULE-TO-CHASSIS MOUNTING SYSTEM | |

|The module shall be bolted to the chassis frame in twelve (12) locations. Each mounting location shall include | |

|a hard rubber isolation pad between the chassis frame and the module lateral frame. Eight (8) ¾” Grade 5 bolts| |

|shall extend through the lateral and sides of the frame member and bolt to the web of the chassis from with a | |

|¾” Grade 5 bolt. The four (4) rearmost bolts shall be 5/8” bolts. All bolts shall be secured with locking | |

|nuts. | |

|ENGINE/TRANSMISSION SKID PAN | |

| | |

|Installed by Manufacturer | |

MODULAR CONSTRUCTION

All material utilized shall be of the correct type, alloy, and thickness to withstand the intended usage and provide protection against cracking, corrosion, or metal fatigue. All materials utilized shall be of open stock origin, commonly available through local sources, for rapid and economical repair or modification of the body. This specification has been designed and written to fill specific needs of this agency. Where brand name, make, or model of equipment has been specified, no exceptions will be allowed without consent of the project manager. Where compartment and cabinet sizes have been specified, bidder must bid substantially (plus or minus 1”) the size specified.

The module shall have a transferable lifetime structural warranty.

MATERIAL

| | | |“COMPLY” OR “NOT COMPLY” |

|EXTERSIONS |SIZE |ALLOY | |

|Structural Tubing |1” X 2” X 0.125” sq. |6063-T52 | |

|Structural Tubing |2” X 2” X 0.125” sq. |6063-T52 | |

|Cross Members |3” X 3” X 0.375” |6061-T6 | |

|Cross Members |1.5” X 3” X 0.25” |6061-T6 | |

|Skin/Roof/Compartments/Doors |0.125” |5052-H32 | |

|Interior Cabinets |0.125” |5052-H32 | |

|Diamond Plate |0.125/0.08” |3003-H32 | |

|Stainless Steel |16 ga., 20 ga. |304 # 4B | |

MODULE DIMENSIONS

Overall Vehicle Dimensions: (Specifications are listed as minimums.)

| | | | | |“COMPLY” OR “NOT COMPLY” |

|Length: |27’ |4” |(328”) | | |

|Width: |7’ |10” |(94”) |Excluding Exterior Mirrors | |

|Height: |9’ |7.25” |(115.25”) |Excluding AC Unit | |

Exterior Module Dimensions: (Specifications are listed as minimums.)

| | | | |“COMPLY” OR “NOT COMPLY” |

|Length: | |16’ |(192”) | |

|Width: |7’ |10” |(94”) | |

|Height: |7’ |10.375” |(94.375”) | |

Interior Dimensions: (Specifications are listed as minimums.)

| | | |“COMPLY” OR “NOT COMPLY” |

|Length: |Forward Wall to Rear Doors |185” | |

|Width: |Left Wall to Right Wall |89” | |

|Height: |Floor to Ceiling |78” | |

STRUCTURAL FRAMING

Side wall and rear wall construction shall consist of 2” X 2” X 0.125” aluminum square tubing extensions welded together with a maximum of 14” centers. 1” X 2” X 0.125” aluminum tubing may be utilized in addition to 2” X 2” tubing accommodate custom compartment sizes. The bottom of the wall structure shall be sealed with welded 2” X 2”angle, or 0.125” plate depending upon location. Wall structure shall be capped with a 2” X 2” X 0.125” header upon which the 2” X 2” X 0.125” roof structure is welded. This process provides a unitized roll cage structure for greater occupant safety.

FOUNDATION SYSTEM

Shall consist of a 0.125” aluminum sheet subfloor with foundation members securely welded under the subfloor. Members shall consist of six (6) 3” x 3” x 0.375” structural angles, with two (2) 0.250” x 1.5” aluminum members running lengthwise between the structural angles.

MODULE SEAMS

All body and compartment seams at or below floor level shall be full seam welded. The entire perimeter of the subfloor shall be completely sealed with a caulking material, creating a watertight, dust-free module environment.

EXTERIOR SKIN

In addition to welding exterior skin to structural framing, a Norton very high bond system shall be utilized full length on all wall and roof frame members. A polyurethane adhesive sealant shall be applied to the edges of structural tubing at the exterior wall surfaces.

MODULE ROOF

In order to improve module strength and reduce roof seams the following roof system shall be utilized. The roof shall be seamed in the center, have a 1.500” radius at the corners, and provide a weatherproof overlap of the aluminum side sheets 5.250” below the roof line. The roof shall be supported by positive contact between sidewall framing and roof framing. All seams on the roof surface shall be full seam welded on the outside and caulked on the inside. In order to avoid the possibility of paint and/or weld cracking, no extrusions shall be used in the exterior construction of the roof or corners of the vehicle. The roof shall be able to support at least two (2) people or 500 lbs.

MODULE EXTERIOR COMPARTMENTS

All compartments are constructed from formed 0.125” aluminum and are securely welded to the subfloor and structural framing. A baffled drain hole shall be provided in all exterior compartment bottoms that extend below the floor line. All exterior adjustable shelves shall be mounted on heavy-duty aluminum unistrut track, which is securely welded to compartment interiors. Each shelf shall support at least 300 lbs. of equipment.

COMPARTMENT #1

Interior Dimensions – 60”W x 35”H x 22”D

Doorway Dimensions – 60”W x 35”H

Location – Streetside, front

Shelving – One (1) adjustable roll out tray; one (1) fixed roll out tray

Door(s) – Double

Light(s) – None

Additional Instructions – The fixed roll out tray shall be located on the bottom of the compartment with the adjustable roll out tray above the fixed tray. Both rollout trays shall operate on 20” slides, have a 500 lb. capacity and dual gas shocks to hold open/closed. The roll out trays shall be as wide as possible and shall be constructed with 4.5” lips.

COMPARTMENT #2

Interior Dimensions – 22”W x 9.5”H x 22”D

Doorway Dimensions – 22”W x 9.5”H

Location – Streetside, forward of wheel well

Shelving – None

Door(s) – Single

Light(s) – None

Additional Instructions – None

COMPARTMENT #3

Interior Dimensions – 36.5”W x 40”H x 22”D

Doorway Dimensions – 36.5”W x 40”H

Location – Streetside, rear

Shelving – None

Door(s) – Double with deadbolt on forward door

Light(s) – None

Additional Instructions – None

COMPARTMENT #4

Interior Dimensions – 42”W x 37.25”H x 22”D

Doorway Dimensions – 42”W x 37.25”H

Location – Curbside, rear

Shelving – None

Door(s) – Double

Light(s) – None

Additional Instructions – This compartment shall hold a manufacturer supplied Cummins Onan 6.0 generator to the main fuel tank on the chassis, with a cutoff leaving ten (10) gallons minimum in the main tank. The exhaust shall be vented out of the roof and the compartment doors shall be louvered for proper ventilation. The generator shall sit on a rollout platform capable of supporting the weight of the generator and of equal construction of the other rollout compartment platforms. The sides and ceiling shall be insulated with lead lined insulation. The generator shall be able to supply power to the engine battery and supply a charge if the engine battery is drained.

COMPARTMENT #5

Interior Dimensions – 22”W x 12”H x 20”D

Location – Curbside, forward

Shelving – None

Door(s) – Single hinged down

Light(s) – None

Additional Instructions – None

MODULE DOORS

The doors shall be box pan formed with a total thickness of 2”.

DOOR SEAL

Compartment doorframes will have a 0.875” flange for the installation of an air cell hollow core, 360-degree compression door seal. This seal creates watertight, dust-free compartment integrity. Door seal shall be knock-on type.

DOOR HINGES

Shall be full length, piano type, stainless steel hinges, 2.5” wide with a 0.25” pin. The hinges shall be attached with 12 x 3/4 stainless steel truss head screws spread 4” apart and staggered 0.5” horizontally for additional strength and adjustability. Hinges shall be staked every 4”. All curbside and streetside doors shall be hinged on the forward sides. All rear doors shall be hinged on the outboard sides.

DOOR LATCHES

Shall be flush mounted, stainless steel, Versch paddle type slam latches with rotary latch striker posts, which meet FMVSS 206 requirements. Striker shall be adjustable and shall be secured with a nut from behind door frame. The striker washer will not be removed. Cold rolled, threaded 0.162” steel rods shall be used to activate dual rotary latches. Once final adjustments to latches are made, threads are to have Locktite applied. All double door compartments shall have an exterior stainless steel paddle handle and rotary latches on each door. Doors will latch to door frame mounted striker posts only and not to one another. All entrance doors shall have interior handles with dual point, rod actuated, rotary latch systems, which are lockable inside and out. All latches will have a non-slip surface on the underside of the latch. All compartment and module access doors shall be keyed alike with the key type to be determined at the pre-construction meeting.

Compartments #3, #4, #6 and all passage doors shall have a deadbolt system in addition to the keyed paddle latches.

COMPARTMENT DOOR CONTROL

A heavy-duty, double spring door control capable of holding the door open at approximately a 90-degree angle on any road surface shall be installed at the top of each compartment door.

CURBSIDE DOOR CONTROL

Shall be a heavy-duty, double spring door check installed at the top of the door. This door check will hold the passage door open at approximately a 90-degree angle on any road surface.

REAR DOOR CONTROL

Shall be Cast Products “grabber” type hold-open devices with replaceable rubber catches.

COMPARTMENT DOOR SKINS

Shall be 0.080” bright aluminum diamond plate and be removable to service door hardware. Reflectors shall be added to the bottom outboard corner of each door.

ENTRANCE DOOR SKINS

Shall be Formica covered 0.090” aluminum plate with 20” stainless steel kick panels on the side door and 16” stainless steel kick panels on the rear door. The door skins shall be removable to service door hardware. Reflectors shall be added to the bottom outboard corner of each door.

ENTRANCE DOORWAYS

One (1) rear module entrance doors shall be provided. The curbside doorway dimensions shall be 31”W x 69.75”H. The rear doorway dimensions shall be 40”W x 66”H.

THRESHOLDS

All compartment and module access doorframes shall have full width formed stainless steel threshold plates to protect the lower edge of frame.

MODULE DOORS

The doors shall be box pan formed with a total thickness of 2”.

DOOR SEAL

Compartment doorframes will have a 0.875” flange for the installation of an air cell hollow core, 360-degree compression door seal. This seal creates watertight, dust-free compartment integrity. Door seal shall be knock-on type.

DOOR HINGES

Shall be full length, piano type, stainless steel hinges, 2.5” wide with a 0.25” pin. The hinges shall be attached with 12 x 3/4 stainless steel truss head screws spread 4” apart and staggered 0.5” horizontally for additional strength and adjustability. Hinges shall be staked every 4”. All curbside and streetside doors shall be hinged on the forward sides. All rear doors shall be hinged on the outboard sides.

DOOR LATCHES

Shall be flush mounted, stainless steel, Versch paddle type slam latches with rotary latch striker posts, which meet FMVSS 206 requirements. Striker shall be adjustable and shall be secured with a nut from behind door frame. The striker washer will not be removed. Cold rolled, threaded 0.162” steel rods shall be used to activate dual rotary latches. Once final adjustments to latches are made, threads are to have Locktite applied. All double door compartments shall have an exterior stainless steel paddle handle and rotary latches on each door. Doors will latch to door frame mounted striker posts only and not to one another. All entrance doors shall have interior handles with dual point, rod actuated, rotary latch systems, which are lockable inside and out. All latches will have a non-slip surface on the underside of the latch. All compartment and module access doors shall be keyed alike. The keying type will be in consultation with the buyer. All outside compartments shall have a deadbolt system in addition to the keyed paddle latches.

COMPARTMENT DOOR CONTROL

A heavy-duty, double spring door control capable of holding the door open at approximately a 90-degree angle on any road surface shall be installed at the top of each compartment door.

CURBSIDE DOOR CONTROL

Shall be a heavy-duty, double spring door check installed at the top of the door. This door check will hold the passage door open at approximately a 180-degree angle on any road surface.

REAR DOOR CONTROL

Shall be Cast Products “grabber” type hold-open devices with replaceable rubber catches.

COMPARTMENT DOOR SKINS

Shall be 0.080” bright aluminum diamond plate and be removable to service door hardware. Reflectors shall be added to the bottom outboard corner of each door.

ENTRANCE DOOR SKINS

Shall be Formica covered 0.090” aluminum plate with 20” stainless steel kick panels on the side door and 16” stainless steel kick panels on the rear door. The door skins shall be removable to service door hardware. Reflectors shall be added to the bottom outboard corner of each door.

FANS

The interior shall include at least two (2) 12” electric fans positioned in the module to maximize airflow.

THRESHOLDS

All compartment and module access doorframes shall have full width formed stainless steel threshold plates to protect the lower edge of frame.

MODULE INTERIOR CABINETS

Shall be formed of 0.090” aluminum and shall be securely welded or mounted to the structural framing. All interior adjustable shelves shall be mounted on 1” wide aluminum Unistrut track.

CABINET #1

Dimensions – 18.625”W x 15.5”H x 19.75”D

Location – Streetside, upper forward

Shelving – None

Door(s) – Aluminum, hinged up with twist/slam latch

Additional Instructions – None

CABINET #2

Dimensions – 58.75”W x 12”H x 19.75”D

Location – Streetside, upper center

Shelving – None

Door(s) – None

Additional Instructions – Open storage with 4” x 4” webbing covering the face. This webbing will be attached with buckles on bottom.

CABINET #3

Dimensions – 36.5”W x 44.75”H x 19.75”D (upper) 22”D (lower)

Location – Streetside, rear

Shelving – Two (2) adjustable

Door(s) – Two (2) aluminum hinged with paddle latches

Additional Instructions – There shall be three vertical dividers installed in this cabinet below the fixed shelf.

CABINET #4

Dimensions – 25”W x 32.375”H x 22”D

Location – Streetside, center

Shelving – Two (2) adjustable

Door(s) – None

Additional Instructions – None

CABINET #5

Dimensions – 30.75”W x 19.375”H x 22”D

Location – Streetside, forward

Shelving – One (1) adjustable

Door(s) – Two (2) aluminum, hinged with two (2) twist/slam latches

Additional Instructions – None

CABINET #6

Dimensions – 26.75”W x 27.875”H x 22”D

Location – Streetside, forward

Shelving – Two (2) adjustable

Door(s) – None

Additional Instructions – A power strip with three (3) 110VAC outlets and two (2) 12VDC outlets shall be installed along the back wall.

CABINET #7 – Drawers

Dimensions – 30.75”W x 13”H x 22”D

Location – Streetside, lower forward

Shelving – None

Door(s) – None

Additional Instructions – This area shall have four (4) 13”W x 5”H x 19”D metal drawers. Each drawer shall operate on 18” slides rated at 300 lbs. per set and have a gas shock hold open/closed device to ensure drawers do not accidentally open or close during operation of the vehicle. Drawers shall be formed of 16 ga. Steel welded construction with an automotive gray enamel finish, and formed structural support on the sides and front of drawers. Each drawer shall have machine stamped divider supports along the side for at least four (4) dividers per drawer with four (4) adjustable dividers provided with each drawer.

CABINET #8

Dimensions – 13.25”W x 29.625”H x 22”D

Location – Streetside, center

Shelving – Two (2) adjustable

Door(s) – None

Additional Instructions – Storage for a manufacturer supplied 72”L X 30”H portable table shall be forward of this cabinet.

CABINET #9 – Weapon Storage

Dimensions – 24.25”W x 44.5”H x 22”D

Location – Curbside, center

Shelving – None

Door(s) – ROM roll up door

Additional Instructions – This cabinet shall have two (2) independent vertically sliding rollout trays capable of holding eight (8) shoulder firearms each, for a total of sixteen (16). The door shall have a keyed lock.

CABINET #10 – Drawer

Dimensions – 27.5”W x 14”H x 22”D

Location – Curbside, lower rear

Shelving – None

Door(s) – None

Additional Instructions – The cabinet shall contain one (1) drawer 23.25”W x 11.25”H x 19”D metal drawer. The drawer shall operate on 18” slides rated at 300 lbs. per set and have a gas shock hold open/closed device to ensure drawer does not accidentally open or close during operation of the vehicle. Drawer shall be formed of 0.090” aluminum welded construction with an automotive gray enamel finish and formed structural support on the sides and front of drawer. This drawer will be set up for a lockable magazine box is wood lined for transporting munitions. A locking paddle latch shall be located on the face.

CABINET #11 – Drawer

Dimensions – 27.5”W x 14”H x 22”D

Location – Curbside, lower rear

Shelving – None

Door(s) – None

Additional Instructions – The cabinet shall contain one (1) drawer 23.25”W x 11.25”H x 19”D metal drawer. The drawer shall operate on 18” slides rated at 300 lbs. per set and have a gas shock hold open/closed device to ensure drawer does not accidentally open or close during operation of the vehicle. Drawer shall be formed of 0.090” aluminum welded construction with an automotive gray enamel finish and formed structural support on the sides and front of drawer. (Identical to cabinet #10)

CABINET #12

Dimensions – 43.5”W x 9.5”H x 19.75”D

Location – Curbside, upper rear

Shelving – None

Door(s) – Aluminum hinged up, with two (2) twist/slam latches

Additional Instructions – None

CABINET #13

Dimensions – 46.875”W x 26.5”H x 19.75”D (upper) 22”D (lower)

Location – Curbside, upper center

Shelving – Two (2) adjustable

Door(s) – Two (2) aluminum hinged, with two (2) twist/slam latches

Additional Instructions – None

CABINET #14 – Drawers

Dimensions – 46.875”W x 12”H x 22”D

Location – Curbside, center

Shelving – None

Door(s) – None

Additional Instructions – This area shall have six (6) 13”W x 5”H x 19”D metal drawers. Each drawer shall operate on 18” slides rated at 300 lbs. per set and have a gas shock hold open/closed device to ensure drawers do not accidentally open or close during operation of the vehicle. Drawers shall be formed of 16 ga. Steel welded construction with an automotive gray enamel finish, and formed structural support on the sides and front of drawers. Each drawer shall have machine stamped divider supports along the side for at least four (4) dividers per drawer with four (4) adjustable dividers provided with each drawer.

CABINET #15

Dimensions – 43.5”W x 38.875”H x 22”D

Location – Curbside, rear

Shelving – None

Door(s) – None

Additional Instructions – This area shall be used for shield storage with 4” x 4” webbing covering the face. This webbing will be attached with buckles on the forward side.

CABINET #16

Dimensions – 47.875”W x 26.5”H x 22”D

Location – Curbside, lower center

Shelving – Two (2) adjustable

Door(s) – Two (2) aluminum hinged, with two (2) twist/slam latches

Additional Instructions – None

CABINET #17 – Drawer

Dimensions – 27.5”W x 14”H x 22”D

Location – Curbside, lower forward

Shelving – None

Door(s) – None

Additional Instructions – The cabinet shall contain one (1) drawer 23.25”W x 11.25”H x 19”D metal drawer. The drawer shall operate on 18” slides rated at 300 lbs. per set and have a gas shock hold open/closed device to ensure drawer does not accidentally open or close during operation of the vehicle. Drawer shall be formed of 0.090” aluminum welded construction with an automotive gray enamel finish and formed structural support on the sides and front of drawer. This drawer will be set up for a lockable magazine box that complies with DOT and BATF regulations for transporting munitions. A locking paddle latch shall be located on the face (identical to Cabinet #10).

CABINET #18 – Weapon Storage

Dimensions – 24.25”W x 44.5”H x 22”D

Location – Curbside, center

Shelving – None

Door(s) – ROM roll up doors

Additional Instructions – This cabinet shall have one (1) vertically sliding rollout tray capable of holding eight (8) shoulder firearms. The door shall have a keyed lock.

CABINET #19 – Work Station

Dimensions – 27”W x 32.375”H x 22”D

Location – Curbside, forward

Shelving – None

Door(s) – None

Additional Instructions – This area shall contain an attendant control panel, a climate control thermostat, and a blower switch. The entire area shall be lighted utilizing a Thin-Lite Model #612 light with 12VDC dual 11” fluorescent bulbs. A power strip with three (3) 110VAC outlets and one (1) 12VDC shall be installed along the back wall.

A 15” deep counter top shall be located below the action wall. The counter top shall be one-piece 16 gauge 304 stainless steel with a 0.5” aluminum retaining lip.

The area below the work station shall be 29.125”H and open to provide leg room.

SIDE DOORSTEP

A recessed curbside side doorstep shall be provided which is 11.5” deep x 31” wide. There shall be a drain hole and an open grate step plate which is removable for cleaning purposes. Polished aluminum diamond plate kick panel will be installed on the sides and face of doorstep.

WHEELWELL LINERS

Shall be installed in the wheel wells over the rear wheels. The liners shall be formed of 0.090 aluminum.

COATINGS AND FINISHES

MODULE FINISH PREPARATION

The module shall be seam sealed and all imperfections on aluminum surfaces of module shall be sanded smooth. The entire exterior shall be mechanically etched and washed with wax and grease remover to ensure proper primer and paint adhesion.

MODULE PRIMER

Module shall be primed with urethane primer prior to applying the finish coat of acrylic urethane paint.

PAINT TYPE

Shall be acrylic urethane.

COLOR SCHEME

Base color: White

COMPARTMENT FINISH

All compartments shall be sanded, etched, washed, primed, and painted white with gray splatter paint.

INTERIOR CABINETRY FINISH

All interior cabinetry shall be sanded, etched, washed, primed, and painted white with gray splatter paint.

MODULE UPHOLSTERY

Shall be Vinyl Naugaform formfit 2 / Dove Gray, and be seamless.

MODULE FLOORING MATERIAL

Shall be Genome (#TFM2702) Altro Transflor Meta Slip-Retardant Sheet flooring providing durability, ease of maintenance and stain resistance. It shall contain a high concentration of microscopic aluminum oxide particles and colored quartz crystals suspended throughout the thickness with silicon carbide grains in the entire wear surface for slip-retardant performance. It shall have a bacteriostat incorporated to give flooring excellent anti-bacterial activity and an overall thickness of 0.11” nominal. Flooring shall be manufactured for Wear Resistance to meet ASTM C 501, indentation resistance in accordance with ASTM F 1303 and ASTM F 970, Grade 1 standards, shall meet ASTM D 2047 Slip Retardant, ASTM F 970 Static Load, ASTM E648, CMVSS, FMVSS 302, CAN ULC S102.2 Fire Data Tests.

An insulated floor shall be installed over the subfloor. It shall be constructed with square tubing (0.75” x 0.75” x 0.125”), filled with 0.75” thick polystyrene foam insulation, and covered with 0.125” aluminum sheet. (Section 2.04 related)

COMPARTMENT LINING

Compartment floors and shelves shall be lined with light gray Mate’flex material.

CABINET LINING

Interior cabinet shelves shall be lined with easy sweep mats which are removable for ease of cleaning.

SURFACES AND FINISHES

All surfaces and finishes shall be impervious to soap, disinfectants, and water, to permit washing and sanitizing.

AUTOMOTIVE UNDERCOATING SEAL

The entire chassis and module underbody (excluding drive shafts, wheels, exhaust system, and lubrication fittings, per manufacturer’s specifications) shall be sprayed with undercoating for reduced corrosion and added sound deadening.

MODULE EXTERIOR

STEP/BUMPER

Shall be a welded construction of 3” x 3” x 0.375” aluminum angle and 2” x 0.250” plate and shall be covered by 0.125” bright aluminum diamond plate. The center section, below the doors, shall have a plasma cut open flow design to prevent accumulation of water and snow and provide a 10” step. The outermost 12” of each end shall be angled to prevent dragging of corners in high angle of approach/departure areas. Diamond plate shall be formed on front and rear edges for channel type strength and a formed 0.090” aluminum close out shall be welded to the underside of the step/bumper. The bumper shall be bolted directly to the chassis frame using high strength Grade 5 bolts. Bumper shall be easily removable and replaceable in case of damage.

A hinged step shall be installed to fold up and over the bumper when not in use.

RUB RAIL

Shall be bright finished extruded aluminum of a double channel design and 0.125” wall thickness for maximum strength. Rub rails shall be 2.5” high x 0.75” wide and run along the lower edge of body, interrupted only by wheel well opening.

FENDER RINGS

Shall be installed on the module. They shall be bright polished aluminum with a rounded outer edge following the full contour of the wheel well opening.

DRIP RAIL

Shall be extruded, anodized aluminum running full length of module at top of sides, front, rear and over each exterior compartment. Drip rails shall be installed with stainless steel screws, be detachable for easy replacement and finished with 45 degree angled ends to avoid hooking materials which brush against the vehicle causing damage.

ROCK GUARDS

Made of bright aluminum diamond plate shall cover front module corners 24” up from bottom of body, 2.5” down the side of body, and 15” across the front of the body.

REAR STEP GUARD

Made of bright aluminum diamond plate shall extend from top of rear step to the bottom of rear doors, full width formed around corners, and 2.5” forward on each side.

FUEL FILL

Shall be on the streetside of the module and have a polished cast aluminum fill well and be properly vented. All fuel filler hoses will be protected with a 0.125” aluminum protection plate. Fuel fills shall be installed in accordance with “Body Builder’s” recommendation.

TELESCOPIC LIGHTS

Shall be two (2), Kwik-Raze 805-TMS, 500 watt, 110V, tripod truck mount lights installed on the rear of the module. Light shall have a switch on the light head and on the driver’s console.

STEP, ELECTRIC

Shall be provided and mounted under the curbside door. It shall be a Kwikee Model and be wired to open and close with the side door.

AWNINGS

Two (2) 10’ manual awning shall be installed on the streetside and curbside of the module.

MODULE INTERIOR

All interior hangers, supports, fasteners, latches, and hinges shall be of a near flush type design when not in use. The patient compartment shall be free of sharp projections. Exposed edges and corners shall be broken with a radius, chamfer, or covered with aluminum trim, plastic molding, or rubber edging.

UPPER WALL COVERING

Shall be covered with light gray heavy grade 0.125” ABS vinyl. All panels shall be attached with a Norton very high bond system.

HEADLINER

Shall be fiberglass reinforced 0.080” “Glasboard” with textured white surface.

MODULE ACCESS OPENING BUMPERS

Shall be located over all module access openings and shall be made with 1” high density foam covered with heavy-duty vinyl matching upholstery.

LOWER WALL COVERING

The squad bench sides and lower portion of the streetside wall shall be nonporous, color-coordinated material.

ACCESS DOOR GRAB RAILS

Each module access door shall have a 1.250” “L” style stainless steel grab handle which may also be used as an entry assist rail.

ATTENDANT SEAT

A high-back heavy duty bucket seat, upholstered with heavy grade vinyl, shall be located at the curbside work station. Seat shall swivel and be securely anchored on a pedestal base.

A folding jump seat with spring loaded seat irons shall be installed on the front wall. The wall shall be reinforced at the mounting location to support jump seat. It shall have a padded seat and backrest and one (1) seat belt.

SEATBELTS

Shall be DOT certified and shall be installed with all passenger seating. The work station seat and the folding jump seat shall each have a single seat belt.

INSULATION

The module sides, ends, roof, doors, and floor shall be insulated to enhance the interior environment and to prevent heat, cold, and external noise from entering the module. The insulation shall be a non-settling polystyrene foam plank material of 2”, 1.5”, or 0.75” thickness depending upon location and available space.

In addition, a Norton VHB (very high bond) system shall be utilized on side walls and roof to provide a thermal and noise break between the outside skin and structural members.

WHITE MARKER BOARD

Shall be installed in the following location(s). One (1) installed on the front wall below electrical cabinet.

ELECTRICAL

All added body and chassis electrical equipment shall be served by circuits separate and distinct from the vehicle chassis circuits. All vehicle wiring shall be copper and conform to all SAE J1128 requirements. The wiring shall be colored, numbered, and function coded every 3” for permanent identification and correspond with the vehicle schematics. Solderless, insulated connectors shall be used. Wiring anduit shall be used in power component module to ensure air circulation throughout power component wiring. The wiring shall be routed in conduit or looms and wiring shall be secured to the underbody or frame with insulated metal cable straps. All power distribution cabling shall be covered with a protective split loom. Where wiring passes over the exhaust, a heat shield shall be installed. Wiring and electrical components shall not be placed under or behind the cab seats. The power component module shall be equipped with positive locking plugs to provide easy disconnect for remount or repair of body. All wiring devices, switches, outlets, etc., except circuit breakers, shall be rated to carry 125% of the maximum ampere load for which the circuit is protected.

OVERLOAD PROTECTION DEVICES

Body electrical wiring shall utilize overload protective devices of the automatic reset, circuit breaker type. In addition, one (1) single pole, 20 amp circuit breaker shall be provided for future use. The circuit breakers, relays, and other electrical items shall be located in the enclosed power component module.

VOLTMETER

Shall be installed on the driver’s console.

AMMETER

Shall be a 300 amp analog ammeter which shall be located on the driver’s console.

IGNITION CONTROL

Chassis electrical circuits will be controlled by ignition switch as provided by the OEM chassis manufacturer. The auxiliary chassis related functions shall be powered by one (1) 100 amp continuous duty solenoid (rear heater/air conditioner, siren, spot light, etc.).

WIRING ACCESS

All cabinets at ceiling level shall have removable backs which are screwed in place for access to harnesses. Stack cabinets shall have removable panels for wiring and hose access.

BACK-UP ALARM

Shall be installed and have a momentary disable switch in the driver’s console. If disabled while in reverse, backup alarm shall automatically reset when shifted out of reverse. The alarm shall have a sound output level of 97db.

BACKUP CAMERA

A backup camera shall be installed with a monitor mounted in the cab. Specific position of the monitor to be determined at the pre-construction design meeting.

SERVICE LOOP

A 6” service loop of wire or harness shall be provided at all electrical components, terminals, and connection points.

SWITCHES

Shall be lighted rocker type and permanently marked by function. One (1) spare switch shall be provided.

MAP LIGHT

A map light with a 19” flexible neck shall be mounted in the cab area.

DOOR AJAR WARNING LIGHT(S)/BUZZER

A red flashing warning light on driver’s console shall be provided to warn driver of open passenger access doors or open exterior compartment doors.

ATTENDANT CONTROL PANEL

Shall be located in the curbside work station. Panel shall include one (1) row of switches, to be determined at the pre-construction design meeting.

A separate climate fan switch and thermostat shall be located adjacent to the control panel.

WORK STATION AREA LIGHTING

The work station area shall be lighted utilizing a Thin-Lite Model #612 light with 12VDC dual 11” fluorescent bulbs.

STEPLIGHTS

The side access door step well shall have a light installed.

MODULE INTERIOR LIGHTING

Shall be designed to keep vehicle height to a minimum without interfering with the structural integrity of the roof. Module interior lighting shall consist of five (5) fluorescent lights shall be mounted near the center of module. The second and fourth lights shall have red lens covers and shall be automatically activated when the side passage door is opened.

The fluorescent lights shall be controlled by an On/Off switch on the action wall and a timer switch mounted inside the curbside passage door. The timer switch shall be wired to continuous battery power.

BASIC EXTERIOR LIGHTING

Shall include headlights, parking lights, directional signal lights, tail and stop lights, license plate light, back-up lights, side marker lights, hazard and warning lights, and clearance lights as required by FMVSS 108. Module clearance and side marker lights shall be LED “Truck-Lite” lights.

Two (2) LED Whelen #60R00BRR stop/tail lights, two (2) LED Whelen #60A00TAR turn arrows, and two (2) Whelen #60J000CR back-up lights shall be installed on the kick panel, one (1) set each on each side of the vehicle. Lights shall be installed with flanges.

ANTENNA MOUNTS AND CABLES

Two (2) universal antenna mounts with appropriate cables shall be installed. Antenna base access shall be through the dome light openings and the cables shall terminate in the electrical cabinet.

SHORELINE/GENERATOR LOAD CENTER

Utility power shall be furnished with 110 VAC shorepower via one 20 amp Kussmaul Super Auto Eject receptacle located on the driver’s side of the chassis and distributed through a recessed Load Center power box, flush mounted in Compartment #1, so as to maximize compartment space. The Load Center shall be wired with an input cord for a generator hookup. All 110V outlets shall be GFI protected. A transfer switch shall be furnished and wired between generator and shoreline. This will provide power to selected 110VAC items from either electrical source.

The load center shall have breakers to isolate as follows:

|Battery Charger |Left Rear Flood Light |

|Right Rear Flood Light |Curbside 110V Receptacle |

|Streetside 110V Receptacle |Blank |

Six (6) weatherproof 110VAC duplex grounded outlets shall be mounted, one (1) each side on the rear, one (1) on streetside rear, one (1) on curbside rear, one (1) on streetside below the shoreline, and one (1) curbside forward.. All circuits will be identified at panel and at switches/lights/duplex plugs.

Six (6) 110V AC duplex grounded outlets shall be installed, three (3) in a power strip in Cabinet #6, and three (3) in a power strip in Cabinet #13.

BATTERY GROUNDS

In addition to OEM grounds, the following ground circuits shall be added: 4 ga. Ground cable from module power component panel to frame, two (2) braided ground straps from the module body to the chassis to reduce RF interference.

BATTERY CHARGER

A 30 amp minimum battery charger/conditioner shall be provided and wired to shoreline. The charger shall have totally filtered output voltage, locked at a maximum 14 volts. The charger shall be designed for long term charger and converter operation without damage to batteries.

12 VOLT RECEPTACLES

Three (3) 12 volt, 20 amp cigar type receptacles shall be provided, two (2) in Cabinet #6, and one (1) in Cabinet #19. Receptacles shall be powered continuously.

COMPARTMENT LIGHTING

A 3” dome light shall be installed in all outside compartments and shall be activated by a door switch.

EXTERIOR DOOR SWITCHES

Shall be 1/2” door switches. All door switch terminals shall have Heatshrink installed.

EMERGENCY WARNING SYSTEMS

FLASHERS

Four (4) fixed halogen flashers shall be mounted two (2) on the front of module in upper corners and two (2) on the rear in the upper corners. Flashers shall be one (1) blue and one (1) red on the front and one (1) blue and one (1) red on the rear. Lights shall be Whelen #90F000RR and #90F000BR.

One (1) Red Super LED brake light shall be centered between the rear flashers. Light shall be Whelen #70R02FRR with 7EFLANGE.

One (1) Steady Red Super LED light shall be centered between the front flashers. Light shall be Whelen #70R02FRR with 7EFLANGE.

LIGHTBAR

Equivalent to the Federal Signal, Argent S2, 53”, with LED display. Shall be customer configuration. To be determined at pre-construction conference.

SCENELIGHTS

Six (6) parabolic scenelights shall be installed – two (2) on each side and two (2) on the rear of the module. The scenelights shall be flush mounted and have internal optics to deflect the light down at 8-32 degree angles. The lights shall be Whelen Model #90E000ZR Opti-Scene lights with chrome flanges. The side door shall activate the curbside scenelights, the rear doors or when vehicle is placed in “Reverse” shall activate the rear scenelights.

INTERSECTION LIGHTS

Four (4) Intersection lights shall be installed, one (1) on each fender and one (1) above each wheel well. These lights shall be Whelen #70R02FRR Red lens Red Super LED. Install with 7EFLANGE on the lights over the wheel wells.

GRILLE LIGHTS

Shall be one (1) Whelen #70R02FRR Red lens Red Super LED on the passenger side and one (1) Whelen #70B02FBR Blue lens Blue Super LED light on the driver’s side.

SIREN

Shall be a Whelen 295HFSA1, 200 watt. Siren options to include radio, horn, manual, wail, yelp, and phaser.

SIREN SPEAKERS

Shall be a Cast Products 4312 “In-the-Bumper” Mount System with two 100 watt speaker drivers.

SEQUENTIAL SWITCHING SYSTEM / LOAD MANAGER

A Kussmaul sequential switching system shall be installed to control emergency lighting.

FLASHERS

A 50 amp per terminal Vanner 3250 GCP flasher shall be provided to control halogen flashers.

ELECTRIC DOOR LOCKS

Shall be installed on all compartment and module access doors. A combination touch pad shall be installed on the rear of the module. Each passage door shall have a switch.

ALARM SYSTEM

The vehicle will have an alarm system installed covering the cab, all outside compartments and doors.

GENERATOR

A Cummins Onan 6.0 or larger generator shall be installed and wired to the main fuel tank on the chassis. The compartment door shall be louvered for proper ventilation. The sides and ceiling of the compartment shall be insulated with lead lined insulation.

SUPPORTING DOCUMENTATION

OWNERS MANUAL

Shall be provided with vehicle and consists of the following items:

1. Chassis owner information packet.

2. Four (4) total sets of keys.

3. Lifetime module warranty.

4. Factory warranty on Chassis.

5. 7 Year/75,000 miles limited electrical warranty

6. 2 Year/30,000 mile Conversion Warranty.

7. 5 Year Paint Warranty

8. Module remount engineering check list.

9. Climate control information and warranty.

10. Main schematic.

11. Electrical equipment amperage ratings.

12. Wire coding list.

13. Schematics for standard system (as built):

• Driver switch console

• Attendant switch console

• Dual battery system

• Module harness routing

• Interior and exterior lights

14. Operations manual.

15. Schematics and individual options.

16. Warranty and parts list for light bar, siren, etc.

MISCELLANEOUS EQUIPMENT

LOOSE EQUIPMENT

The following equipment shall be shipped loose with the vehicle:

1. Touch Up Paint

2. Spare Tire and Wheel

| | | |UNIT PRICE |

|Cab-Chassis- Ford F-550 standard cab, four wheel drive with dual rear wheels (or equal), as |1 |EA |$ |

|specified. | | | |

|Brand: | | | |

|Model: | | | |

|Year: | | | |

|CA Tire Fee | | |$ |

|Sales Tax (7.975%) | | |$ |

|Sub Total | | |$ |

| | | | |

|Swat Module, as specified. |1 |EA |$ |

|Sales Tax (7.975%) | | |$ |

|Sub Total | | |$ |

|Performance Bond |1 |LOT |$ |

|TOTAL | | |$ |

|Complete delivery will be made within | |calendar days after receipt of order. |

|List below all options and features included with the price stated above: |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

|List and quote prices for all options/accessories not included in the unit price quoted above: |

| |DESCRIPTION |PART NO. |* PRICE |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

*Do not include Sales Tax.

|Cab – Chassis |1 |EA |$ |

|Module |1 |EA |$ |

|Tow Package |1 |EA |$ |

|Winch |1 |EA |$ |

|Telescopic Lights |1 |EA |$ |

|Step, Electric Curbside |1 |EA |$ |

|Step Bumper (Rear) |1 |EA |$ |

|Back Up Camera |1 |EA |$ |

|Code – 3 Lighting (Including all lights and siren) | | |$ |

|Scene Lights |6 |EA |$ |

|Alarm |1 |EA |$ |

|Generator |1 |EA |$ |

The Sheriff’s Department has a fixed amount budgeted for this equipment. The amount budgeted will be announced at the bid opening. In the event that all bids exceed that amount, the items above will be deleted until the bid is under the amount budgeted. The vendor offering the most specified equipment under the budgeted amount will receive the award.

CHECK LIST

This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety.

Check off each of the following:

| | |The Request for Quotation (RFQ) has been signed and completed. |

| | |One (1) original and two (2) copies of the RFQ have been provided. |

| | |Addenda, if any, have been completed, signed and included in the bid package. |

| | |The completed Reference List as provided with this RFQ. |

| | |The completed Form-W-9 (Request for Taxpayer Identification Number and Certification). |

| | |The Quotation Schedule as provided with this RFQ, has been completed, priced reviewed for accuracy and any corrections |

| | |initialed in ink. |

| | |Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. |

| | |Bidder to Complete page as provided with this RFQ. |

| | |Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid, attach the “Request for |

| | |Quotation Label” and include the following information: |

|County of Fresno RFQ No. |070-4606 |

|Closing Date: |September 29, 2008 |

|Closing Time: |2:00 P.M. |

|Commodity or Service: |SWAT VEHICLE FOR SHERIFF'S DEPARTMENT |

| | |

This Checklist does not need to be returned with your bid.

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

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

Google Online Preview   Download