SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION DATE: December 3, 2009 TO: ALL PROSPECTIVE BIDDERS RE: Request for Bid No...
Author: Colleen Blair
1 downloads 2 Views 119KB Size
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

DATE:

December 3, 2009

TO:

ALL PROSPECTIVE BIDDERS

RE:

Request for Bid No. 6678 SWAT Truck

David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director

Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form and product specification. Sealed responses are to be received no later than 2:00 PM, PST, Thursday, January 7, 2010. Please return your Bid in a sealed envelope with the Bid number and the date and time of bid opening. Mail or deliver your response by the above date and time to the following address: San Joaquin County Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

If you have any further questions, please contact me via Email at [email protected]. Sincerely,

Norma Franco Deputy Purchasing Agent

44 N. San Joaquin Street County Administration Building, Suite 540 Stockton, CA 95202

209/468-3240 Fax: 209/468-3393 Web Page Address: www.sjgov.org

BID # 6678

SWAT Truck

COUNTY OF SAN JOAQUIN 44 N. San Joaquin Street, Suite 540 STOCKTON, CA. 95202

FOR: Public Works Department Fleet Services Division Norma Franco, (209) 468-3257, [email protected]

KEY ACTION EVENTS AND DATES

Listed below are the events and dates for this Request for Bid. All dates are predicted on the issue date of the Request for Bid.

EVENT #

DESCRIPTION

DATE

1.

Release of Request for Bid

Thursday December 3, 2009

2.

Last day for contractors to submit questions (For clarification prior to submitting Bid)

Monday, 3:00PM December 14, 2009

3.

Last day for County to answer questions

Friday, 3:00PM December 18, 2009

4.

Bid is due no later than

Thursday, 2:00PM January 7, 2010

5.

Award of Contract

TBA

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 1 of 21

INSTRUCTIONS TO BIDDERS Submittal of Bids: Sealed bids will be received at the Office of the Purchasing Agent at 44 N. San Joaquin Street, Suite 540, Stockton, CA 95202 until 2:00 PM, PST, Thursday, January 7, 2010 and will be publicly opened at that time. ALL MAIL PROPOSALS SHALL BE ADDRESSED AS FOLLOWS: Bid No. 6678 Purchasing Agent County of San Joaquin Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 The envelopes shall also have stated therein the name and address of the submitting firm. HAND DELIVERED COURIER OR PACKAGED DELIVERY SERVICE SHALL BE DELIVERED DIRECTLY TO: Purchasing Division 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 BIDS WILL NOT BE ACCEPTED THEREAFTER. ALL BIDS RECEIVED AFTER SAID TIME AND DATE WILL BE TIME-STAMPED AND RETURNED UNOPENED TO THE BIDDER.

THE COUNTY WILL NOT ACCEPT BIDS SUBMITTED BY FAX OR BY EMAIL

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 2 of 21

QUESTIONNAIRE

WARRANTY & SERVICE LOCATION: (BIDDER TO COMPLETE): (Failure to furnish this information will be cause for rejection of bid.) State the warranty and/or guarantee provisions applicable to this equipment or attach warranty form with your bid. _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ State specific location where service and/or maintenance can be obtained. _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 3 of 21

GENERAL REQUIREMENTS 1.

COMPARISON OF BIDS: Award will be made to the vendor offering equipment, price, service, delivery and support deemed to be to the best advantage of the County of San Joaquin. The County Purchasing Agent shall be the sole judge in making this determination. The County of San Joaquin has a 5% local vendor preference, however the preference shall not exceed $5,000.00 per bid.

2.

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

3.

LITERATURE: Bidders shall submit literature that fully describes items on which they are bidding, not later than the opening date of this bid. Any and all literature submitted must be stamped with vendor's name and address. Bidders must submit one (1) original, clearly marked “Original” and two (2) copies, clearly marked “COPY” of each bid and all literature.

4.

DEMONSTRATION: Upon request by County of San Joaquin, bidder shall provide a demonstration unit as stated in bidder’s offer, to the Public Works Department, Fleet Services Division, for a period of time not to exceed two (2) working days. Failure to provide a demonstration unit within ten (10) working days of the County’s request may be cause for rejection of bidder’s offer.

5.

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.

6.

FACTORY MANUALS: The successful bidder shall provide (2) parts manuals, (2) shop repair manuals and two (2) operator's manuals and one (1) safety manual for the equipment supplied. Manuals shall be in possession of the County before delivery will be considered complete.

7.

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

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 4 of 21

The County will inspect equipment, upon delivery, 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 equipment will be rejected and it shall be the delivering dealer's responsibility to pick up the equipment, make the necessary corrections and re-deliver the equipment for a re-inspection and acceptance. 8.

PAYMENT: The bidder agrees to provide equipment and other requirements as stated in this Request for Bid. The County agrees to pay bidder according to the terms and conditions stated in the contract or purchase order. Should deficiencies be detected in equipment supplied, payment, or the commencement of a discount period, (if applicable) will not be made until the defects are corrected and accepted by the County of San Joaquin.

9.

PAYMENT DISCOUNTS: Any discount offered by the bidder must allow for payment after receipt and acceptance of material/equipment and correct invoice, whichever is later. In no case will discount be considered in the evaluation of bids, which require payment in less than thirty (30) days.

10.

WARRANTY: Equipment shall be warranted against defects in materials and workmanship. The bidder shall make all adjustments without cost to the County within manufacturer’s warranty period. Vendor shall pick up equipment at the County departments, when required adjustments so indicate, and return repaired unit to County department.

11.

DELIVERY INSTRUCTIONS: All equipment shall be bid - FOB DESTINATION / FULL FREIGHT ALLOWED delivered to the following address: San Joaquin County

Fleet Services Rigging Shop 500 Delivery Road French Camp, CA 95231 Dan McCann, (209) 468-3106 - 48 hours prior to delivery.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 5 of 21

12.

LICENSING: The County of San Joaquin will license all vehicles. Successful bidder shall furnish to the County the following documents, properly filled out, at the time the equipment/vehicle is delivered: 1. 2. 3. 4. 5.

"Dealer's Report of Sale" "Application for Exempt Registration" "Manufacturer's Certificate of Origin" "Certified Weigh-master's Certificate" “Original invoice at time of delivery”

Payment will not be made until all documents are received. The address on these documents shall read as follows: County of San Joaquin 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 13.

DEVIATIONS: Failure on the part of the bidder to comply with all requirements and conditions of the price request and this specification may be cause for rejection of bid. No exceptions to, or deviations from, this specification will be considered unless the bidder in the designated places specifically states each exception or deviation. If no exceptions or deviations are shown, the bidder will be required to furnish equipment exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. While it is not the intent of these specifications to eliminate prospective bidders, bidders must note any deviations from the specifications in order that the County may evaluate the equipment.

14.

VEHICLE CODE REFERENCED DOCUMENTS: Vehicles/equipment provided must meet all current regulations of the agencies listed below. These regulations are incorporated herein by reference and made part of the specifications to the extent they are applicable. 1. 2. 3. 4. 5. 6. 7. 8.

Department of Transportation Federal Highway Administration. Federal Motor Vehicle Safety Regulations and Standards. OSHA Standards. State of California Safety Regulations. California Air Pollution Control Board California Bureau of Motor Carrier Safety. Title XIII, Motor Vehicles Division 2, Chap 2, Lighting Equipment. Any other vehicle or equipment legal requirements that may apply.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 6 of 21

15.

EQUIPMENT STANDARDS: 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. Unit(s) shall be delivered complete and functionally ready to operate. Unit(s) offered shall meet the following MINIMUM or specific specifications.

16.

CONTACT: Contact Norma Franco, by fax (209) 468-3393 or by Email: [email protected], with any questions or requests for additional information.

(This space intentionally left blank.)

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 7 of 21

EQUIPMENT SPECIFICATIONS

SWAT Truck, 26,000 lb GVWR General Information: This specification is for one (1) new, SWAT truck with custom body, 26,000 lb GVWR for use by the San Joaquin County Sheriff’s Department. Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: 1. a. b. c.

d.

2. a. b. c. d. e. f.

3. a.

b. c.

CHASSIS & BODY Body Style: Conventional cab & chassis with custom SWAT body. Paint color to be black. Body: 22’ long, ~93” width Chassis: 26,000 lbs Gross Vehicle Weight Rating, 80,000 psi frame yield. Wheelbase and Cab to Axle dimensions to be determined by body supplier. Brakes: 4 wheel disc with Anti-Lock Brake System (ABS) CAB & INTERIOR Seats: Bench seat w/armrest, cloth covering. Radio: AM/FM/CD Windows: Power driver’s and passenger’s windows. Door Locks: Power operated, remote keyless entry HVAC: Front A/C & heater Instruments: Speedometer, tachometer, water temp, and fuel gauges, minimum. DRIVETRAIN Engine: Gasoline or Diesel powered, Must meet or exceed CARB 2010 emissions standards. (Please indicate) Transmission: Automatic, 4 speeds, minimum Fuel Tank: 35 gallon capacity, minimum

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 8 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: 4.

EXTERIOR BODY MODIFICATIONS All dimensions are approximate. All compartments are constructed from formed 0.125" aluminum and are securely welded to the sub floor and structural framing. A baffled drain hole shall be provided in all exterior compartment bottoms that extend below the floor line. a.

Exterior Compartment #1: Interior Dimensions – 27.5"W x 27"H x 23"D Doorway Dimensions – 27.5"W x 27"H Location – Street side, forward Shelving – None Door(s) – Single Light(s) – One (1) standard Additional Instructions – Horizontal unistrut shall be installed on the back wall for two (2) SCBA brackets.

b.

Exterior Compartment #2: Interior Dimensions – 54”W x 10.5”H x 23”D Doorway Dimensions – 54”W x 10.5”H Location – Street side, rear Shelving – One (1) roll out tray Door(s) – One (1) hinged down Light(s) – One (1) standard Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this compartment. Slides shall be lockable in the open and closed position.

c.

Exterior Compartment #3: Interior Dimensions – 54”W x 10.5”H x 23”D Doorway Dimensions – 54”W x 10.5”H Location – Curbside, rear Shelving – One (1) roll out tray Door(s) – One (1) hinged down Light(s) – One (1) standard Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this compartment. Slides shall be lockable in the open and closed position.

d.

Exterior Compartment #4: Interior Dimensions – 54”W x 10.5”H x 23”D Doorway Dimensions – 54”W x 10.5”H Location – Curbside, forward of wheel well Shelving – One (1) roll out tray Door(s) – One (1) hinged down Light(s) – One (1) standard Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this compartment. Slides shall be lockable in the open and closed position.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 9 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: e.

Exterior Compartment #5: Interior Dimensions – 54”W x 10.5”H x 23”D Doorway Dimensions – 54”W x 10.5”H Location – Curbside, forward Shelving – One (1) roll out tray Door(s) – One (1) hinged down Light(s) – One (1) standard Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this compartment. Slides shall be lockable in the open and closed position.

f.

Exterior Compartment Doors: Compartments added by manufacturer shall be box pan formed with a total thickness of 2".

g.

Exterior Compartment Door Seals: Each compartment door frame will have a 0.875" flange for the installation of an air cell hollow core, 360-degree compression door seal. Door seal shall be knock-on type. OEM door seals shall not be modified.

h.

Door Hinges: Compartment doors shall have 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 street side doors shall be hinged on the forward sides. All rear doors shall be hinged on outboard sides.

i.

Door Latches: Compartment doors shall be flush mounted, stainless steel, 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 doorframe. The striker washer will not be removed. All double door compartments shall have an exterior stainless steel paddle handle and rotary latches on each door. Doors will latch to doorframe mounted striker posts only and not to one another. All latches will have a non-slip surface on the underside of the latch. OEM door latches shall not be modified.

j.

Compartment Door Skins: Shall be 0.080" bright aluminum diamond plate and be removable to service door hardware. Red/white 1" conspicuity tape shall be installed on the vertical edge of each door. OEM door skins shall not be modified. Rubber bumper doorstops shall be installed on Compartments #2, 3, 4, and 5.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 10 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: 5.

INTERIOR BODY MODIFICATIONS 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.

a.

Interior Cabinet #1: Dimensions – 247.875"W x 24"H x 23"D Location – Streetside, upper Shelving – None Door(s) – Webbed netting with ten (10) quick release buckles on top edge Additional Instructions – Heavy duty unistrut shall be installed for eleven (11) adjustable dividers.

b.

Interior Cabinet #2: Dimensions – 28”W x 56.75”H x 23”D Location – Streetside, forward Shelving – Two (2) adjustable Door(s) – Hinged, aluminum with two (2) twist/slam latches Additional Instructions – None

c.

Interior Cabinet #3: Dimensions – 26.25”W x 39.5”H x 23”D Location – Streetside, forward Shelving – None Door(s) – Two (2) restraining straps with quick release buckles Additional Instructions – This cabinet shall be for five (5) ballistic shields.

d.

Interior Cabinet #4: Weapons Storage Dimensions – 33.25”W x 44.5”H x 23”D Location – Streetside, forward Shelving – One (1) roll out tray Door(s) – ROM roll up door Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this cabinet for weapon storage. Slides shall be lockable in the open and closed position.

(This space intentionally left blank.)

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 11 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: e.

Interior Cabinet #5: Weapons Storage Dimensions – 33.25”W x 44.5”H x 23”D Location – Streetside, center Shelving – One (1) roll out tray Door(s) – ROM roll up door Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this cabinet for weapon storage. Slides shall be lockable in the open and closed position.

f.

Interior Cabinet #6: Dimensions – 43.875”W x 46.75”H x 23”D Location – Streetside, rear Shelving – Five (5) adjustable Door(s) – Hinged, aluminum with pinch latches Additional Instructions – None

g.

Interior Cabinet #7: Dimensions – 69”W x 56.75”H x 23”D Location – Streetside, rear Shelving – None Door(s) – None Additional Instructions – Two (2) restraining straps with quick release buckles. This cabinet shall be used for Pelican case storage.

h.

Interior Cabinet #8: Dimensions – 247.875"W x 24"H x 23"D Location – Curbside, upper Shelving – None Door(s) – Webbed netting with ten (10) quick release buckles on top edge Additional Instructions – Heavy duty unistrut shall be installed for eleven (11) adjustable dividers.

i.

Interior Cabinet #9: Dimensions – 35”W x 56.75”H x 23”D Location – Curbside, rear Shelving – None Door(s) – None Additional Instructions – Two (2) restraining straps with quick release buckles. This cabinet shall be used for Pelican case storage.

(This space intentionally left blank.)

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 12 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: j.

Interior Cabinet #10: Dimensions – 28”W x 27.375”H x 23”D Location – Curbside, upper rear Shelving – One (1) adjustable Door(s) – Hinged, with twist/slam latch Additional Instructions – None

k.

Interior Cabinet #11: Dimensions – 28”W x 28.375”H x 23”D Location – Curbside, lower rear Shelving – One (1) roll out tray Door(s) – Hinged, with twist/slam latch Additional Instructions – A roll out tray with 300 lbs. locking slides shall be installed in this cabinet for a wood lined day box. Slides shall be lockable in the open and closed position.

l.

Interior Cabinet #12: Work Station Dimensions – 43.875”W x 26.5”H x 23”D Location – Curbside, center Shelving – None Door(s) – Hinged, aluminum with pinch latches Additional Instructions – Three (3) 110VAC outlets, and three (3) 12V DC outlets shall be installed on the rear wall. The entire action wall area shall be lighted utilizing one light with 12VDC dual 11” fluorescent bulbs. Full depth counter top shall be located below the action wall. The counter top shall be one-piece 16 gauge, 304 stainless steel.

m.

Cabinet # 13: Drawers Dimensions – 31.25”W x 18.75”H x 23”D Location – Curbside, center lower Shelving – None Door(s) – None Additional Instructions – Six (6) drawers 13"W x 5"H x 19"D. 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.

n.

Interior Cabinet #14: Dimensions – 28.25”H x 56.75”H x 23”D Location – Curbside, center Shelving – Two (2) adjustable Door(s) – Hinged, with two (2) twist/slam latches Additional Instructions – None

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 13 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: o.

Interior Cabinet #15: Dimensions – 103.688”W x 56.75”H x 23”D Location – Curbside, forward Shelving – None Door(s) – None Additional Instructions – Two (2) hangers for storage of twentyfour (24) tactical vests shall be installed.

p.

Paint: Interior and compartment paint shall be acrylic urethane.

q.

Compartment & Cabinet Finish: All compartments and interior cabinetry shall be sanded, etched, washed, primed, and painted white with gray splatter paint.

r.

Flooring: Floor covering to be Altro Transflor Meta Sheet flooring or equivalent.

s.

Occupant Protection: All interior hangers, supports, fasteners, latches, and hinges shall be of a near flush type design when not in use. The interior shall be free of sharp projections.

t.

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

u.

Wall Covering: The walls shall be nonporous, color-coordinated material.

v.

Insulation: The vehicle sides, ends, roof, and added doors shall be insulated to enhance the interior environment and to prevent heat, cold and external noise from entering the vehicle. ELECTRICAL:

6. a.

Overview: 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.

b.

Overload protection devices: Body electrical wiring shall utilize overload protective devices of the automatic reset, circuit breaker type.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 14 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: c.

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

d.

Body Power: Shall be controlled by a console-mounted switch that activates one (1) 100-amp continuous duty solenoid located in the power component module

e.

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.

f.

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.

g.

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

h.

Driver’s Console: This Panel shall include the following: Switches: 1. Module Disconnect 2. Emergency Master (Sequencer) 3. Flashers 4. Blank 5. Blank 6. Left Scene 7. Right Scene 8. Rear Scene 9. Blank 10. Back-up Disable

i.

Other Electrical: Ammeter: Combined Door/Compartment Open Warning Light Siren

j.

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

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 15 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: k.

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

l.

Door Ajar Warning Light: 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.

m.

Work Station Lighting: The entire action wall area shall be lighted utilizing High Intensity LED lighting.

n.

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 ten (10) dual intensity recessed lights all mounted near the module centerline – one (1) bank of five (5) lights shall be positioned toward street side and five (5) lights toward curbside. There shall be a switch for each bank of lights on the driver’s console. LED high-intensity lighting to be used exclusively.

o.

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

p.

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. Rear, stop and turn lights shall be LED. Side marker and back-up lights shall be “Truck-Lite” sealed units. Red and Amber module clearance lights shall be “Truck-Lite” LED Model 18.

q.

Emergency Lighting: Six (6) Red lens Red Super LED flashers, and Blue lens Blue Super LED flashers shall be mounted one (1) on each side of module in upper corners, two (2) on the front upper corners and two (2) in upper corners on the rear of the vehicle. Grille lights to be two (2) Red lens, LED flashers.

r.

Scene Lighting: There shall be six (6) scene lights, three (3) on the street side, and three (3) on the curbside of the vehicle. There shall be two (2) scene lights mounted above the rear entrance doors. The scene lights shall have internal optics to deflect the light down at 13degree angles.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 16 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: s.

VHF Antenna Mounts & Cables: Two (2) NMO universal antenna mounts with KHFUD cables and Larsen HyPer master universal connectors and mini-UHF adapters shall be installed on the module. Antenna base access shall be through the dome light openings, and the cables shall terminate in the driver’s console.

t.

110 VAC Converter & Circuit Box: Utility power shall be furnished with a 110 VAC, 3000-Watt inverter located on driver's side of vehicle The box shall contain three (3) 110 VAC outlets for power supply to Interior/exterior 110 VAC power. Two (2) breakers shall be installed for protection of the 120 VAC receptacles. Three (3) 110 VAC duplex grounded outlets shall be mounted in the Cabinet #12.

u.

Battery Charger: A 30 amp minimum battery charger/conditioner shall be provided and wired to battery. 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.

v.

12 Volt Receptacles: Three (3) 12 volt, 20 amp cigar type receptacles shall be provided in the curbside front inside/outside compartment. Receptacles shall be powered continuously.

w.

Exterior Door Switches: Shall be 1/2" door switches. All door switch terminals shall have Heat shrink insulation installed.

7.

MISCELLANEOUS: a.

Awning: A 19’, 12V, electric awning shall be installed on the curbside of the vehicle. The cover and canvas shall be (white).

b.

White Marker Board: Shall be installed in the following location(s). A mount for the two (2) white boards shall be provided on the exterior of the module, one (1) on the street side and one (1) on the curbside.

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 17 of 21

Indicate in this column any variations from these specifications. If there are no variations write “COMPLY”.

ACCEPTABLE SPECIFICATIONS: c.

Access Foot Steps: Five (5), CPI or equivalent, access steps to be installed on rear of vehicle, to provide access to roof.

d.

Stored Equipment List: 1. Pelican rifle case, Qty 13, 53 1/2x 17 1/2 x 6 2. Pelican night vision scope case, Qty 2, 201/2 x 18 1/2 x 8 3/4: 3. Night vision and attic scope case, Qty 4, 40 1/2 x 173/4 x 7 1/2 4. Jaws of life, Qty 1, 31 x 21 3/4 x 9 1/2 5. Hydraulic wedge, Qty 1, 26 x 21 1/4 x 8 1/2 6. Simrad case, Qty 1, 16 1/2 x 13 1/2 x 7 1/4 7. Large ammo can, Qty 4, 14 1/4 x 14 x 6 8. Small ammo can, Qty 5, 12 1/4 x 6 1/4 x 8 9. G36 mag box, Qty 1, 24 1/2 x 10 x 9 10. MP5 mag box, Qty 1, 16 x 8 1/4 x 10 11. Hatch less lethal soft case, Qty 2, 40 x 21 x 9 12. Bat shield, Qty 1, 42 x 20 x 9 13. 50 cal ammo box, Qty 1, 18 x 8 1/4 x 6 14. Scuba case, Qty 14, 30 x 20 1/2 x 14 15. Scuba out of case, Qty 4, 26 x 10 x 10 16. Sniper backpack, Qty 6, 23 x 18 x 13 17. Strike plate box, Qty 1, 22 x 13 x 14 18. Tactical blanket, Qty 1, 54 x 19 x 8 19. Back board, Qty 1, 72 x 19 x 2 20. Ballistic shields, Qty 3, 37 x 23 x 6 21. Large hard case tac blanket, Qty 1, 52 x 28 x 12 22. Bang pole, Qty 1, 70 x 10 x 10 23. New ram and hammer, Qty 1, 38 x 11 x 9 24. Camo netting ammo can, Qty 3, 17 x 12 1/2 x 7 25. Rip-N-Rams Qty 2, 58 x 7 x 11 26. Red tool box, Qty 1, 21 x 9 1/2 x 11 27. Spotting scope, Qty 5, 21 x 17 x 10 28. SMG, G36, 29 x 12 x 3:, MP5, 28 1/2 x 12 x 3:, G36, 34 x 12 x 3

(This space intentionally left blank.)

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 18 of 21

Curbside Interior

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 19 of 21

Street Side Interior

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 20 of 21

BID SHEET

1. 1 ea.

SWAT Truck

9 % sales tax

TOTAL

Vehicle Manufacturer: Make:

___________________________________________________

Model:_________________

_________________________________

Year:____________

Due Bills will not be accepted. ========================================================================================= No charge for packaging, drayage or any other purpose will be allowed over and above the price quoted on this sheet. The County reserves the right to accept or reject quotations on each item separately or as a whole. Special brands, when named, are only to indicate the standard of quality desired. Firms may quote on their equal. Offerings on other brands, if their equal, will be considered, and brands or descriptions must be plainly stated. The Purchasing Agent reserves the right to reject any and all bids, to waive any informalities or irregularities in the Bid and to be the sole judge of the suitability of the product offered. =========================================================================================

The undersigned offers and agrees to furnish any and all items upon which prices are quoted hereon, at the prices set opposite each item and deliver at the designated point(s) specified in the above request. Delivery will be made in ________________days from receipt of order, except as otherwise indicated. Pricing valid for 90 days. Discount terms___________

Date ________________

Company Name____________________________________________________________________________ Address ______________________________City____________________State_______Zip_____________ Telephone ______________________________Fax _______________________________ E-mail:_________________________________________________ Authorized Signature_______________________________________________________________________ Print/Type Name _________________________________________________________________________

SWAT Truck Thursday, January 7, 2010

BID #6678 Page 21 of 21