Loading...
HomeMy WebLinkAbout042114_ca05Department of Central Services O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Frank Gifford, Central Services Director Agenda Date: April 21, 2014 Subject: JCSO Vehicle Upfitting, Contract Award Statement of Issue: Award of contract for the upfitting (preparation with emergency lighting and other equipment) of new vehicles for the Jefferson County Sheriff's Office. Analysis /Strategic Goals /Pros £t Cons: The use of state contracts for JCSO vehicle purchases results in nearly simultaneous delivery of each year's order. Fleet Services staff cannot simultaneously upfit several vehicles, so to speed time to vehicle issuance it is necessary to utilize contracted upfitting services this year. Preparation is being made to revise the delivery schedule for future years' orders so upfitting can efficiently be done in- house. Fiscal Impact /Cost Benefit Analysis: The sole bidder proposed a total cost of $77,964.12, slightly less than our estimate of $80,000. This cost is similar to in -house cost to perform similar upfitting, but new vehicles will be upfitted and issued more quickly, preserving the factory warranty and reducing vehicle depreciation during upfitting. Recommendation: Execute the attached contract. Department Contact: Matt Stewart, Manager of Fleet Services, 344 -9713 Reviewed Philip Morley, Cou' t Adminis r Date B. CONTRACTUAL TERMS AND OBLIGATIONS The BIDDER and Jefferson County, a political subdivision ofthe State of Washington, agree and contract, for good and valuable consideration bargained for and exchanged, that Sections B, C and D of this "Specifications and Bid Documents" document fine and create an enforceable Agreement obligating each o f them to conform to its terms and obligations. Therefore, the parties acknowledge and agree that this Agreement remains effective afi'er the bid opening date and obligates a llparties to conform to it as they would any other contract or agreement. 1. General Specifications: This Agreement provides for the supply of JCSO Vehicle Upfitting, as may be required from tiime to tine, which irtust be delivered to 371 Chiunmeu n Road, Port Hadlock, W A 98339. The complete unit roust be supplied and delivered by one company responsible for the perforniarwe. warranty, parts, and service as specified. The Vendor must be a Factory- authorized for die major coir>ponents and systems provided. All integral components and parts must work together as a complete and balanced twit. The JCSO Vehicle Up fitting must be ready for service upon delivery. The JCSO Vehicle Upfitti ng cranst nwet or exceed the minirmuxt Detailed Specifications. 2. Definitions `'County' means JefTerson Cownty, WashingtorL "JCSO" means the Jefferson County Sheriffs Office. "Manager" means the manager offleet Services Division of the Jefferson County Department of'Central Services. "Bidder" is a person, firm, or entity subamiaing a Bid in response to an invitation for bids; fir RFPs and RFQs, references Wray be trade to "Respondents." Once the Contract is awarded the Contractor shall assume that all references to a Bidder or Respondent and such attendant obligations apply to the Contractor. "Contractor" means the Bidder or Proposer (person, firm, or entity) that is awarded the Contract by the County. Any references to the Bidder or Proposer in the Contract Documents is understood to apply to the Contractor. "Subcontractor" means any person or entity with whom the Contractor coati -acts to provide any part ofthe goods, services or work to be provided by Contractor under d-ie Contract, including subcontractors ofany tier, suppliers and material men, whether or not in privity with the Contractor. "Bid Documents " means this document, including all exhibits, attachments, the invitation for bids, legal advertisement notice, project proposal, bidder contact iinlbrmation and bid data, project addenda, cornfinnation of receipt ofproject addenda, proposal execution and county acceptance of proposal, certification regarding debarment, suspension, ineligibility, and voluntary exclusion, insurance requireiTents, special conditions and all clarifications and addenda issued by the County. "Spec ification "nxmans the Bid Doctuments, including but not limited to the Detailed Specifications. "Contract" means, upon notice ofaward from the Manager, the contract consisting ofall Bid Doctuments relating to a specific invitation for bids or proposals, and all amendments, modifications, or revisions rude from time to tune in accordance with the terms thereof All such doctunents comprising the Contract are referred to as the "Contract Documents". 3. Compensation. Compensation shall be paid according to the Unit Prices listed in the Bid Proposal ofthe accepted and awarded contract. 4. Insurance Prior to co>ramencing work, the Contractor shalt obtain at its oNvii cost and expense the following insurance from companies Iicensed in the State with a Best's rating of no less than A:V1I. The Contractor shalt provide to the County Risk Manaa r certiticates of insurance with origimI endorsements affecting insurance required by this clause prior to the commencerrent ofwork to be performed. JC50 VEHICLE UPFITTING. PAGE 4 OF 29 11e insurance policies required small provide that thirty (30) days prior to cancellation, suspension, reduction or material change in the policy, noticc o fsame shall be given to the County Risk Manager by registered mail, return receipt requested, for all ofthe fallowing stated insurance policies. Ifany afthe insurance requirernents imposed on the Contractor by the Contract are not conhptied with at the rene-vaI date ofthe insurarnce policy, payments to the Contractor shall be withheld until all sucli requirernenis lhave been nret, or at tlne option ofthe County, the Cowity may pay the renewal prernniunn and withhold such payments from the moneys due the Contractor. All notices shall name the Contractor and identify the agreerrrernt by contract number or some otlher form of idernfif-rcation necessary to inform the County ofthe particular contract aMacted. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain for the life of' contract, Workers Compensation IrLstuance, including Ernpk)yers Liability Coverage, in accordance with the laws ofthe State of Washington. 2. General Liability (1) - with a rnirifintim limit per occurrence of one inillion dollars ($1,000,000) and an aggregate of not less than two million dollars {$2,004,000} for bodily injury, death and property damage unless otherwise specified in the contract specifications. "Phis insurance co-verage shall contain no limitations on the scope ofthe protection provided and indicate on the certificate ofinsurance the to flowing coverage: a. Broad Form Property Darrrage with no employee exclusion; b. Persorn<aI Injury Liability, including extended bodily injWY, c. Broad Form ContractuallCorrrmercial Liability including completed operations (contractors only); d. Premises - Operations Liability (M &C); e. Independent Contractors and Subcontractors; and f: Blanket Contractual Liability. Automobile (2 ) - with a rrtinfi-nturr lirnit per occurrence o f $ I ,000,000 darrra o unless otherwise specified in the contract specifications. certificate ofinsurance the iallowing coverage: a. Owned automobiles; b. Hired automobiles; and, c. Non -owned automobiles. for bodily injury, death and property This insurance shall .indicate on the 4. Garagekeepers Legal Liability Insurance. The Contractor must provide Garage Liability Insur -ante with lrnits of not Tess than $500,000 per occurrence, combined single limit, for bodily injury and property damage. (1) Note: The County shall be narned as an additional instu-ed party on a primary, non - contributory basis Lander this policy. (2) Note: The County shall be named as an additional insured party on a primary, non- contribiitory basis tinder this policy. Any deductibles or self-insured retention small be declared to and approved by the County prior to the approval ofthe contract by the County. At the option ofthe County, tlne insurer shall reduce or elunninate deductibles or self - insured retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, cbirn adiihistration and defense expenses. The Contractor shall include all subcontractors as insured urhder its insurance policies or shall furnish separate certificates and endorserneuhts for each subcontractor. All insurance provisions for subcontractors shall be subject to all ofthe requirements stated herein. JCSa VEHICLE UPFtTTING, PAGE 5 OF 29 Failure ofTlre Contractor to take out and/or maintabi any required insurance shall not relieve T1ne Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concen-Ling indennnification. It is agreed by the parties that insurers slnmH have no right ofrecovery or subrogation against the County (including its employees and other agents and agencies), it being the irntention ofthe parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment ofany premium or for assessments under any formofpolicy. It is further @geed by the parties that any and all deductibles in the above desert -bed insurance policies shall be assunned by and be at the sole risk ofthe Conti- actor. It is agreed by the parties [hat j udgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereo f, may be wit] -held froth payment due, or to become due, to The Contractor until such tune as the Contractor shall famish additional security covering such judgment as rimy be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service aggreenrents. Any insurance coverage for third party Iiability claims provided to the County by a `-Risk Pool' created pursuant to Ch. 48.52 RCW shall be non- contributory with respect to any policy of insuranee the Contractor in ust provide in order to comply with this Agreeiiwnt. Ifthe proofofinsurance or certificate indicating the County is an "additional insured" to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not provide the Cull text oftbat endorsement, then it shall be the obligation ofthe Contractor to obtain the full text oFthat crOorsertrent and forward that full text to the County. The County may, upon the Contractor's failure to comply with at provisions of this contract relating to insurance, witli-rold payment or compensation that would otherwise be due to the Contractor. The Contractor is responsible for all loss or damage to COU my property inc hid ing the vehicles or equipment finll replacement cost while in Contractor's care, custody and control. The Contractor is responsible for all loss or damage to personal property (including r naterials, equipment, tools and supplies) owned, rented or used by Contractor. The itsurance Contractor is obligated to obtain and maintain under this Contract shall not in any rmnner limit or qualify the liabilities or obligations ofthe Contractor Lander this Agreement or to an injured third party. 5. P romise to Emp Joy The County ofdefferson hereby promises and agrees with the Contractor to en -ploy, and does employ the Contractor to furinish the goods and cquiprnerit described and to fiu-nish tine same according to the attached spec ifications and the ten-ris and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule ofunit or itemized prices hereto attached, at the tune and in the manner and upon tl-re condition provided for in this contract. The County furdner agrees to employ file Contractor to perform any alterations in or additions to the work provided for in this contract that may be ordered and nncmoraialized in a change or work order executed by the Manager or his designee and to pay far the same Lander the terms of this contract and the attached specifications at the tfiw and in the manner- and upon the conditions provided for in this contract. 6. Promise to Perform The Contractor for himself and for his heirs, executor, adnriiistntors, successors, and assigns, does hereby agree to the finll performance ofall the covenants herein contained upon the part ofthe Contractor. 7. Compliance with Laves The Contractor shall comply with all Federal, State, arA local laws and ordinances applicable to the work to be done under this Agreement. This Agreernent shall be interpreted and construed in accord with the laws ofthe State of Washington and venue shall be in Ieflerson County, Washington -. JC5a VEHICLE UPFITTING, PAGE 6 0 F 29 8 . Indemnification "/lie Contractor shall indemnify and hold the County, and its offers, employees, and agents harmless from and shall process and defend at its own expense, including all costs, attorney -fees and expenses relating thereto, allclainns, demands. or suits at law or equity arising in whole or in part, directly or indirectly, from the Contractor's negligence or breach ofany of its obligations ;under this.ASTeerment, provided that. nothing herein shall require a Contractor to indemnify do County against and mold hanmless the Comity from claims, den-Kinds or suits based solely upon the conduct of the County, its officers, employees and agents, and; provided further that if the claim or suits are caused by or result from the concurrent negligence of [a} tine Contractor's agents or employees; and, {b} the County, its officers, employees and agents, this inderrnnity provision with respect to cl<anrss or suits based upon such negligence, and/or the costs to the County ofdefending such claims and suits, etc„ shall be valid and enforceable only to the extent ofthe Contractor's negligence, or- the negligence ofthe Contractor's agents or employees. Claim; against the County shalt include, but not be limited to assertions that the use and transfer ofany soffvvare, book, document, report, filrA tape, or sound reproduction of rnaterialofany kind, delivered lnereuunder, constitutes an infringement ofany copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or an unlaw U restraint ofcornpetition. The Contractor- specifically assumes potential liability for actions brought against the County by Conti-actor's employees, inclining all other persons engaged in the performance ofany work or service required of the Contractor under this Agreement and, solely for the purpose of this indetmnificatiDnand defense, fine Contractor specifically waives any urnriunity under the state industrial insurance law, Title 51 RC. W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions ofR-C.W. 4.24.115 and was subject ofrrrutur<al negotiation. 9. Contractor's Relationship to the County The Contractor's relation to the County shall be at all times as an independent Contractor, and nothing herein contained shall be construed to create a relationship ofeinployer- ernrloyee or rnaster- servant, and any and all employees of the Contractor or other persons engaged in the perfonmance ofany work or service required ofthe Contractor under this Agreement shall be considered employees ofthe Contractor only and any clai ns that may arise onbehaIf'ofor agriist said employees shall be the sole obligation and responsibility ofthe Contractor. 1 O.Assignment The Contractor shall not sublet or assign any of flee services covered by this contract without the express written consent ofthe County or its authorized representative. Assignment does not include printing or other customary reimbursable expenses that may be provided it an agcement. No part ofthe goods, work, or services to be provided under this Contract maybe subcontracted without the prior written consent ofthe Manager; but in no case will such consent relieve the Contractor .frorn its obligations, or change the tenxrs ofthe Contract. The Contractor must notify the Manager of die names ofa -11 Subcontractors to be used and shall not employ any that the Manager has not approved. Subcontracting ofthe services or work or any portion ofthe Contract without the prior written consent oftlne Manager is null and void. Further, rther, the Contractor will not make any substitutions ofa previously approved Subcontractor without the prior written consent ofthe ManaWr; any substitution o fa Subcontractor without the prior written consent ofthe Manager is null and void. The Contractor will only subcontract with competent and responsible Subcontractors. lf� in the judgnent of the Manager, any Subcontractor is careless, incompetent, violates safety or security rules, obstructs the progress oftbe services or work, acts contrary to instructions, acts improperly, is not responsible, is unfit, is incompetent, violates any laws. applicable to this Contract, or fails to fallow the requirements ofthis Contract, then tlne Contractor will, irim-r.diately upon notice fmm the Manager, discharge or otherwise remove such Subcontractor and propose an acceptable substitute fbr Manager approval 11. Security Bond Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that the Contractor deliver to the County an executed bond as security for the faithful performance ofthis contract and far /CSC VEHICLE UPFITTiNG, PAGE 7 O 29 payment o fall obliVtiions ofThe Contractor. For Contracts of$35,000 or less, the County mnay wane the payment and performance bond requirements ofchapter 39.08 RCW and the retainage requirements ofcl -apter 60.28 RCW. 12 . S eve ab ilIty The invalidity, illegality, or tntenrorceabilityofanyone or more plu-ases, sentences, clauses, or sections in this Contract does not affect the remrraining portions ❑fthis Contract. 13. Entire Contract The Contract Doe uinents. constitute the entire agreement between the parties and may not be modified except by the subsequent written agreement ofthe parties. 14.Applicable Law All questions with respect to the construction of this Agreement and the ruts and liabilities oftlie parties hereto, shall be brought only in the State ofWashington and the parties hereto consent to jurisdiction and venue ii such State. 15.Attorney's Fees In the event ofany dispute under this Agreement, the prevailing party shall be entitled to recover its reasonable attorney's fee and costs, in addition to a] I other relieFto which it may be entitled. 16. Warranty ofNo Encumbrances Contractor warrants that the goods are now free, and that at the tune ofdelivery shall be free from any security interest or other lien or encun- brance. 17. Warranty o f Title Furthermore, Contractor warrants that at the tune of signing this al7eement Contractor neither knows, nor has reason to know, ofthc existence ofany outstanding title or cla irn o f title hostile to the rights ofContractor in the goods. 18.Participation by Other Govern wilt Agencies Other L.ocaIGovernment Agencies irray be eligible to participate in this Contract if(a) such agencies are authorized, by law or their b veming bodies, to execute such purchases and (b) such purchases have no net adverse ellect on Jefferson County and result in no diminished services from the Contractor to Jefferson Cotatty. Said purchases will be made upon the issuance ofa purchase order directly from tlne Local Govemnmment Agency. The County will not be responsible For payment ofany amounts owed by any other Local Government Agencies, and will have no liability for the acts or omissions ofany other Local Government Agency. 19.Early Termination The Comity may terminate [his Contract, in whole or in part, for any reason at any time by a notice in writing from the County to the Contractor. The effective date ofteriniriation will be the date stated in the notice, wbicb will be not less than seven (7) days after time date ofthe notice. After the notice is received, the Contractor must restrict its activities, and those of its Subcontractors, to activities pursuant to direction fromthe Cowity. No costs incurred after the of -ecti4e date ofthe termination are allowed witless the terror nation is partial. Contractor is not entitled to any anticipated pro fits on services, work, or goods that have not been provided, T17e payment so made to the Contractor is in fist] settlement for all services, work or goods satisfactorily provided under this Contract. Upon a determination by the Manager that the Contractor is in default ofa material term ofthe Contract, the County may notify the Contractor ofthe breach and provide the Contractor with ten (10) business days (or a longer time period ifrnutually ageed upon) to cLlre the default. Upon the expiration of the cure period without the de Fault being cured to the satisfaction ofthe Manager the Contract shall be considered terminated. 1CSO VEHICLE LIPFITTING, PAGES OF 29 20.Compensation Compensation shall be paid according to the Unit Prices listed in the Bid Proposal of the accepted and awarded contract. 21.Payment on Receipt The County shall n3ake pariwnt for received goods and services a:dler inspection and approval by the Manager or his designee and receipt ofContractor's invoice. County shall make payment following in accordance with the Cotinty "s nonml schedule for processing invoices and warrants. 22. Receipt Construed As Delively Goods shall be deemed received by County when delivered to and accepted by the Manager or his designee. 23. Risk of Loss The risk ❑Floss 1?om any casualty to the goads, rerdkss oCcausG, shall be on the Contractor until the goads harp been delivered and accepted by the County. JCSO VEHICLE UPFITTING, PAGE 9 OF 29 C. DETAILED SPECIFICATIONS I. General ` be Bidder hereby certifies that its representative has read and understands the Bid Documents. The Departlyrnt ofCentraI Services, Fleet Services Division, reserves the right to reject any and all Bids and to accept the Bid deemed most advantageous to Jefferson County and to waive all inforrna lities in the Bidding. Please attach all required documentation to proposal. The Contractor will provide and deliver new, current -model systems, components and services as necessary to upfft vehicles for use by Jefferson County Sheriff's Office. All specified requirements are minimum requirements unless stated otherwise. IfBidder takes exception to the provisions ofthe Bid Documents, the Manager may reject the Bid as non - responsive in the event that the Manager, in has or her sole opinion, detertnines such exception(s) to be material exceptions(s). The Contractor must provide quotes on the Proposal Page for the follown7g Bid Litres. The Bid Lines describe upfitting to the base unit described below. Pricing for each additional item is upfittirtg pricing only and trust not include the base unit price described below, which will be provided by the County. Bid Lnie pricing must be a non - negative value. Quotes showing a credit or `'no charge" will be assigned a price value of $0 for canvassing and contract award purposes. Components and systems twist be designed by their respective manufacturer(s) for use with the proposed vehicle Crake and model Mounting ❑fupfriting items must not prevent the safe and effective use ofthe vehicle by a driver, a front passenger and rear- seated prisoners. 'l he exact locations and mounting methods ofall aflerrnarket equipment specified as an additional item are subject to approval by tlx: Fleet Services Division prior to installation. All groups ofLED surface-mount flashers capable o ftnultiple flash patterns mrtst be progmmmed identically. Light heads installed on one side ofa vehicle (front, rear, le ft or right) and visible concurrently constitute a group oflight heads and irntst be synchronized within each group. Lips it nodules r uist be progarrnred to patterns chosen by the Fleet Services Division. The following Additional Items nnrst be designed and constructed for use with the wait as specified and be Kirnished complete with all necessary peripheral items required far proper /safe operation. 2. Basis ofAward The Manager reserves the right to award contract(s), based on the lowest total bid price to the responsive and responsible bidder rrtceting the terins and conditions ofthe specification. Bidders rra.rst quote all Bid Lines. Bids submitted to the contrary will be considered incomplete, and as a result, will be rejected. The Contractor's bid pricnugnnust incorporate any /all peripheral costs including, but not linnited to the costs ofthe vehicleslequiprrrent, delivery /transportation charges, taxes, insurance, training, fluids, warranties, profit and/or overhead, etc., required by the specifications. The Manager reserves die right to award a contract, or reject any/all bids, when in the opinion oftlZe Manager the best interests ofthe Cauntywould be served thereby. 3. Contract Term The Contract Term for this Contract will be twelve months, unless tenninated earlier pursuant to the Teri-nination or other provisions. Rte County will establish the start and expiration dates at the tirrre offorrnal award and release oftl-ds contract. 4. Estimate{ Quantities Any quantities shown on the Proposal Pages represent estimated usage and as such are for bid canvassing purposes only and do not b hid the County to purchase the quantity listed there. The Coru-ity reserves the right to increase or ICSO VEHICLE UPFITTING, PAGE 10 OF 29 decrease quantities ordered. Nodning herenY will be construed as intent on the part ofthe C ity to procure any goods or services beyond those determined by the County to be necessary to meet its needs. The Comity will only be obligated to order and pay far such quantities as are from time to time ordered, perfor net and accepted on Blanket Releases or Work Orders issued directly by the Fleet Services Division. 5. Contractor's Warranties ]fin performance of die Services, the Contractor provides any goods, the Contractor warrants that the title; to the ppods to be provided under this Contract is good, its transfer is rightful and that the goods will be delivered free from any security interest or oilier encuun -brance ofwhich Contractor has not irnfarrned the Counnty. The Contractor expressly warrants that all .goods shall be merchantable within the meaning ofArticle 2- 314(2) ofthe Uniform Connrnercial Code (Title 62A RCW) in effect on the date they are ordered. In addition to all warranties that may be prescribed by law, the goods shall conlonrr to specifications, drawings and other description and shall be free from defects in materials and workmanship. Contractor also warrants that, except where the goods are produced pursuant to detailed designs furnished by the County, they will be fi-ee from defects in design. Such warranties, inckding warranties prescribed by law, shall. run to County, its successors, assigns, customers and to users ofthe goods. The Contractor must warrant the specified upfittitng and all nnounted/furnished equipment against defective design, material or workmanship for the minima nperiods listed in the Bid Data Pages Warranty Section or one year, whichever is greater, from the date of fnhal acceptance by the County, that it will, at its own expense and without any cost to the County, replace all defective: parts that may be required or made necessary by reason of defective design, material or vvorkmanslnip or by reason ofnon- compliance with TThe Contract Documents. The warranty period will commence on the day the individual item is accepted by the Courity. The County may revoke acceptance ifthe materials, goods or components are later discovered not to be in conformance with this Contract. Any repairs made by die Contractor during the respective warranty period must in turn be warranted for a period of three (3) months from the date of their completion or until the end ofthe original coverage period, whichever is later. Chronic defects in design, material and worknnansThip as warranted herein must be rcetif ed in all units furnished under these specifications. Chronk defects, for purposes ofthis warranty, must be defined as defects ofa snrEilar nature which occur in more t kin three (3) [or ten percent (10 %) ofthe quantity, whichever is greater] ofthe uunits furnished under these specifications. The County may avail itselfof the manufacturer's standard (or "no cost" incentive) warranty or any provision thereof; in lieu ofthe ,varranty outliners lhereirl ifdeerrred to be in the best interests ofthe County. 6. Meetings and Inspections A post - contract - award conference will be held with the awarded Contractor at the Fleet Services Division facility at 371 Chimacuun Road in Port Hadlock, Washington, prior to the Contractor placing orders For the proposed components and systems. This fneeting must be attended by the Contractor's representatives to view the present up5tted vehicles and to discuss construction techniques and particular component placement. The Contractor's representatives (must have the full authority to provide binding decisions on the Contractor's behalf. For each purchase order release that includes police - equipment -type additional items, a pre - delivery conference must be held prior to the vehicles being shipped from the facility where the installation ofthe additional items is completed. At the time of thhis conference, a ininuhnurnofone vehicle ofeach conf4u-ation ofadditional items specified on the release inust be substantially complete and ready for inspection and approval. Two representatives of JCS❑ and two representatives ofthe Fleet Services Division will attend this conference, which must last a milrhirnurn of four hours or longer as needs dictate. The expense ofappropriate travel, lodging and rmeaLs for all meetings and inspections not ]Held within Jefferson County must be bonne by the Contractor. For purposes oftravel expenses, travel to and from flu: inspections by County personnel must be by autormobile up to a maximum of200 road miles from the Fleet Services Facility at 371 Cih_nnacum Road in Port Hadlock, Washington. f ftravel is required in excess of 200 road mules, the Contractor must provide County ernployees with travel via cornnercial airlines with a 14 day notice o f arrangements being provided prior to the irnspection date. Travel arrangements must be made in accordance with Jefierson County travel policy. F inal acceptance will be at the Fleet Services Division facility in Port Hadlock, WA. JCSO VEHICLE UPFITTING, PAGE 1r OF 29 7. General Constriction All components will be the manufacturces latest models. Appurtenance and/or accessories not l -&rein mentioned but necessary to fu mist a complete unit ready for use upon delivery will be included. The components, systems and services will conform to the best practices known to the trade in strength, quality ofmaterial and workmanship and be subject to this specification hi full. The specification will be construed as inininmurn. Should the manufacturer's current published data or standard package exceed this, it will be considered i-ri inarn and will be furnished. The County reset -vcs the ridnt to waive or rnake exceptions to this requirement if it be to die County's best interest. 8. Standard Product Experunental components and systems will not be acceptable. Any components or systems which are not produced by regular production Enethods and/or which have not been offered far sale to the public through accepted industry trade channels for approximately one (1) year prior to the offering oftlnis bid, will be considered experirnentaI Tfne Manager reserves the right to determine what constitutes experimenta I equipment. Hybrids and/or combinations of two (2) or more standard production units nnay not be accepted. The Contractor must furnish evidence upon request drat the components and systems to be furnished has been coirnnercially available tinrouJgli the proposed manufacturer to the trade for a period o fnot less than approximately one (1) year and has been fully field tested to the satisfaction ofthe Manager. 9. Design and Construction Practices Any /all assemblies, subassemblies, component parts, etc., must be designed wide a factor ofsafety that is equal to or greater than that which is considered standard and acceptable for this class ofequipinent. Where applicable, the vehicles or equipment must conform to the standards established by Military Specifications, the Society of Automotive Engineers, Federal Aviation Administration or the Federal Motor Safety Standards. Assemblies, sub- assemblies, cor ponent parts, etc., must be standard and intercl —n nivable draugliout the entire quantity ofunits purchased under this document. Assemblies, sub- asseiriblies, component parts, etc., that are obsolete or approachiing obsolescence due to material, design changes or improveirients will not be acceptable and will be subject to replacement with current assemblies, stab- assemblies, coirponcnt parts, etc. Tine con-iponents and systems funnislied by the Contractor under this Specification must also coirplywith allapplic:able Federal OSHA, State oflllinois and local laws/acts ordinances in e$ect at the tune ofdeliveiy. The components and systems must be designed to function reRably and efficiently in sustained operation, under conditions which are typical for die intended application. The components and systean>s must be designed to pernit accessibility to all maintenance points with minimal disturbance of other components or assemblies. Where "heavy- duty" items are required by this Specification, the term will be understood to define itenhs which exceed the quality, capacity, durability anchor quantity ofthose items normally supplied with a standard production unnit. No dealer advertising Libels may be affixed to a unit when delivered to the County. 10.Quality Control The Contractor must utilize industry - recognized standards and procedures to assure that a satisfactory level o fqua lity control are maintained in all stages ofthe manufacturing, assembly and installation process. Employees ofthe Department ofProcurement Services and the Departmwnt or agents acting on behalfo fthe County, acconhpanied by such County personnel will have open access to all areas/ facilities in order to ensure that proper duality control standards are being met. I I .Trade Names and Substitutions Reference to a specific manufacturer or trade name in this solicitation is intended to be descriptive (but not restrictive) and to indicate to prospective Bidders those product(s) that hatie been deemed by the County to be satisfactory. The Bidder must, ifawarded the Contract, provide the product(s) specified, unless equivalent attematives have been proposed as described below and found acceptable to the Fleet Services Division. 1CSO VEHICLE UPFITTING, PAGE 12 OF 29 A Bidder that chooses to respond to this solicitation for Bids with alternate product(s) fi-orn those specified in the solicitation, mtLst identify such alternate items with its Bid with a detailed explanation and docs.urx ritation in support ofhow the alternate items proposed by the Bidder can perform as well as or better than those specified. Unless an alternate item is so identified, it is understood tlkat the Bidder proposes and will be required to provide, the specific item described in the specifications. No substitution ofspecified items will be allowed therealler except as otherwise provided For in the specifications. Docurnentation in. support o (alternate items nkay include: 1. Data substantiating compliance of proposed alternate items with requirements stated in the solicitation, including: a. Product identification including manufacturer's rkarne and address b. Manufacturer's literature: identifying: i. Product description ii. Reference standards .iii. Performance and test data c. Samples, as applicable d. Name and address ofsfinlarprojects on which the product has been used and date of usage Itemized comparison of the proposed alternate item with product or service specified listing significant variations. A Bidder warrants and represents that i i n mkint; a forn-nl request far substitution with alternate iterr -s that: 1. The proposed alternate ite[n is equivalent to or superior in all respects to the product specified and ?. The same warranties and guarantees willbe provided fbr the alternate item as for the product specified The Manager may, in his or her sole discretion, accept an alternate item for a specified item, provided the alternate item so bid is, in the Manager's sole opinion, the equivalent oFthe item specified in the solicitation. An attemate item that d-& Manager determines not to be equivalent to the specified item shall render the Bid non - responsive and the Manager shall reject the Bid. I Z. Authorized Dealer/Distributor For bids involving the furnishing of equiprnent or other goods that are subject to manufacturer warranties that require sale or installation by authorized dealers or distributors, the Contractor must be the manufacturer or an authorized dealer /distributor oftlie proposed nianulacturer and be capable ofproviding genuine parts, assemblies and/or accessories as supplied by the manufacturer. Further, the Contractor must be capable of furnishing original product warranty and mantafnctnrrers related services such as product inforiratiori, product recall notices, etc. The Bid Docutiierrts will typically ask the Bidder to certify that it is an authorized dealer /distributor when this requirement is applicable. The Bidder's conipliiwce with these requirements willbe determined by the Manager, whose decision willbe bindung. 13.Trainingrfeclmkal Assistance The Contractor must furnish pro fessionallyconducted training sessions to the extent described below. This training will be provided by the Contractor as a portion ofthe Contract, at no additiona I cost to the County. hi addition, far each unit ttelivered, the Contractor must train County mechanical technicians in the most efficient r oethods ofdiagnosingr troubleshoo ' A= maintauning and repairing the unit and any auxiliary iterils for a niirninium. period offour hours. This training will be conducted by knowledgeable, experienced personnel, at the facilities of tlae Fleet Services Division. 1CSO VEHICLE UPFITTING, PAGE 13 OF 29 14. Manuals, Certificates, App licatior-is Operator's manuals must be provided with all installed components. Technical Service Bulletins (TSBs) rnust be forwarded directly to the Department as they are issued. Readable, electronically printed wiring diagnains showing die actual installation methods nnrst be fni fished electronically and izr paper format at tine ofdelivery for each r nodel year and equiprent configuration firm hed by the Contractor urxler this Specification. Wiring diagrams rnust be similar to vehicle OEM diagrams in their level o f detail and utility, including locations, connector pin diagrams and wire colors. 15. Photo , t -aphs Within five calendar days prior to delivery of the first corpleted runt from each inodel year, the Contractor must furnish die Depamnent with high- resolution digital photographs ofthe completed unit. Each set ofphotos must consist ofa front view, a rear mew, a right sine view and a left side view ❑fthe raazits. 16. Delivery The Contractor rnust deliver the specified vehicles or equipment, complete with all attaclmrents and ready for use. Delivery must be rnade between the hours of8:00 a.m, and 2:30 pan,, Monday through Friday, exchiding Holidays. Up fitted vehicles must be delivered F.O.B. Destination (Jefferson County, WA), generally at the following address: Fleet Services Division Jefferson County 371 Chirnacunn Road Fort Hadlock, WA 9 8339 Delivery ofthe the specified upfJtted vehicles must be completed wit€rin 5 Calendar Days following the issue date of purchase order release. The fleet Services Division contact person for each release must be notified at least dS hours prior to delivery o fthe specified upfitted vehicles. 17. Inspection Upon Delivety Upon delivery of the specified vehicles or equipment, the County will conduct an .in -depth initial visual examnaatibn solely for the purpose of identifying gross and obvious damage. The Contractor's representative may be present for the initial exarnuaatiorrs. Ifdefects or ornissions are discovered during the inspection, the Cowity tray: 1. Refuse acceptance ofanylall units; 2. Arrange with the Contractor to make corrections; or 3. Require the Contractor to remove any /all units from the County's premises at its own cost to make the neeessary corrections. The Contractor rnust provide any /all labor and materials that rmy be required to correct non- cornpliant aspects ofall items in a prompt manner, at no cost to the County. The "promptness" of corrective actions will be established by the Cowlty based upon the quantity and scope ofthe corrections required. 18.Bidder's Experience Bidder must be regularly enurged in the business of providing vehicle upfitting services and must have two years of experience providing imjorupfitting ofpubiic -safety vehicles sirnilar- in scope to that ❑fthese specifications, with a mirrin wn o f ten such units having been completed in the twelve rrruch previous to the bid dry date. 'l'ie County reserves the right to require docLUnentatior-, including but not limited to pbotos and wiring diagrams of recently completed upf3tting services, to substantiate bidder's experience. JCSG VEHICLE UPFITTING, PAGE 14 of 29 19. Shop Facilities Tlie Contractor must operate a fully equipped repair shop or service facility and employ certified factory traitmed personnel who are authorized to perfonn service and/or repair work on the specified equipment described herein. Upon request, the shop facility will be open to inspection by any County representatives. Time shop or service facility i -mist be equipped with the neces&ary parts to provide full service to the County equipment either in stock and a turnaround tune must be clear to perfomi all repair and service operations that may be required. The Contractor's facility will be of sufficient size and accessibility to accommodate the anticipated amount of repair service to County-owned equipment. The Contractor trust have available an enclosed, secured area to store County equipment awaiting repairs 24. Turn Around Time Any equipment that has been taken by the Contractor for repairs will be retunied within five business days, unless otherwise authorized by the Manager. The Contractor will expedite repairs, to the equipnie nt as required by the Fleet Services Division in order to meet any reasonable time fames set fordi by the Fleet Services Division. If there are delays due to a lack ofparts, insufficient manpower- or other circumstances, then the Contractor will notify the Fleet Services Division innriediatelyofthe delay. If the equipment is found to be irreparable, the Contractor is to notify the Fleet Services Division irnnediately, and the Manager will snake a determination ofwhat course ofactbn to take. 21.Tfim ❑fCompletion It is understood and agreed that TIME IS OF THE ESSENCE in this Contract and the Contractor will begin and prosecute the work covered by this Contract with all due diligence as to complete any repairs covered under this Contract within three (3) business days after time date ofnotification to commence work by the Fleet Services Division or as authorized requested by the Mana_ger or authorized representative. Ifth-xere are delays due to lack or parts or other c ire unistance, then the Contractor will immediately notify the Manager or authorized representative. 22.Ernployees The Contractor's personnel wiII exercise safe and sound bLISi]less practices with the skill. care and diIigence normally shown by professional technicians employed in the type orwork required under this contract. The Contractor's employees or subcontractors are required to wear suitable uniforms. during the time they are on duty on any County property. The Contractor's employees or subcontractors must wear an identification badge at all times while on duty on any County property. The Contractor's employees must have proper identification on their person before they will be allowed on any County property. The Contractor will employ only coirrpetent and efficient employees and whenever, in the opinion oftlne Manager, any employee is careless, inconipetent, obstructs the progress ❑fthe work, acts contrary to instructions or conducts themselves improperly, the Contractor will, upon the request ofthe Manager, rernove the errployee from the work and will not employ such employee again fir the work under this Contract, except with the written consent ofthe Manager. The Contractor will not pennit any person to enter any part ofa County facility or property while under the influence of intoxicating liquors or controlled substances. The Contractor will not pen-nit obnoxious behavior or possession or consumption. ofalcohol.ic beverages or drug anywlmere on the site ofany work to be perfbmr-d under this Contract. The Manager has authority to request the Contractor to rernove any worker who proves to be inconVetent or negligent in his/her duties. 23.Use of County Facilities The Contractor roust inform the Manager ofthe Fleet Services Division or authorized representative of the use of County facilities, such as telephones. Smoking is prof bited in all Jefl`erson County facilities and vehiicles. The Contractor will require that all ernp loyees refra in from disturb ing tools, too l boxes, papers on desks, opening desk drawers or cabinets. JCSQ VEHICLE UPFITTING, PAGE 15 OF 29 While on County premises, the Contractor will not store any equipment, tools or materials without prior written authorisation fxotn the Manager. The County will not be responsible for or liable to pay the Contractor far any loss of equipmment, tools or materials stored in unsecured areas without proper authorization. 24. Standards ofPerforrmnce '17he Contract will peribnn or cause to be perfonned, all Work required ofit uuider the terrris and conditions of this Contract with that degree ofskill care arid diligeux.e normally exercised by experienced Contractors performing work ur projects ofa scope and nrugrdturde counparable to this project. The Contractor will use reasonable courts to assure barely and satisfictory completion ofthe Work. The Contractor will at all times, act in the best interest ofthe County. The contractor will perform or cause to be performed, all Work n7 accordance with the terms and conditions oftlus Contract and to the reasonable satisfaction ofthe Couunty. 25.Correction of Work Tlie Contractor wben directed in writing by the Manager wullpro raptly remove, re- perform or correct all Work identifvd to be defective or as Failing to confo.nn to the Standards set forth above or in the Contract Docurments, whether observed before or after completion of the Contractor's Work and whether or not installed or courtpleted. The Contractor will bear all costs o I correcting such defective or nonconfon -zing Work, inc luding costs associated with removing any.noncon.forming Work and installing corrected Work and con peesation for any additional services made necessary thereby. 26. Failure to Proceed with Directed Work In case offi}ilure on the part of die Contractor to execute Work ordered, in writing, by the Manager, the Manager may, at the expiration ofa period of forty-eight (48) hours, request the Manager to give notice, in writing, to the Contractor and proceed to execute such Work as may be deermed necessary and the cost thereof, will be deducted G•om con pensation due or which may become due the Contractor under this Contract. 27. Special Requirements for Auxiliary Electrical Equipment When any auxiliary electrical items are required by the specifications, a fuse or junction box suitable for connection ofdhe auxiliary equ.uipument required umust be installed in a location subject to approval by the Fleet Services Division. .function box must include fitted circuits sufficient to accommdate the required auxiliary equuiprrrent. Any fuse box connected to constant power must be connected directly to the chassis battery with a continuous run of8- gaug=e rruirrine -rated wire. An appropriately sized waterproofcircuit breaker with test button arid swing -out reset switch must be installed in the main lead within 12" of the battery. if present, factory - provided accessory power circuits must be utilized instead ofa direct wire to the chassis battery to power the fuse box. Except power to weapon locks, all references to ignition -hot circuits indicate wiring circuits that, while separately fused, muust be connected to a single relay ofsuflicknt amperage rating to power all circuits siunultaneously, which must be energized by the Ford factory battery-saver circuit. Each relay and fuse added to power auxiliary equiprruent must be clearly and permanently labeled with the furiction it controls. Each fuse must be sized as necessary to match circuit demands and component - manufacturer recorrsn n=ations; each fuse must be rated to effectively protect its circuit. All auxiliary equipment wiring, including wiring in the engine co.rripartument and in the passenger cornpartivent, must be enclosed in suitably sized wire loom. All wiring in st be continuous lengths without butt connectors (except where required to connect to velficlo and component pig; - tails) writhheat- stu-ink- wrapped connections and must include service loops ofslack wire, neatly stowed, at each end, in lengths sufficient to pennit removal and service of all electronic equipment witho tit cutting or disconnecting wires. Any opening cut in metal must be appropriately sized and must be fitted with a grommet to protect wiring and fi71ed with silicon to seal out weather and noise. In all cases, installation ofala iliary equipment must be done in a pro fissional manner, following the requirements and guidelines ofall involved auxiliary- equipment manufacturers arid, wbere more restrictive, applicable industry (NFPA, NEMA and SAE) standards and best practices. Installations must be consistent frorn vehicle to vehicle furnished by the Contractor under this Specification, including such details as operation, wire colors and wire routnig, JCSQ VEHICLE UPFITTM, PAGE 16 OF 29 W i irng i-xist not pass within 3" ofexhaust system components. Wiring installed f1 -orn-z 3" to 6" ofexhaust system components roust be heat shielded. References to LF.I] lijnt- module part numbers as examples are intended to demonstrate the confgtaation, functionality and light output, including of -axis light output, required by this specification, Except where required by this specification or for explicable reasons of fit or performance, variation in light - module part nturrbers must be kept to a rninimun; a 11 effort must be made to linnit usage to one part number within each roughly size/capability category of light module required to nneet the mquirernents of this Specification, and such choice must be consistent fi•orn vehicle to vehicle furnished by the Contractor under this Specification. All components must be thoroughly grounded and, where necessary, isolated to keep the electrical system flee from unnecessary radio frequency interference. All cables and wires and other accessories installed behind trim above the headliner or otherwise hidden mist be kept free ofa irbag modules and deployment zones. 28. Base Unit The County will furnish a new, current -model Ford Utility Police Interceptor confzgzed as follows: 1. Ford KSA1500A model matching current Washington State Departixtcrnt of Enterprise Services bid specification and all standard options; 2. L.xterior colors will vary and tray include white, black and other colors (this will require coordination of antenna and exterior -light trim options); 3. Engine choice trlay vary between the 3.5L and 3.7L options; 4. Deflector plate; 5. Dark -car feature; 6. Vinyl rear seat; 7. Mud flaps (dealer - installed option); 8, Top speed control; 9. Front headlamp housings pre - drilled for LED warning lights; 10. Red /white donne lamp in cargo area; i l . Pre - wiring for grill lamp, siren and speaker; 12. Noise - suppression bonds; and 13. Possible choice of factory-supplied spotlight(s). It is the responsibility ofthe bidder to contact the Fleet Services Division with questions necessary to clarify any unclear details of the base unit configruration prior to submitting its bid. The County will deliver or cause to be delivered the base tin it to the contractor's designated location within 100 road stiles ofPort Hadlock, Washington, during norirral business hours. Any bidder designating a location beyond 100 road miles from Port Had lock, Washington, is required to transport the vehicle from the Fleet Services Division facility in Port Hadlock, Washington, to its fnciiity; alternately, such a bidder may choose to coordinate alternate delivery anangrements with Ford Motor Company or with its local dealer responsible for delivery tinder the terns of the Washington State Department of Enterprise Services bid specification. Any factory- provided con-ponents or equipment removed by necessity in the coarse ofprovid.ing the specified upfitting and not to be reinstalled (for example, the rear seat removed to make way for the plastic prisoner seat) must 1CSO VEHICLE LIPFITTING, PAGE 17 OF 29 be disposed o fby the Contractor. Any anticipated proceeds from the disposal ofsuch cor rponents or equipment must be included in the Bid Price. 29. Bid Lane #I: Prisoner - transport Provisions Units ordered with this Aid Lune must be furnished with the fallowing items to provide secure prisoner - transportation capabilities: a. A steel, airba- compliant, full width, police prisoner partition, including lower extension panels with unnderseat foot kick -out area and any other panels necessary to prevent access from the rear seat to the front seat, including a clear -poly upper full- width window area with sliding center section and expanded -metal grate over the open section of the sliding window, and including a center recess to allow additional moon for mounting components in the center console area of die front seat; b. A one -p iece plastic po lice prisoner seat insta lied in place o f the factory bench seat; c. A clear -poly partition extending from the top of the prisoner seat to the headliner and from the street side ofthe vehicle to the curb side, along with any extension panels necessary to prevent access from the rear seat to the rear cargo area (partition may be an integral part ofthe prisoner seat assembly); d. A two- prisoner "Ready Mc.kle" or similar prisoner restraint system installed in place of the factory seat belts; and e. An LED strip light, approximately 10" in lengnh with mini�nuum of 12 white LEDs, must be adhered rear side ofthe prisoner partition above the sliding window to illuminate the rear seat. 2. Units ordered with this Bid Line will be ordered fior n Ford with hidden door lock plunger, inoperable rear door handles and no rear window controls. 30.Bid Line #2: Marked Police Light=ing Package 1. Units ordered with this Bid Line rmw be fu-nished with the following items to provide a lighting package for marked police- patnbl usage: Red/blue LED roof- mounled lightbar. 48" to 54" in width, with LED alley and takedown lights (alley and takedown lights must flash with slide switch in position 3) (exanp%s are property configured models from the .Federal Signal Legend series, Whelen F X series and Code 3 21 00 Torus series); b. Dual, rrnrlti -head LED modules suspended from the rear spoiler outside the rear window, one red and one blue, one each side of die center - mounted stop iarq) assembly, configured for warming flash pattern, not for directional ruse (examples are the Code 3 "XT602 -CPD" series and the Whelen "Outer Edge" series); c. Four -comer LED flasher system with two white LED modules installed in the headlight housing;, two blue LED modules installed in the clear rear turn- signal housings and with no central controller box (examples include the Federal Signal "M401 1" series, Nova "X1100" series, Code 3 "H13915" series and Whelen "LAW4" series); and Separate -bulb LED imitation of wig -wags headlights providing alternate white flashes forn the headlight mousing in an appearance and intensity similar to that provided by wig -wag headligint flashers. 2. Red lights roust be on the street side ofthe vehicle and blue liglits on the curb side, with the exception ofthe blue taillight flashers on both sides ofthe vehicle. This Bid Line will be ordered only with a Siren Controller and mast be connected to the siren contro Her for operation. JCS❑ VEWCLE UPFMING, PAGE IS ❑F 29 4. In addition to the lighting controls of the Siren Controller, a rear - cutout switch must be installed to disable the rear -facing modules in the liglhtbar, mounted for convenient access by the driver, 31. Bid Line 43: Unn`kirked Police Lighting Package 1. Units ordered with this Bid Line must be furnished with the fallowing items to provide a li Zting package for urimarked police- patrolusage: a. Fully populated, full - width LED wuidsliiekl lightbar of minirriai height with inirtirriuin of three blue modules (miiiiin rn of blue LEDs), three red modules (irrinimum of LEDs) and two takedown modules (mznimtun ofd white LEDs, flashing with slide switch in position 3), an effective light hood and appropriate brackets mounted across the top of the windshield (examples arc the Code 3 'Supervisor Torus" series and Whelen "Inner Edge" series); b. Dual, multi-head LED modules suspended from the rear spoiler outside tc hear window, one red and one blue, one cacti side of the center - mounted stop lamp assembly, configured for warning flash pattern, not for directional arse (examples are the Code 3 "XT602 -CPD" series and the Whelen "Outer Edge" series); c. Two LED flashers (approximately 3" by I" fens area with a zninini un three LEDs), one red and one blue, with appropriate brackets far installation in the bottom -front conker of the rear cargo windows, facing out; d. Two slirn LED flashers, one red and one blue, mounted within or behind the front grill using appropriate brackets (examples include the SoundOFf Signal "Ghost" series and the Whelen "Ian" series) (ifordered without push buiWer); e. Two white LED flashers (approximately 3" by 1" lens area with a minimum three LEDs) configured for steady burn as alley lights (and dashing with slide switch un position 3) mounted on the outside o fthe push buiinper uprights facing to each side (ifordered with push bun -aer); f Four- corner LED l7aslier system with hvo white LED modules installed in the: headlight housings, two blue LED modules installed iah the clear rear turn- signal housings and with no central controller box (examples include the f=ederal Signal "M401 i" series. Nova ­X l 100" series, Code 3 "1-[1391 5" series and Whelen "LA W4" series); and g. Separate -blab LED imitation of wig wags headlights providing alternate white flashes from the headlight dousing in an appearance and intensity snnilar to that provided by wig -wag headlight flashers. 2. [Zed lights nnist be on the street side ofthe vehicle and blue lights on the curb side, with the exception ofthe blue tailliglit flashers on both sides ofthe vehicle. 3 2 . Bid Line #4: Siren Controller 1. Units ordered with this Bid Lune mist be fitted with a 100 -watt sirery?A and lighting controller. Controller must include a slide switch with positions 0 through 3, a rotary siren-sound selector, an airhom button and a minimum of six discrete on/off switches for accessories. Controller must be connected to the vehicle's horn - ring circuit and must make use of "park kill" functionality to reduce lighting level when the vehicle is in park. 2. Controller must be backlit, ignition -hot, with a variable resistor installed inline and mounted in an unobtrusive place to be determined at the past - contract -award conterence to allow variable d rriming of the backliginting. 3. Controller must allow for iphition- off usage of the lighting system in slide switch positions I and 2. The presence of this ignition-off feature must not result iii a standby current (all lights oft) of more than 20 rnilliamps at 12 volts. Ignition -off functionality must not extend to use of the wig -wag headlights, which 1050 VEHICLE LIPFITTING, PAGE 19 OF 29 waist be connected to slide switch position 3, nor to the sien/PA. The functlenality ofany ignition- offfeature is subject to approval by the Fleet Services Division prior to installatio». (Examples ofone- piece controllers with these features include the Federal Signal "PA640" when properly configured and the Code 3 "3892L6 " when properly configured). 4. Controller nnrst be wired in a "park -kill" configuration, reducing the lighting and siren from slide switch position 3 to slide switch position 2 when d-ie vehicle is place into park. This feature may be w=ired to the OEM park - position wire or to a mechanical switch mounted on the transmission shi[f selector. The siren must sound only with the slide switch in position 3. 5. At all tines, reprdless oFsiren selection and slide - switch position, when the controller is hilly powered by the vehicle ignition, pressing the airliona button on the controller nnust sound the airinorn. While the siren is sounding, tapping the vehicle's morn switch must change siren tones. 6. Any radio- rebroadcast feature on the controller must be made inactive. 7. Units ordered with this Bid Line midst also be fitted with a 100 -watt siren speaker with appropriate bracket (an example is the Federal S igna l ES 100). Speaker must be bung from the cross mernber ofthe push btunper, ifordered with a push bumper; otherwise, speaker nxLst mounted tinder the vehicle hood behind the grill. 8. Controller must be connected to the siren speaker and to any emergency lighting with which it is ordered in accordance with timnufacturer recornurlendations and in a rnarmer that forms a complete and working police siren and light package. Connection of lighting equipnnent to controller's switches nuzst be configured in a manner similar to existing JCSQ vehicles and must comply with Fleet Services Division directions for operation and finictionality. Auxiliary buttons must be configured as follows, where applicable_ a. Takedown b. Din lightbar c. Leff alley d. Right alley e. Lightbar pattern change E Rear -seat dome ligl1t 9. Controller must be motanted in the equiptrent console when ordered with the Radio Prep Package. 10. 1fthis Bid Line is ordered along with the Computer Prep Package, the enclosed console, computer n10tuntitng components and later installed laptop docki g plate and laptop computer Faust be efficiently coexist when mounted in the center console area. 33.Bid Line 45: Mirror Lights 1. Units ordered with this Bid Line must be fitted with a synchronized pair of LED flashers mounted to the underside of the exterior review mirrors, one red Jeff and one blue right. LED flashers must be designed to provide 180 degrees of light output through the use ofa curved reflector surface (an example is the Soundnff Signal "lntersector " series). 2. Flashers must be installed in such a manner as to provide flashing light to the front, sides and outside rear of the vehicle without producing flashback visible to the driver and front -seat passenger. JCSO VEHICLE LIPFITTING, PAGE 20 OF 29 34.13id Line #6: Spotlight 1. Units ordered with this Bid Line must be equipped with a Unity "225" spotlight GYith an 8- degree LED spotlight bulb, mounted in the `A' pillar on the driver's side or the passenger's side. Door - =anted spotlights and halogen spotlights are not acceptable. 2. Spotlight rrl€m be wired to battery power for operation regardless ofig;nition- switch, irndividually fused per the manufacturer's directions. 3. Fleet Services Division. may choose to order one or two spotlights per vehicle and will specify side(s) of the vehicle for installation. 35.Bid Line 47: Push BurTer 1. Units ordered with this Bid Line €mist be fiamislned with the following items= AlLnninum push burn per with two rubber - padded uprights and a crossinember, approximately 16" talc, and suitable for the mounting of lights and siren speaker with which this Bid Line may be Ordered (an example is the Setina "PB- 100 "); and b. Four LED slashers (approximately 3" by 1" lens area with a minimum three LEDs), two red and two blue, with two brackets for installation on the outside of the push buarper uprights, facing to each side, and two brackets for installation on top of the pusli- bumper crossr, nernber, facing forward. Front- and side -facing LED modules integrated into the push burnper are acceptable in lieu of the four individual modules and brackets. 2. Lighting specified in this Bid line must be connected to any lighting packag=e and siren with which it is ordered. 36.Bid Line #8: Rear Cargo Enclosure Units ordered with this Bid Line mast be fitted with lockable, slidirng- drawer -type, rear cargo enclosure, opening to tyre rear, securely rmu rated in the rear cargo area of the vehicle in a manner that allows access to the underfloor spare tire without removing the enclosure or otherwise using tools. 2. Enclosure must be alruninum or steel, finished in black or dark gray, and must lock either through the use of a key (with two keys supplied) or a prlsh- button combination. 3. Enclosure must approxirnately occupy tlic; entire width of the cargo area and must be at least 18" in depth and 10" in height. Enclosure must be suitable at minimum for the storage of a 40" by 6" by 4" item. 37.13id Line #9: Radio Prep Package 1. Units ordered with this Bid Lime must be fitted with a steel or aluminum enclosed equipment console (vehicle- specific consoles may be obtained from Havis, Garnber- Johnson, Premier Manufacturing, Jotto Desk or Troy Products, for example) between the driver's and front passenger's seats, positioned for easy access to all controls by both front -seat occupants during typical police emergency driving. 2. Equipment console must be securely mounted to steel platf=4 tunnel plate or factory center console providing a secure, flat, heavy -deny base above the hin -rip between the driver's and front passenger's seats. 3. Equipment console rnust be of a suitable size and fitted with appropriate mounting brackets supplied by its imnirf;acturer to enclose any standard siren and the followtthg radios: a. Motorola "CDM 12 0" U11F -RI one - piece; b. Motorola "CDM1250" VHF one - piece; JCS❑ VEHICLE UPFITTING, PAGE 21 OF 29 c. And, at the option of the Fleet Services Division at the tune of order, a third radio of any type for which a standard bracket exists in the catalog ❑ftly console manufacturer. 4. Egriipinent console must be 5tted with L- shaped brackets and inicrophone clips for the PA and all radio microphones. 5. Equipment console muust provide a suitable mounting surFice for the connputer -prep package ifordered or for future installation by the County ofa standard pedestal -n-Pu rated computer docking plate. 6. F_guiprnent console must be fitted with three 12 -volt cigarette- lighter -style outlets, separately fused at 10 arms each and wired ignition -hot, and two US charging ports, wired ignition -hot. 7. All factory- supplied 12 -voIt cigarette- lirgnter -style outlets mounted in and around the front -seat area must be rewired to be ignition -bot. 8. Two battery-hot 12 -volt citprette- lighter-style outlets, separately fused at 10 amps each, must be installed in the rear cargo area. 9. Equipment console must be fitted willn (font to rear) a dual cup holler, an open -top storage bin and an armrest. 10. Remainder ofconsole equipment - mounting area must be covered by manUfacturer- supplied blank console platc(s). 11. One chaiger far existing JCSO Streatnlight LED flashlights rniast be installed, affixed to the driver's side of the equipment console angled back toward the driver for easy access. 12. Two 5 -amp ignition -hot hisses, three 10 -annp ignition-hot fuses and two 15 -amp battery-hot 'Fuses must be designated for later comnnunleations equipment installation. From these Fuses and the battery's negative pole (or supplied groinnd), seven 14 -gauge power wires and five 14 -gauge go- rid wires must be run to the center console area with 24" of extra length on each wire coiled there and labeled with a€nperage and power sotuce. 13. One Laird "BB 1443R" VHF antenna must be installed on root on a Laird "MB8V 3l4" NMO mount with RG8X cable with soldered mind Uffl-- connector nut to center console area for connection to VHF- radio. Antenna must be trimnned to the lowest possible SWR at 154 MHz, and the installed SWR must be measured, recorded and conveyed to tine Fleet Services Division at tlne time ofdelivery. 14. One Laird "13134503€t" Ul -1F antenna must be installed on roof on a Laird "MB8X" 314" NMO mount with RGSX cable with soldered mini -UHF connector run to center console area for connection to UHF radio. Antenna mast be trimnned to the lowest possible SWR at 458 MHz and tine installed SWR trust be measured, recorded and conveyed to the Fleet Services Division at the time ofdeliveay. 38.Bid Line 01 0: Computer Prep Package 1. Units ordered with this Bid Line must be equipped with preparatory bracketry and other components to facilitate the later installation ofa computer, including the following items: a. Havis `DS -GTC- 202 -3" docking plate with external power supply (wired ignition -hot), pass- througf7 ports and pass - through antenna connections for use with Getac F110 tablet computer; b. Havis " C- TCB-7" telescoping mounting base for use with a keyboard mount to be supplied later by the County; and c. One Panora€na "GPSB Sharkee" multi -band antenna without whip installed on roof with cellular antenna (covering 698 -960, 1710 -2170 and 2500 -2700 MHz), GPS antenna (covering 1575 MHz) and Wi-Fi antenna (2200 -2700 and 4900 -6000 MHz) Leads connected to docking plate. JC5a VEHICLE UPFITTING, PAGE 22 OF 29 2. Installation rrnast allow for the secure positioning of the docking plate along centerline of the vehicle, tight against the center portion of the instTLRTnelnt pane], between the driver and front passenger but slightly offset to the passenger side (using a bracket such as the 1-lavis "C- DMM- 123 "). 3. Installation must secure the docichig plate in a position that keeps the County - supplied computer out of the airbag deployment zones. The docking plate must be "LUnted so that it and the computer installed later by tine County do not prevent readyaccess to essential vehicle controls and displays. 4. Docking plate must be %wed ignition -hot. 39.Bid Line #1 1: Radar Prep Package 1. Units ordered with this Bid Line must be fitted with a County - supplied radar system, typically a Python model 2 or model 3, with the head unit mounted on the dashboard's designated equipment tray and the front and rear antennas suspended from the headliner in the 6-ont and rear windows, respectively. 2. Buckets necessary to secure the head unit and antennas nxW be supplied with each installation. 3. Antenna wiring must be run behind trim, but the unit u ill be powered by a 12 -volt outlet and not hard -wired into the upftting wiring system. 40. Bid Line # 12: Rifle Lock 1. Units ordered with this Biel Line tnnust be equipped with a universal, electronic weapon lock and any bracketry necessary to install it. Weapon lock must be universal model such as the Santa Cruz model "SC -S" gun lock with "SC- 917113" bracket and key that is suitable for use with the long rives currently in use by JCS0 and securely contains a locked weapon within the vehicle, 2. Lock must be affixed to Fine front ofthe police prisoner partition between the driver and passenger seats. 3. All weapons locks ordered with the vehicle nnust be activated (unlocked) at once by a single ten - second tuner, wired to be ignition -hot and activated by a switch to be described at the post- contract award conference. 41. Bid Line # 13: Shotgun Lack 1. Units ordered w %ith this Bid Line must be equipped with a universal, electronic weapon lock and any bracketry necessary to install it. Weapon lock i=t be suitable for use with the Remington model 870 shotguns currently in use by JCSO and must sccurely contain a locked weapon within the vehicle. 2. Lock must be affixed to the front of the police prisoner partition between the driver and passenger seats. 3. All weapons locks ordered with the vehicle must be activated (unlocked) at once by a single teen- second timer, wired to be ignition -hat and activated by a switch to be described at the post- contract award conference. JCSO VEHICLE UPP171NG, PAGE 23 OF 29 D. PROJECT PROPOSAL 1, Proposal Pricing Binder rnLISt cortralete Unit Price colLurm with its quoted price for each Bid Line. Bidder must coiiTlete Extended Price column by multiplying its Unit Price by the County's Estimated Quantity. Bidder must camplete SLlrn of Extended Prices cell by adding the I.:xtended Prices. Bidder tm3st camplete Washing ton State and Local Sales Taxes ce11 by mtJltiplying the Sun of Extended Prices by die total ofa11 applicable taxes. Bidder must cola -p 2c:te Total Bid cc 11 by adding the Sun ofExtended Prices and the Washington State and Local Sakes Taxes. All proposals include Washington Spite Sales Tax; Jefferson County is exempt from the payment ofFederal Excise Tax. In the event of conflict between Unit Price and Extended Price data., Unit Prices will prevail, and the Manager's discretion will be used to correct arithmetical errors, including correction o fthe Total Bid and any other cells where necessary to correct such errors. Bid Line Description Unit Price_ Estimated Quantity Extended Price I Prisonc:r•tramLport Pn)6si)m,; �y N�� • '! o 11f3 6 5 1 � 7f7 - 2 Marked Po lice Lighting Package $ 3 S �LJr 7 3 Unmarked Police L,ightingPackage S 2,17 5 20 4 Starxiard Siren Controller o j& 7 S L/53. 40 5 Mirror Lights S � 7 5 065- Ito 6 Spotligjlt 5 a �.q 1 7 S 2(e . 7 3 Pus Ii bwrper Rear Cargi Enc:iosure S II_ ��^11 [. //j� r 6 1 ff �f 3 9 Radio Prep Package 5 V 7 5 ,S' S 14 CotTpLiter Prep Package S 7 Q 7 5 . I i Radar PrLp Package S 1 54 00 i d S 00 12 Ritl Lock S j. 6 3 7 S /fir q62 • 7 13 SIKitgwi Lock 5 y1q, [J . 00 4 $ t2 00 Suns of Extended Prices: $ .52 (, 7 Washington State and Local Sales Taxes: $ q3j, Total Bid: 5 7 •z, JC50 VEHICLE UPFIT -nNG, PAGE 24 OF 29 2. Bidder Contact Infonwtion and Bid Data Bidder is required to complete the appropriate information for the products proposed herein on the bid data pages. Failure to fill out all ofthe inforn-ration requested may, at the discretion of the Manager, result in the bidder bo.-ing deei-ned non responsive. The Courtty will use ffie information conta ined in the bid data pages and elsewhere in the bid to vva tuate the responsiveness o fffie kidder. NOTE: WHEIZE ITEM IS NOT APPLICABLE, INDICATE WITH "N/A." 1, Person to Contact Regarding This Bid: NAME: E-) PHONE. ......... ..... ..... A . . .................. ... TITLE: (> FAX: .... ..... ... S-- - - ----------------- - - - -. CO M P AN Y A E-MAIL' ADDRESS. ........ . . ""A L . . . . ......................... . . ............ . . . . . .. . State o FWasliington Business Registration N un-ber: . . . ........... Federal ID N Lwnber Labor & I ndwstries N Luii)cr: 3 —.L.3.3 8-1—" 2. Makes and Models Proposed, Major Components and Systerns: Provide for each line itern and goods, work or services proposed. Attach additional sheets as needed. . .... .......... ..... . . . . . ............... .. .. . .... .. . ..... — 3. Exceptions to the Detailed Spec ificatioms - 4. Exceptions to Any Other Section or'lhis Docurnent: 5, Manufacturer, Manufacturer's Authorized Distributor/Service Representative INDICATE IF YOU ARE: Mallit'lCtUll-T Ycs:- N o: Manufacturer's Exclusiw [)istributor* YLN: No:—&— Manukacturer*s Authorized Di:,','tribUt0r* yes: _% No: JCSO VElMCLE UPFITTMG, PAGE 25 OF 29 BID LINE DESCRIPTION MANUFACTURE 1 PRISONER TRANSPORT PACKAGE PARTITION SETINA PRISONER SEAT LAGUNA DOME LIGHT SOUNDOFF 2 MARKED POLICE LIGHTING PACKAGE LIGHTBAR WHELEN DUAL MULTI HEAL} LED CODE3 CORNER LIDS WHELEN SIMULATED WIGWAG WHELEN TAILLIGHT FLASHER WHELEN 3 UNMARKED POLICE LIGHTING PACKAGE INTERIOR LIGHTBAR WHELEN EXTERIOR REAR LIGHTBAR COD£3 LED FLASHERS WHELEN SLIM LEDS WHELEN ALLEYLIGHTS WHELEN CORNER LEDS WHELEN SIMULATED WIGWAGS WHELEN 4 SIREN CONTROLLER SIREN/LIGHTING CONTROLLER WHELEN PARK KILL WHELEN SPEAKER WHELEN 5 MIRROR LIGHTS MIRROR LIGHTS SOUNDOFF 5 SPOTLIGHT SPOTLIGHT UNITY 7 PUSH BUMPER PUSHBUMPER SETINA PUSHBUMPER LEES WHELEN 8 REAR CARGO AREA STORAGE BLOCK OPS 9 RADIO PREP PACKAGE CONSOLE HAV1S SHIELDS ANTENNAS TESCO 10 COMPUTER PREP PACKAGE LAPTOP DOCK HAMS SHIELDS LAPTOP MOUNT HAVIS SHIELD 11 RADAR PREP PACKAGE 12 RIFLE LOCK SANTA CRUZ 13 SHOTGUN LOCK SANTA CRUZ Manul'acturer's Authorized Service Roprcscntafivc* Yes: loo: _>C_ ON= At a rninimT4 the specified unit(s) and all immted/fitmished equipt-nent mist be warranted against defective design, material or workmanship to the full extent of the respective Original Equipment Manufacturer's standard published warranty. The bidder will indicate, below, the lenj$h ofwarranty covera&Ye offered fbr each item and/or con-porients furnished miler this specification.. In the event ofconflict between the warranty inlbrrmtion specified by the Contractor and the respective Original Equiptrent Manufacturers, standard warranty; the warranties deerred most advdntageous to the City will control. NOTE: WHERE ITEM IS NOT APPLICABLE, INDICATE WITH' N/A". Comlmnent/Featum N1 finiamm Acceptable Coverage Proposed Coverage ................. LED HOY iting . ............ . . ...................... . . .. ..... ...... Full 5 years parts & lab(')' r ......... . ............................. . . . . Other mn-OEM accessories Full I years, parts & labor ew.% A= Installation. wiring Full I years Farts & labor ... . ................................. . ...... Custom components alai Full I years parts & labor brackets Repair by contractor persormel . ............................... . .... at Flat Services Division ficility, two-way transporlation fionn Flect Services Facility to contractor's shop: or repairs Full I yvar parts & labor perf6rimd by Flect Services Divisimistaffwith labor rLimbUrs'W at $87 per bour and parts provided or parts rcirnburscd at 120% o Fcost . ....................................... Other Full I year parts & labor 7. Source, Type, Curricula u-n and Other M,-tails of Technician Training Proposed: 8. Location and Description ofRepair and Mainteivince Shop(s): . .... . ........................ .......... . .. ... . .... ..... . ............ . . . .. ............... . ........ . ....... . .......... ... . ..... . .. . ....... __ ...... 9. Proposed Method of Transportatioti/Delivery of Base Unit to Bidder's Shop(s): . . .......... . . JCSO VEHICLE UPFITTING, PAGE 26 OF 29 10. Proposed Method of'rransportation/Delivery ofCon-pleted Unit to Fleet Services Division facility: . .............. . . ...... . . . .... . . .. . .... ....... CLC . . ......... ................................. . ................ .. . .. . ... .. ... .... . .... ................... ........... . — 11. References- I ,ist below at least three (3) references (U.S.A. West Coast rek-rences are preferred): COMPANY NAME ................................... . ...... CONTACT NAME: PHONE NUMBER I �01 rV\ - - ------- .............................................. ..... -5-11-11-�i ........................................ 2 -------------- ------ I . .... . . ...... ..... L4 S-) ILA 3. ............... 5 �AAC� I L L .......... a 360 - ------- I Confirmation of Receipt ofProject Addenda: I ackrx)wledge receipt ofAddendum Nuinber(s) all o f' hick are inc kided in this bid price. 4. Non-collusion Declaration 1, by signing the proposal, hereby declare, under penalty ofpedwy under the laws ofthe L)nited States that the f6flowirig staternents are true and correct: 1. That the undersipwd person(s), firm association or corporation has (have) not, either directly or indirectly, entered into any agreement with any other bidder (propose•) or prospective bidder (proposer) or with any other person, firrn or corporation relating to the price narmd in this proposal or any other proposal, nor any agreernent or arrangernent under which any act or ornission in restraint of freedom of corn petition among bidders (proposers) and has not disclosed to any person, firrn or corporation the tennis of this bid {proposal} or the price narned herein. 2. Iliat by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this decla ration. JCSO VEHICLE UPFITTING, PAGE 27 OF 29 5. Proposal Execution and County Acceptance of Proposal This agreement is between U TO 1[13IDDE1IS FULL .......... LEGAL NAME], FAJ & ' % — 7A[BIDDER'S FULL LEGAL ADDRESS], hereinafter referred to as CONTRACTOR, and JEFFERSON COUNTY, 1820 Jefferson Street, Port Townsend, WA 98368, the undersigned, hereinafter referred to as COUNTY. 0#WMIS301111 For good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto do agree as follows: This Agreement contains the entire agreement and understanding concerning the subject matter hereof between the parties and supersedes and replaces all prior negotiations, proposed agreements and agreements, written or oral. Each of the parties hereto acknowledges that no other party hereto or any agent or attorney of` such party has made any promise, expressed or implied, not contained in this Agreement to induce it to execute this Agreement. Each of the parties further acknowledges that it is not executing this Agreement in reliance on any promise, representation or warranty not contained in this Agreement. This Agreement is to be construed as if it were prepared and reviewed by both parties. Contractor hereby acknowled es having received this specification containing a full set of Contract Documents and Addendum Nos, Al 5 and affirms that Contractor shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal or bid, except only to the extent that the bidder has taken express written exception thereto in the sections of this specification designated for that purpose. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. County hereby accepts the foregoing bid items as identified in the proposal. IN WHEREOF, the parties here-to have executed this Agreement to be effective on the date of its signing by the COUNTY. Contractor's Name (Please print) I-rl I - 1 400`1 A! W Name of Contractor's Representative (Please print) Titleff�Contjractor'sReprese tative's(IVeaseprint) Title "' '"0 K 'v's'ry ive's (�ig co4ac�torl"s�Represent,�ative's Sign e (Sign) Date JEFFERSON COUNTY BOARD OF COMMISSIONERS John Austin, Chair Phil Johnson, Member David W. Sullivan, Member I Date Approved as to form only: J — David Alvarez Ix', Deputy Prosecuting Attorney Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. Complete each blank line as applicable; otherwise enter the words "not available". JCSO VEHICLE UPFITTING, PAGE 28 OF 29 402�� CERTIFICATION: REGARDING WEBARM ENT, SUSPENSI ON, I NEL I GI BI L I TY, AND VOL UNTARY EXCL USI ON =0 ligniff""n, rngm mroli ill!''; I 'i t so C It , It not presentl y debarred, suspended, proposed for 05,;Tment, we ared i nel i gi b! e or vol untari I y excl ut-171 from covered trai ons • any Federal department or agency; 2. Hate not within a 3-year period preceding, this proposed been convicted of • had a civil judgment rendei against them for commission of fraud or a criminal offense in connection with obtaining, attempting tit obtain, or performing a public (Federal, State, or local) transaction or Agreement under a public transaction; violation of Federal or State antitrust statutes or commission of eiement, theft, forgery, bribery, falsification or destruction of record r- statements, or receiving stolen property; & A re not presentl y i ndi cted for or otherwi se cri mi nad I y or ci vi I I y charged by a governmental enti ty (Federad, Statei or I ocal) wi th commissi on of any • the offenses enumerated i n paragraph (2) • thi s certif i cati on; and 4. H ave not wi thi in a 3-year peri od precedi ng thi s Agreement had one or more r il i c transai ons (Federal, State, or I ocad) termi nated for cause or defaul t. '11fU-eTfWT en or i Or A rE MT-Tro 97 STWE M771 explanation. ............ ............ 0 r4J1 --" . ... . .............. ............... ..... . ........... 117=111-0 NW-711 130111�M 0% E] I am unable to certify to the above statement. Ane<pJanationisattached. P agm.—ILgIall -till