1. introduction - City of Surrey

advertisement
REQUEST FOR QUOTATIONS
Title:
Supply and Delivery, New Cab and Chassis, Crew Cab, 2
Wheel Drive, c/w Utility Deck and Trailer Hitch and 5th
Wheel Aluminum Command Post Trailer.
Reference No.:
1220-040-2011-002
FOR THE SUPPLY OF GOODS AND SERVICES
RDO Final January 31, 2011
TABLE OF CONTENTS
1.
INTRODUCTION ............................................................................................................................................. 03
2.
ADDRESS FOR DELIVERY ................................................................................................................................ 03
3.
DATE ............................................................................................................................................................ 03
4.
INQUIRIES ...................................................................................................................................................... 03
5.
ADDENDA ...................................................................................................................................................... 04
6.
DURATION OF QUOTATION ........................................................................................................................... 04
7.
NO CONTRACT ............................................................................................................................................... 04
8.
ACCEPTANCE ................................................................................................................................................. 04
9.
CONTRACTOR’S EXPENSES ............................................................................................................................ 04
10. CONTRACTOR’S QUALIFICATIONS ................................................................................................................. 04
11. CONFLICT OF INTEREST ................................................................................................................................. 04
12. SOLICITATION OF COUNCIL MEMBERS AND CITY STAFF ............................................................................... 04
13. CONFIDENTIALITY .......................................................................................................................................... 04
14. SIGNATURE .................................................................................................................................................... 05
15. PRICES ............................................................................................................................................................ 05
16. MULTIPLE PREFERRED CONTRACTORS .......................................................................................................... 05
ATTACHMENT #1 – GENERAL TERMS AND CONDITIONS ..................................................................................... 06
SCHEDULE A – SPECIFICATIONS OF GOODS .......................................................................................................... 11
SCHEDULE B – QUOTATION .................................................................................................................................. 19
RFQ 1220-040-2011-002
Page 2 of 62
REQUEST FOR QUOTATIONS
1.
INTRODUCTION
The City of Surrey (the “City”) invites contractors to provide a quotation on the form attached as Schedule
B to Attachment 1 (the "Quotation") for the supply of the goods (if any) and services described in
Schedule A to Attachment 1 (the "Goods and Services"). The description of the Goods and Services sets
out the minimum requirements of the City. A person that submits a Quotation (the "Contractor") should
prepare a Quotation that meets the minimum requirements, and may choose, in addition, to also include
goods, services or terms that exceed the minimum requirements.
2.
ADDRESS FOR DELIVERY
The Contractor will submit the Quotation to the City at the office of:
Acting Purchasing & AP Manager
at Address:
6645-148th Street
Surrey, BC
V3S 3C7
Fax:
Email:
604-599-0956
purchasing@surrey.ca
Faxed or PDF emailed Quotations are permitted, but a Contractor bears all risk that the City's equipment
functions properly so that the City receives the Quotation. If the Contractor prefers to submit a hard
copy, the Contractor will submit one original unbound Quotation and 1 copy (2 in total).
3.
DATE
The City would prefer to receive Quotations on or before March 16, 2011. The City's office hours are 8:30
a.m. to 4:00 p.m., Monday to Friday, except statutory holidays.
4.
INQUIRIES
All inquiries related to this Request for Quotations ("RFQ") will be directed in writing to:
Acting Purchasing & AP Manager
5.
at Address:
6645-148th Street
Surrey, BC
V3S 3C7
Fax:
Telephone:
Email:
604-599-0956
604-590-7274
purchasing@surrey.ca
ADDENDA
If the City determines that an amendment is required to this RFQ, the City will post a written addendum
on the City website at www.surrey.ca (the "City Website") and upon posting will be deemed to form part
of this RFQ. Upon submitting a Quotation, Contractors will be deemed to have received notice of all
addenda that are posted on the City Website.
6.
DURATION OF QUOTATION
The Quotation will be open for acceptance by the City until:
(a)
the date specified in this RFQ or in a Quotation; or
(b)
as described in a subsequent written notice which the Contractor may send to the City.
RFQ 1220-040-2011-002
Page 3 of 62
7.
NO CONTRACT
This RFQ is simply an invitation for quotations (including prices and terms) for the convenience of all
parties. It is not a tender and no obligations of any kind will arise from this RFQ or the submission of
Quotations. The City may negotiate changes to any terms of a Quotation, including terms in Attachment 1
and Schedules A and B and including prices, and may negotiate with one or more Contractors or may at any
time invite or permit the submission of quotations (including prices and terms) from other parties who have
not submitted Quotations.
8.
ACCEPTANCE
A Quotation will be an offer to the City which, subject to Section 6, the City may accept at any time by
signing the copy of the Quotation and delivering it to the Contractor. A Quotation is not accepted by the
City unless and until both the authorized signatory and the purchasing representative have signed
Attachment 1 on behalf of the City. Delivery of the signed Quotation by the City may be by fax.
9.
CONTRACTOR'S EXPENSES
Contractors are solely responsible for their own expenses in preparing and submitting Quotations, and for
any meetings, negotiations or discussions with the City or its representatives and consultants, relating to
or arising from the RFQ. The City will not be liable to any Contractor for any claims, whether for costs,
expenses, losses or damages, or loss of anticipated profits, incurred by the Contractor in preparing and
submitting a Quotation, or participating in negotiations for a contract, or other activity related to or
arising out of this RFQ.
10.
CONTRACTOR'S QUALIFICATIONS
By submitting a Quotation, a Contractor represents that it has the expertise, qualifications, resources, and
relevant experience to supply the Goods and Services.
11.
CONFLICT OF INTEREST
A Contractor must disclose in its Quotation any actual or potential conflicts of interest and existing
business relationships it may have with the City, its elected or appointed officials or employees. The City
may rely on such disclosure.
12.
SOLICITATION OF COUNCIL MEMBERS, CITY STAFF AND CITY CONSULTANTS
Contractors and their agents will not contact any member of the City Council, City staff or City consultants
with respect to this RFQ, other than the contact person named in Section 4, at any time prior to the award
of a contract or the cancellation of this RFQ.
13.
CONFIDENTIALITY
All Quotations become the property of the City and will not be returned to the Contractor. All Quotations
will be held in confidence by the City unless otherwise required by law. Contractors should be aware the
City is a "public body" defined by and subject to the Freedom of Information and Protection of Privacy Act
of British Columbia.
14.
SIGNATURE
The legal name of the person or firm submitting the Quotation should be inserted in the Quotation. The
Quotation should be signed by a person authorized to sign on behalf of the Contractor and include the
following:
(a)
If the Contractor is a corporation then the full name of the corporation should be included,
together with the names of authorized signatories. The Quotation should be executed by all of
the authorized signatories or by one or more of them provided that a copy of the corporate
RFQ 1220-040-2011-002
Page 4 of 62
(b)
(c)
15.
resolution authorizing those persons to execute the Quotation on behalf of the corporation is
submitted;
If the Contractor is a partnership or joint venture then the name of the partnership or joint
venture and the name of each partner or joint venturer should be included, and each partner or
joint venturer should sign personally (or, if one or more person(s) have signing authority for the
partnership or joint venture, the partnership or joint venture should provide evidence to the
satisfaction of the City that the person(s) signing have signing authority for the partnership or
joint venture). If a partner or joint venturer is a corporation then such corporation should sign as
indicated in subsection (a) above; or
If the Contractor is an individual, including a sole proprietorship, the name of the individual
should be included.
PRICES
All prices submitted shall be for the entire equipment described in the Specifications with options shown
separately, where permitted.
Prices shall be shown on the Quotation Form with HST, Environmental Taxes and Levies shown separately.
The Contractor shall state the length of time that submitted price(s) will be held firm effective from the
closing date. This will be a factor in evaluating the response to this RFQ.
Prices are to be quoted F.O.B. Destination, including freight, unloading at destination, import duties,
brokerage fees, royalties, handling charges, overhead, profit and all other costs included.
Fluctuations in HST or Environmental Tax Rates will be allowed.
Prices to be quoted in Canadian currency.
The lowest or any Quotation will not necessarily be accepted
16.
MULTIPLE PREFERRED CONTRACTORS
The City prefers and intends to award to one Contractor, however, the City reserves the right and
discretion to divide up the Services, either by scope, geographic area, or other basis as the City may
decide, and to select one or more preferred Contractor to enter into discussions with the City for one or
more Contracts to perform a portion or portions of the Services. If the City exercises its discretion to
divide up the Services, the City will do so reasonably having regard for the RFQ and the basis of
Quotations.
In addition to any other provision of this RFQ, Quotations may be evaluated on the basis of advantages
and disadvantages to the City that might result or be achieved from the City dividing up the Services and
entering into one or more Contracts with one or more Contractors.
The right is reserved to accept or reject quotation on each item separately, or as a whole, and to waive
any irregularities in a quotation
RFQ 1220-040-2011-002
Page 5 of 62
ATTACHMENT 1 – GENERAL TERMS AND CONDITIONS
DEFINITIONS AND INTERPRETATION
1.
In these General Terms and Conditions:
(a)
(b)
(c)
(d)
(e)
2.
"Agreement" has the meaning set out in Section 2;
“City” means the City of Surrey;
“Contractor” means a contractor whose Quotation has been accepted by the City and who is
supplying the Goods under this Agreement;
“Goods” means the equipment or materials that are the subject of this Agreement; and
“Purchase Price” means the price quoted by the Contractor and accepted by the City, unless
otherwise agreed by the parties in writing, and includes all taxes, duties, freight charges and
other charges except HST.
This Agreement may be modified only by express and specific written agreement. In the event of a
conflict between the provisions of any documents listed below, then the documents shall govern and take
precedence in the following order:
(a)
(b)
(c)
(d)
(e)
these General Terms and Conditions;
the specifications set out in Schedule A of the Request for Quotations ("RFQ");
the RFQ;
the Quotation; and
other terms, if any, that are agreed to by the parties in writing.
GOODS
3.
The Contractor will supply the Goods in accordance with this Agreement. The Goods supplied will meet
the specifications set out in Schedule A of the RFQ and as described in the Quotation set out in Schedule C
of the RFQ.
4.
The Contractor will deliver the Goods free and clear of all liens and encumbrances in the manner and to
the destination stipulated. In the event of the Contractor's failure to meet this condition, the Contractor
will, on written notice from the City, forthwith return all monies paid by the City on account of the Goods
and in addition the City may by written notice terminate this Agreement without liability, and in such
event, in addition to the above, the Contractor will be liable for any and all expenses or losses incurred by
the City resulting from such failure.
PURCHASE PRICE
5.
The City will pay the Purchase Price to the Contractor in accordance with this Agreement. The Purchase
Price shall also include without limitation all costs of boxing, packing, crating, and loading and unloading
the Goods at the prescribed destination.
TIME
6.
Time is of the essence.
PAYMENT
7.
Invoices must include the Contractor's name, address and telephone number, the City's purchase order
number, the Contractor's invoice number, the Contractor's GST registration number or an indication that
it is not applicable if the Contractor is a small trader, the quantity, tax (if any) and the complete Purchase
Price calculations, including extensions and discounts.
RFQ 1220-040-2011-002
Page 6 of 62
8.
The City will pay the invoice, in the amount as the City determines is correct less any deductions for
setoffs or holdbacks permitted by this Agreement including, without limitation, those described in
Sections 10, 11 and 12, within 30 days of the receipt of the invoice, unless the parties have agreed in
writing to other payment terms. The payment by the City of any invoice will not bind the City with
respect to any subsequent payment or final payment and will not mean that the City has accepted that
the Goods are in accordance with the requirements of this Agreement, or that the Contractor is in any
manner released from its obligation to comply with this Agreement.
9.
Unless otherwise provided, all dollar amounts referred to in this Agreement are in lawful money of
Canada.
DEFICIENCIES
10.
The City shall have a reasonable time to inspect and to accept the Goods. The City may reject any Goods
not in accordance with this Agreement, whether due to damage resulting from improper packing, loading,
unloading or otherwise. The City shall notify the Contractor of rejection of the Goods whereupon the
Goods will be held subject to the disposition by the Contractor. Any costs or expenses incurred by the
City as a result of the rejection of the Goods are, immediately upon written demand by the City, payable
by the Contractor, and may be set off against any payments owing by the City to the Contractor.
11.
The City may hold back from payments otherwise due to the Contractor up to 150% of a reasonable
estimate, as determined by the City, on account of deficient or defective materials. This holdback may be
held, without interest, until replacement Goods are received or such deficiency or defect is remedied.
DEFAULT AND TERMINATION
12.
In the event the Contractor does not ship the Goods by the shipping date specified in this Agreement, or
does not deliver the Goods by the delivery date specified in this Agreement, or otherwise fails to comply
with the requirements of this Agreement, then:
(a)
the City reserves the right to terminate this Agreement, in whole or in part, and in the event of
such termination no payment will be owing by the City on account of this Agreement and the
Contractor will be liable for any and all expenses or loss resulting from such failure or delay and
will return all monies paid by the City; or
(b)
if the City does not terminate this Agreement for late shipping or delivery, the City may deduct
and set off from any payments owing to the Contractor all additional costs the City reasonably
incurs on account of the late shipping or delivery.
13.
The City may by written notice at any time cancel this Agreement with respect to Goods which, as of the
date of cancellation, have not been shipped.
14.
If the Contractor becomes insolvent or makes an assignment for the benefit of creditors or a receiver or
trustee is appointed for the property of the Contractor, then the City may, at its election, and without
prejudice to its rights at law or in equity, terminate this Agreement.
15.
The City will not accept nor be responsible for any restocking charges for any Goods shipped to the City
and then, for whatever reason, returned to the Contractor pursuant to this Agreement. The Contractor is
to bear all costs including shipping and handling of returned Goods.
WARRANTIES AND INDEMNITIES
16.
The Contractor warrants that the Goods shall be free from defects in design, materials, workmanship and
title, shall conform in all respects to the terms of this Agreement, shall be fit and suitable and perform
satisfactorily for the purposes and under the conditions made known to the Contractor by the City or
RFQ 1220-040-2011-004
Page 7 of 62
which were reasonably inferable. The Goods shall be at least equal to the higher of national standards or
codes (such as, by way of illustration, CSA or ASTM), or standards and codes customarily applicable at the
place where the City will use the Goods. The Goods shall be of the best quality, if no quality is specified.
This general warranty is independent of and without prejudice to any specific warranty or service
guarantee offered by the Contractor or third party manufacturer or supplier of the Goods in connection
with the purpose for which the Goods were purchased. The Contractor shall assign to the City any
warranty or service guarantee offered by a third party manufacturer or supplier of the Goods.
Notwithstanding this assignment, if at any time up to one year from the date of delivery or installation (if
applicable) the City determines the Goods or any part do not conform to these warranties, the City shall
notify the Contractor within a reasonable time after such discovery, and the Contractor shall then
promptly correct such nonconformity at the Contractor's expense. Goods used to correct a
nonconformity shall be similarly warranted for one year from the date of installation. The Contractor's
liability shall extend to all liabilities, losses, damages, claims and expenses incurred by the City caused by
any breach of any of the above warranties.
17.
The Contractor warrants and guarantees that Goods delivered under this Agreement do not infringe any
valid patent, copyright or trademark, foreign or domestic, owned or controlled by any other corporation,
firm or person, and agrees to indemnify and save harmless the City and all of its elected and appointed
officials, officers, employees, servants, representatives and agents (collectively the "Indemnitees"), from
and against any and all claims, demands, causes of action, suits, losses, damages and costs, liabilities,
expenses and judgments (including all actual legal costs) by reason of any claim, action or litigation arising
out of any alleged or actual infringement of any patent, copyright or trademark, foreign or domestic,
relating to the Goods supplied under this Agreement.
18.
The Contractor represents and warrants that all Goods delivered under this Agreement shall comply with
all applicable codes, statutes, by-laws, rules and regulations, of any federal, provincial, municipal or other
competent authority for the time being in force, including any environmental laws and that the Goods are
not dangerous to the environment or to person or health.
19.
The Contractor will indemnify and save harmless the Indemnitees from and against all claims, demands,
causes of action, suits, losses, damages and costs, liabilities, expenses and judgments (including all actual
legal costs) for damage to or destruction or loss of property, including loss of use, and injury to or death of
any person or persons which any of the Indemnitees incur, suffer or are put to arising out of or in
connection with any failure, breach or non-performance by the Contractor of any obligation of this
Agreement, or any wrongful or negligent act or omission of the Contractor or any employee or agent of
the Contractor.
CUSTOMS
20.
Documentation for shipments of Goods from outside Canada shall be provided by a Contractor by airmail
and shall include all documents as required by law or customary practice. All packages shall be marked as
follows:
"Upon arrival, please contact customs broker:
Livingston International Inc.
Telephone: 604-685-3555
Fax: 604-605-8231
Email: cst19@livingstonintl.com"
RFQ 1220-040-2011-004
Page 8 of 62
INSPECTIONS
21.
If this Agreement pertains to the fabrication, assembly or other processing of the Goods, representatives
of the City shall be permitted free access at all reasonable times for the purpose of inspection, testing or
obtaining information as to the progress of the fabrication, assembly or processing.
SAFETY
22.
If this Agreement includes any inspection, installation or other work on the City's premises by the
Contractor, or representative or subcontractor of the Contractor, all such activity shall be performed and
undertaken in strict compliance with all applicable health and safety laws and regulations, including,
without limitation, the Workers Compensation Act, the Occupational Health & Safety Regulation and the
Hazardous Products Act, and also in strict compliance with any published and issued by the City for use at
the City's premises. The Contractor shall provide the City with the Contractor's Workers Compensation
Board registration number and a letter from the Workers Compensation Board confirming the supplier is
registered in good standing with the Workers Compensation Board and that all assessments have been
paid to the date thereof prior to the City having any obligation to pay monies under this Agreement.
WHMIS/MSDS
23.
The Contractor covenants and agrees to comply with all the Workers Compensation Board Occupational
Health and Safety Regulations for hazardous materials and substances, and in particular with the
"Workplace Hazardous Materials Information Systems (WHMIS)" Regulations. All "Material Safety Data
Sheets (MSDS)" will be shipped along with the Goods and any future MSDS updates will be forwarded.
SHOP DRAWINGS
24.
The City may require that shop drawings be submitted by the Contractor for review prior to the delivery
of the Goods. The City may require that a qualified registered professional engineer stamp and approve a
shop drawing prior to submission. Any review of shop drawings by the City will not relieve the Contractor
from its obligation to deliver Goods in full compliance with all requirements of this Agreement.
WAIVER
25.
Any failure of the City at any time or from time to time to enforce or require the strict keeping or
performance of any of the terms and conditions contained in this Agreement shall not constitute a waiver
of the terms and conditions and shall not affect or impair the terms or conditions in any way or the City's
right at any time to avail itself of any remedies as the City may have for any breach or breaches of the
terms and conditions.
APPLICABLE LAW
26.
This Agreement shall be governed by and construed in accordance with the laws of the Province of British
Columbia. The City and the Contractor accept the jurisdiction of the courts of British Columbia and agree
that any action under this Agreement shall be brought in such courts.
NOTICES
27.
Any notice, report or other document that either party may be required or may wish to give to the other
must be in writing, unless otherwise expressly provided for, and will be deemed to be validly given to and
received by the addressee:
(a)
(b)
(c)
by hand, on delivery;
by facsimile, on transmission; or
by mail, five calendar days after posting.
RFQ 1220-040-2011-004
Page 9 of 62
The addresses for delivery will be as shown in Schedule C to the RFQ. In addition, the City may give notice
to the Contractor by email at the Contractor's email address as shown in Schedule C to the RFQ, which
email will be deemed to be validly given and received by the Contractor on transmission. The Contractor
may not give notice to the City by email.
MERGER AND SURVIVAL
28.
The representations, agreements, covenants and obligations set out in this Agreement, including without
limitation Section 19, shall survive the delivery of the Goods and payment of the Purchase Price.
ENTIRE AGREEMENT
29.
This Agreement, including any other documents expressly included by reference in this Agreement,
contains the entire agreement of the parties regarding the provision of the Goods, and no understandings
or agreements, oral or otherwise, exist between the parties except as expressly set out in this Agreement.
This Agreement supersedes and cancels all previous agreements between the parties relating to the
Goods.
RFQ 1220-040-2011-004
Page 10 of 62
SCHEDULE A - SPECIFICATIONS OF GOODS
SUPPLY AND DELIVERY NEW CAB AND CHASSIS, CREW CAB, 2-WHEEL DRIVE, C/W UTILITY DECK AND TRAILER
HITCH AND SUPPLY AND DELIVERY OF 5TH WHEEL ALUMINUM COMMAND POST TRAILER.
1.
PURPOSE
The City of Surrey (the “City”) requests your firm fixed price for the supply and delivery of one only new cab and
chassis, crew cab, 2-wheel drive, c/w utility deck and trailer hitch, and one only 5th. wheel aluminum command post
trailer, as per the technical specifications as described in Attachments #1 and #2 in Schedule B.
All equipment to be new, unused and of the manufacturer’s current production model.
All accessories and features listed herein to comply with and meet or exceed all requirements of FMVS Act and
British Columbia Motor Vehicle Act and be supplied by the original equipment manufacturer.
All units supplied to utilize the latest technology, accessories and features offered on a standard retail unit
whether or not they are called for in this specification.
It is the responsibility of the Contractor to ensure that the equipment arrives without damage and in a timely
manner.
NOTE
The Contractor shall but not limited to:
(a)
assume responsibility for coordinating the activities of all equipment suppliers;
(b)
shall provide equipment specified in this RFQ;
(c)
ensure that all components are compatible; and,
(d)
the completed unit(s) shall be tested for proper operation before delivery.
Another City of Surrey Request For Quotations (RFQ) #1220-040-2011-001 (www.surrey.ca) will be issued for the
supply and installation of information technology and communications equipment.
2.
ITEMS TO BE INCLUDED
All major components of the requested equipment should be manufactured or distributed by the original
equipment manufacturer and advertised on a factory brochure as a standard or optional component.
Contractor is to include the factory brochure with the quote. Features and/or minimums listed on this included
brochure as factory-required minimum for the size of the unit quoted to be included in the quote so that the piece
of equipment being offered by the Contractor not only meets these specifications, but also includes factory-listed
requirements for its particular size. In other words, equipment that has had its features or size reduced to below
what the factory says is necessary will not be acceptable.
3.
SAFETY
All material and equipment to be provided under the RFQ to conform to the latest applicable sections of the
I.E.M.C. and Society of Automotive Engineers Handbook, Codes, BCSHA/OSHA and recommended practices, but, in
no case, to be contrary to the laws of the Province and/or Federal Government.
4.
BUILD SCHEDULE
The Contractor should:
.1
prepare and submit a horizontal bar chart [final build schedule] within Ten (10) days after the pre-construction
meeting, indicating the timing (start and completion date of activities noting the first work day of each week)
of all major activities of the work, providing a separate bar for each trade or operation including, mechanical,
plumbing and electrical work, and provides details of the critical events and their inter-relationship to
demonstrate the work will be performed in conformance with the agreement time;
RFQ 1220-040-2011-004
Page 11 of 62
.2
monitor the progress of the work relative to the construction schedule and update the schedule on a monthly
basis for review by the City’s Fire Services, Chief Mechanic, at time of submission for application for payment
and as stipulated by the agreement documents;
.3
promptly advise the City of any revisions required to the schedule;
.4
indicate changes occurring since previous submission of schedule such as major changes in scope, activities
modified since previous submission, revised projections of progress and completion, and other identifiable
changes; and
.5
provide a narrative report to define problem areas, anticipated delays, the impact on the schedule, corrective
action recommended and its effect.
5.
SHOP DRAWINGS
Drawings for approval and blueprints with all details thereon must be furnished within ten (10) days after the preconstruction meeting and before the construction of the Fire Apparatus begins.
The Contractor will be required to provide one (1) set of detailed shop drawings. Shop drawings shall be formatted
so that there is sufficient space for Contractor’s circulation stamps to appear on the face of the submittal.
One print will be returned with appropriate notation if a re-submittal is required.
The Contractor shall provide a five (5)-view drawing showing overall dimensions and configuration of Fire
Apparatus and arrangement of compartments and equipment storage. The five views shall be as follows:





top view [entire truck];
front end view;
rear end view;
Left side view; and,
right side view.
The drawings shall clearly indicate to scale, all exterior portions of the proposed Fire Apparatus, controls, lights,
railings, gauges, etc. This drawing must be approved by the City prior to construction of the Fire Apparatus.
Each Contractor shall make accurate statements in their specifications as to weight, wheelbase, and other principal
dimensions such as overall length, height, width, compartment sizes, door openings, etc.
The body manufacturer shall submit all applicable drawings, and calculations to the City with the Quotation
package. Drawings supplied with this document are for evaluation purposes, and are not intended to assist with
the production of design and manufacturing drawings for the project. No Quotation shall be considered unless
complete engineering drawings to the Quotation Specifications are submitted with the Quotation package. Failure
to submit factory prepared drawings may result in rejection of the Quotation. The engineering drawings will allow
the City the ability to fully evaluate each Quotation, design, engineering and drawing quality in comparison to the
specifications.
6.
ILLUSTRATIVE AND TECHNICAL DATA
Certain specification sections specify that manufacturer’s standard schematic drawings, catalogue sheet(s),
diagrams schedules, performance charts, illustrations and other standard descriptive data will be accepted in lieu
of shop drawings.
The above will only be accepted if they conform to the following:
(a)
(b)
(c)
(d)
Clearly mark each copy to identify pertinent products or models;
Show performance characteristics and capacities;
Show dimensions and clearances required, relative to apparatus requirements;
Show wiring or piping diagrams and controls; and,
RFQ 1220-040-2011-004
Page 12 of 62
(e)
Supplement standard information to provide information specifically applicable to the Work.
A complete set of Contractors specifications, with generic scale drawings, showing the front, rear, left, right, front
and top views of the proposed apparatus must be submitted with your quotation for the purposes of comparison.
Include catalogue information, descriptive literature, specifications and/or engineering drawings that completely
identify the items proposed.
7.
PRODUCT/SYSTEM OPTIONS AND APPROVALS
Wherever any product or system is specified or shown by describing proprietary items, model number, catalogue
number, manufacturer, trade names or similar reference, the Bidder obligates himself to submit a bid and accept
award of contract based upon the use of such products or systems. Use of such reference is intended to establish
the measure of quality that the Consultant has determined as requisite and necessary for the project. Where two
or more products or systems are shown or specified, the Contractor has the option of which to use.
For approval of equivalent products or systems to those specified, submit a request, in writing, to the office of the
Consultant at least five (5) working days prior to Quotation Closing Date. Requests shall clearly define and describe
the product or system for which approval is requested. Manufacturer's literature, specifications, drawings, cuts,
performance data or other information necessary to completely describe the item or system shall accompany
requests.
Approval of equivalent products of systems is given only insofar as they shall conform to the specifications.
No requests will be accepted or approval given by the City for equivalent or alternative products after award of
Contract, unless circumstances warrant such action as determined by the Consultant.
Reference in the specifications to “or pre-approved equivalent” shall mean that approval is obtained in the manner
specified above.
8.
PRODUCT OPTIONS
For product specified only by referenced standards select any product, which meets or exceeds the standard.
For products specified by naming several products or acceptable manufacturers select any product named. If a
standard is also referenced, verify that the product selected meets the standard.
For products specified by “generic” specification: Select any product meeting or exceeding specification.
Where the specification provides for selection of an option which is not consistent with the drawings and
schedules (as in the case of a piece of equipment which differs from the equipment detailed in dimensions, service
requirements, etc.), the Contractor, if he elects to use this option, agrees to coordinate the installation of the
selected option into the Work, making such changes in the work as may be required to accommodate the option,
and he will bear and waives all claims for additional compensation for costs which subsequently become apparent
arising out of the option, including costs of re-design, and preparation of drawings and details. Products specified
by brand name, make, name of manufacturer, trade name, catalogue number, model number or similar reference
shall be regarded as establishing a standard. It is not intended to rule out competition from equal brands or
makes. If, however, a product other than that specified is proposed, it is the Contractor’s responsibility to name
such a product in its Quotation. Evidence of equality in the form of samples may be requested. Determination of
equality shall be at the sole discretion of the City whose decision will be final.
9.
SUBSTITUTIONS
Quotations for substitution may be submitted by the Contractor only after award of agreement. Such requests
must include statements of respective costs of items originally specified and proposed substitutions.
Within twenty (20) days after letter of intent to award, the City will consider formal requests from the Contractor
for changes to be made to the agreement to substitute other products for those specified. Before the end of this
RFQ 1220-040-2011-004
Page 13 of 62
period verify that the products where specified can be obtained, meet all requirements and submit requests for
substitutions for products which cannot be obtained.
The City will consider Quotations if:
(a)
products selected by the Contractor from those specified are not available, or;
(b)
delivery date of products selected from those specified would unduly delay completion of the agreement,
or;
(c)
alternative products or construction methods to those specified, which are brought to the attention of,
and considered by the City as equivalent to those specified, will result in credit to the agreement amount.
With Quotations for substitution include:
(d)
(e)
complete data substantiating compliance of the proposed substitute with agreement requirements;
For products: Product identification, including manufacturer’s name and address; manufacturer’s
literature, including product description, performance test data, reference standards, and limitation,
samples, if appearance is relevant; name and addresses of similar projects where the product has been
used;
(f)
For construction methods: Detailed description of the proposed method, and drawings illustrating it.
(g)
itemized comparison of proposed substitution with product or method specified;
(h)
data relating to changes in schedule;
(i)
quotation for change in agreement amount if substitution is approved; and,
(j)
verification that product complies with various codes.
Should proposed substitution be accepted, in part or in whole, assume full responsibility and costs when
substitution affects any other Services. Pay for any drawing changes required as a result of substitution. Drawings
incorporating and coordinating all aspects of affected Services shall bear the seal and signature of an engineer
registered in the Province/State of the Services.
In making a Quotation for substitution the Contractor represents: That he has personally investigated the RFQ and
(unless the Quotation explicitly states otherwise) determined that it is equivalent or superior to the product or
method specified; that the same guarantee will be furnished for the original; that he will coordinate installation of
the accepted substitute in the Services, making such changes in the Services as may be required to accommodate
the change; that he will bear and waives all claims for additional compensation for costs which subsequently
become apparent arising out of the substitution; and that the Quotation is complete and includes all related costs.
Substitutions will not be considered which are implicit in submitted shop drawings and samples rather than
formally presented Quotations as described above.
Substitutions will not be considered which require substantial changes in the Agreement documents.
No substitutions will be permitted without the written approval of the City.
Substitutions will not be considered which are due to negligence in not ordering specified product in proper
advance time considering place of origin of product, normal method of delivery and manufacturer’s ordering
requirement. In the case of the preceding, the City will select a substitute, which the Contractor shall provide and
install at no additional cost to the City.
10.
GENERAL CONSTRUCTION AND DESIGN
All work shall be carried out in a professional workmanlike manner.
The apparatus and all major components shall be manufactured in North America.
RFQ 1220-040-2011-004
Page 14 of 62
All oil, hydraulic and air tubing lines and electrical wiring shall be located in protective positions properly attached
to the frame or body structure and shall have protective loom or grommets at each point where they pass through
structural members, except where a through-frame connector is necessary.
Parts and components should be located or positioned for rapid and simple inspection and recognition of excessive
wear or potential failure. Whenever functional layout of operating components determines that physical or visual
interface between items cannot be avoided, the item predicted to require the most maintenance shall be located
for best accessibility.
Cover plates, which must be removed for component adjustment or part removal, should be equipped with quickdisconnect fastenings or hinged panels.
Drains, filler plugs, grease fittings, hydraulic lines, bleeders and check points for all components should be located
so that they are readily accessible and do not require special tools for proper servicing. Design practices should
minimize the number of tools required for maintenance.
Exceptions will not be accepted or permitted since all raw materials of specified type are available to all
manufacturers. Since all manufacturers have the ability to shear, brake and weld, as these specifications require,
all basic design requirements shall be complied with.
Materials shall conform to the specifications listed herein. When not specifically listed, materials shall be of the
best quality for purpose of commercial practice. Materials shall be free of all defects and imperfections that might
affect the serviceability of finished product.
All nameplates and instruction plates shall be metal with the information engraved, stamped, or etched thereon.
Name plates shall show make, model, serial numbers, or other such data necessary to positively identify the item
and all fluid types and levels for vehicle. All plates shall be mounted in a conspicuous place with stainless steel
screws and bolts.
The manufacturing process, including quality control, shall be consistent with present industry standards. All
equipment, materials and articles required under this specification are to be new or fabricated from new materials
produced from recovered materials. The term “Heavy Duty”, as used to describe an item, shall mean in excess of
the standard, quantity, quality, or capacity and represents the best, most durable, strongest, etc., part,
component, system, etc., that is currently available. The City shall be the sole judge of quality, construction and
stability of the apparatus and equipment being offered.
Defective components shall not be furnished. Parts, equipment and assemblies, which have been repaired or
modified to overcome deficiencies, shall not be furnished without the approval of the City. Welded, bolted, and
riveted construction utilized shall be in accordance with the highest standards of the industry. CWB/AWB Certified
welders must perform all welding. Component parts and units shall be manufactured to definite standard
dimensions with proper fit, clearances, and uniformity. General appearance of the vehicle shall not show any
evidence of poor quality of work.
11.
PRE-CONSTRUCTION CONFERENCE
A qualified engineer of the body manufacturer is to meet with the City to discuss all facets of these specifications
to ensure a complete and satisfactory understanding of the City’s specifications and Contractor’s Quotation. A
pre-construction meeting will be held at the Contractor’s facility. The Contractor will provide, arrange and pay for
all direct and associated travel costs for this meeting. For scheduling purposes, notification of the pre-construction
conference shall be a minimum of fourteen (14) days before the date. N.B. Arrangements and dates for the preconstruction conference must be made within three (3) weeks following date of award.
RFQ 1220-040-2011-004
Page 15 of 62
12.
QUALITY AND WORKMANSHIP
The design of the vehicle/trailer and equipment must embody the modular design and construction technique as
outlined.
The workmanship must be of the highest quality in its respective field(s). Special consideration will be given to the
following points:
(a)
(b)
accessibility of the various components which require periodic maintenance operations; and,
ease of operation, including both setup and driving/towing operations and symmetrical proportioning of
the overall apparatus.
(c)
Welding shall not be employed in the assembly of the apparatus in a manner that will prevent the removal of
major component parts for service and/or repair. This includes, but is not limited to the following:
(a)
(b)
(c)
(d)
(e)
(f)
individual body compartments;
doors;
panbraces;
body subframe,
bodysides; and
beavertails, etc.
The Contractor shall certify that all components of the drive train are compatible and will stand the strain of
Emergency Service use, and still bear the manufacturer’s normal warranty. It will be the responsibility of the
Contractor to check with the manufacturer of the chassis in this regard and inform the City of any change that may
be necessary in the specifications so they will conform to standards.
The provision of these specifications are to be complied with in all respects, except in instances whereby variances
have been granted. In the event the Contractor cannot supply specified items for reasons of non-compatibility, or
reasons beyond the Contractor’s control, he shall request a variance to provide substitute items, equal to or
better, describe these items in detail in writing to the City.
The design of the apparatus shall be modern, employing the latest automotive engineering practices designed to
suit the nature of the services, which the apparatus must perform. Frame, springs, radial arms, transmission,
differential, axles, shafts and gears shall be strong enough to withstand the road speed and practical tests, and the
unusual stresses and strains place on such apparatus in the emergency service. All of the equipment furnished
shall be the manufacturer’s current published data. If specifications exceed these, or the Contractor sees fit to add
extra features, they shall be considered as minimum and be furnished.
All areas shall be primed with the highest quality products available before being hidden by body construction, or
finished paint.
13.
PRE-DELIVERY SERVICE
Prior to the delivery, the vehicle must be completely serviced by the Contractor in accordance with the
manufacturer’s standard new vehicle “make ready” recommendations. Crankcase, differential, and transmission
must be filled to manufacturer recommended levels. Each vehicle shall contain a pre-delivery check sheet showing
what operations have been performed on the vehicle by the selling dealer. Vehicles are to be clean, and all
stickers are to be removed from glass prior to delivery with the exception of any sticker required by law.
Factory pre-delivery will not be acceptable. Vehicles showing lack of proper dealer pre-delivery service will not be
acceptable and will be returned to the selling dealer by that dealer’s personnel.
14.
DOCUMENTATION AT TIME OF DELIVERY
The Contractor will be required provide the following documentation upon delivery:
RFQ 1220-040-2011-004
Page 16 of 62
1.
2.
3.
4.
5.
6.
7.
8.
9.
Application for Certificate of Title
Priced Invoice Copy
Equipment Parts Line Sheet
Pre-Delivery Inspection Report
Warranty Books
Parts, Service and Operator’s Manuals, Lists and Drawings
Statement of Origin
Copy of Weight Slip with All Components
Complete Vehicle Document
The Contractor shall provide all parts and operational manuals for the equipment being installed. All items called
for in the specifications, including, but not limited to, the necessary manuals, must be supplied to the City before
the final invoice can be processed. The Application for Certificate of Title must have the following address:
City of Surrey
Surrey Fire Services
Fire Hall #9
Mechanical Division
14901 – 64th Avenue
Surrey, BC
15.
DELIVERY
The Emergency Apparatus specified herein, with delivery tickets and/or other required documentation will be
delivered F.O.B. Destination, including freight, unloading at destination, import duties, brokerage fees, royalties,
handling charges included between the hours of 8:00 a.m. to 3:30 p.m., Monday through Friday, to City of Surrey,
Surrey Fire Services, Fire Hall #9, Mechanical Division, 14901 – 64th Avenue, Surrey, BC CANADA.
The Contractor will notify the City, not less than 5 days prior to expected delivery/arrival to permit final inspection
scheduling. An authorized representative of the Contractor shall supervise delivery to the City. The City will not
assume any liability for vehicle/equipment delivered to an unauthorized location.
Title, Risk of Loss, Freight: Title of goods received under an purchase order agreement shall remain with the
Contractor until they are delivered to the address specified, at which time title passes to the City of Surrey.
Regardless of F.O.B. point, the Contractor agrees to bear all risks of loss, injury, or destruction of goods and
materials ordered herein which occur prior to delivery and acceptance. Such loss, injury, or destruction shall not
release the Contractor from any obligations under. Prices include freight prepaid. The Contractor assumes the risk
of every increase, and receives the benefit of every decrease, in delivery rates and charges.
16.
FACTORY INSTALLATION
Items that are available from the factory must be factory installed. If factory installation of an item is not available
to the dealer and the dealer is making a dealer modification in order to meet the specification, it must be clearly
noted in your response.
17.
REJECTIONS
All materials or equipment shall be subject to inspection or test and shall meet the approval of the City’s Fire
Services, Chief Mechanic and his decision shall be final and binding upon all parties. Such inspection, at the option
of the City, may be carried out at the place of business of the Contractor and the Contractor shall assist the Chief
Mechanic, or his designate in the performance of his duties.
Should materials or equipment be defective in quality of workmanship or otherwise fail to conform to the
specifications set forth, the Chief Mechanic shall have the right to reject them or require their immediate
correction.
RFQ 1220-040-2011-004
Page 17 of 62
Materials or equipment requiring correction shall be removed for correction or corrected in place as requested by
the Chief Mechanic at no expense to the City. Unavoidable expense encountered by the City shall be chargeable to
the Contractor and deductible from any monies owing the Contractor by the City.
If the Contractor fails to take proper action promptly when requested by the Chief Mechanic, the City may replace
or correct materials as necessary and charge the cost of such replacement to the Contractor or the City may
terminate the Agreement as provided for herein.
18.
REPLACEMENT PARTS
Replacement parts availability shall be a critical consideration in the evaluation of this RFQ. The Contractor shall
maintain a stock of replacement parts for each bid item, and shall be in a position to replace such part or parts as may
be required for a period consistent with the life of the vehicle(s). The type and location of the Contractor's parts
service facility shall be stated in the Required Data Section.
RFQ 1220-040-2011-004
Page 18 of 62
SCHEDULE B - QUOTATION
ATTACHMENT #1
RFQ TITLE: NEW CAB AND CHASSIS, CREW CAB, 2 WHEEL DRIVE, C/W UTILITY DECK AND TRAILER HITCH
RFQ No.:
1220-040-2011-002
CONTRACTOR
Legal Name: ______________________________________
_________________________________________________
Address: _________________________________________
Phone: ___________________ Fax: __________________
Email: ____________________________________________
CITY OF SURREY
City’s Representative: Acting Purchasing & AP Manager
Address: 6645 – 148 St., Surrey, BC V3S 3C7 CANADA
Phone: 604-590-7274 Fax: 604-599-0956
1.
If this Quotation is accepted by the City, a contract will be created as described in:
(a)
the Agreement;
(b)
the RFQ; and
(c)
other terms, if any, that are agreed to by the parties in writing.
2.
Capitalized terms used and not defined in this Quotation will have the meanings given to them in the Agreement and
RFQ. Except as specifically modified by this Quotation, all terms, conditions, representations, warranties and
covenants as set out in the Agreement and RFQ will remain in full force and effect.
3.
I/We have reviewed the RFQ Attachment 1 – General Terms and Conditions. If requested by the City, I/we would be
prepared to enter into a Purchase Order Agreement, amended by the following departures (list, if any):
Section
Requested Departure(s) / Alternative(s)
_________
_________
4.
The Contractor acknowledges that the departures it has requested in Section of this Quotation will not form part of
the Agreement unless and until the City agrees to them in writing by initialing or otherwise specifically consenting in
writing to be bound by any of them.
RFQ 1220-040-2011-002
Page 19 of 62
SECTION B-1
Changes and Additions to Specifications and Scope:
5.
In addition to the warranties provided in the Agreement, this Quotation includes the following warranties:
6.
I/We have reviewed the RFQ Attachment 1, Schedule A – Specifications of Goods. If requested by the City,
I/we would be prepared to meet those requirements, amended by the following departures and additions
(list, if any):
Requested Departure(s) / Alternative(s) / Addition(s)
RFQ 1220-040-2011-002
Page 20 of 62
SECTION B-2
Fees and Payments
7.
The Contractor offers to supply to the City of Surrey the Goods for the prices plus applicable taxes as follows:
Number of days from the date of receipt of order to guaranteed delivery date ___________ days.
Year: _________________
Make: __________________
Model: ___________________
All costs to meet the minimum specifications shall be included in the following delivered prices.
PARTICULARS
COST PER UNIT
NUMBER OF
UNITS
AMOUNT
PURCHASE PRICE PER UNIT:
$ ______________
X1
$ ___________________
BATTERY ENVIRONMENTAL LEVY:
$ ______________
X1
$ ___________________
TIRE ENVIRONMENTAL LEVY:
$_______________
X1
$ ___________________
AIR CONDITIONING ENVIRONMENTAL
LEVY:
$ ______________
X1
$ ___________________
OTHER TAXES OR FEES:
$ ______________
X1
$ ___________________
SUB TOTAL:
HST: (12%) on $ __________________
=
TOTAL QUOTATION PRICE
(CANADIAN CURRENCY):
$ ___________________
$ ___________________
$
Payment Terms:
A cash discount of _______% will be allowed if account is paid within _____ days, or the_________ day of the month
following, or net 30 days, on a best effort basis.
Warranty:
Please complete if applicable:
British Columbia Certified

The warranty start date (“Warranty Start Date”) for each vehicle is the date on which the City puts that product into
service. The Contractor will be notified of the service start date.
Will Comply: _____________________
Cannot Comply (explain):
Complete Vehicle: State Warranty (no less than one (1) year)
Warranty Service Location:
Name: ______________________________________________
Address: _____________________________________________
____________________________________________________
Phone: ______________________________________________
Fax: ________________________________________________
RFQ 1220-040-2011-002
Page 21 of 62
SECTION B-3
Time Schedule:
8.
Contractors should provide an estimated schedule, with major item descriptions and time indicating a
commitment to perform the Contract within the time specified (use the spaces provided and/or attach
additional pages, if necessary).
MILESTONE DATES __________________________________
ACTIVITY
SCHEDULE
1
2
3
4
5
6
7
8
9
10
SECTION B-4
Key Personnel & Sub-Contractors:
9.
Contractor should provide information on the background and experience of all key personnel proposed to
provide the Goods and Services (use the spaces provided and/or attach additional pages, if necessary):
Key Personnel
Name:
Experience:
Dates:
Project Name:
Responsibility:
10.
________________________________________________________________
Contractor should provide the following information on the background and experience of all
sub-contractors and material suppliers proposed to undertake a portion of the Goods and Services (use the
spaces provided and/or attach additional pages, if necessary):
DESCRIPTION OF
GOODS AND SERVICES
RFQ 1220-040-2011-002
SUB-CONTRACTORS &
MATERIAL SUPPLIERS NAMES
YEARS OF
WORKING
WITH
CONTRACTOR
TELEPHONE NUMBER AND
EMAIL
Page 22 of 62
SECTION B-5
Experience and References:
11.
Contractor’s relevant experience and qualifications in delivering Goods and Services similar to those
required by the Purchase Order Agreement (use the spaces provided and/or attach additional pages, if
necessary):
12.
Contractor’s references (name and telephone number) (use the spaces provided and/or attach additional
pages, if necessary). The City’s preference is to have a minimum of three references:
13.
Service Location and location for Replacement Parts
The type and location of the Contractor’s parts service for suspension parts and brakes on the offered vehicle
shall be provided in the space below:
Service Location:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Location of Replacement Parts (Warehouse):
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Parts delivery lead time is:
______________________________________________________________________________________
Telephone: ______________________________ Fax: ________________________________________
Email address: __________________________________________
RFQ 1220-040-2011-002
Page 23 of 62
14.
I/We the undersigned duly authorized representatives of the Contractor, having received and carefully
reviewed the RFQ and the Agreement, submit this Quotation in response to the RFQ.
This Quotation is executed by the Contractor this _______ day of _______________, 2011
CONTRACTOR
I/We have the authority to bind the Contractor.
________________________________________
(Legal Name of Contractor)
_________________________________________
(Signature of Authorized Signatory)
________________________________________
(Signature of Authorized Signatory)
_________________________________________
(Print Name and Position of Authorized Signatory)
________________________________________
(Print Name and Position of Authorized Signatory)
RFQ 1220-040-2011-002
Page 24 of 62
SCHEDULE B - ATTACHMENT #1 – TECHNICAL SPECIFICATIONS
TYPE OF VEHICLE
The vehicle detailed in this specification is a New Cab and Chassis, Crew Cab, 2 wheel drive, c/w Utility Deck and
Trailer Hitch. This vehicle to tow a 34 foot, gooseneck style, Command Trailer. This vehicle must comply with all
CMVSS and British Columbia Motor Vehicle Act regulations.
STATE WARRANTIES
CAB BASIC:
CAB PAINT:
FRAME RAILS:
OVERALL HEIGHT
STATE:
OVERALL LENGTH
STATE:
CHASSIS WHEELBASE
STATE:
Any deviation from the specifications must be identified and fully described.
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
1.
CAB AND CHASSIS:
The cab and chassis shall be a four door
crew cab low profile design.
FRAME:
The frame rails are to be high strength low
alloy steel, 80,000 PSI yield. 9.125” x
3.062” x 0.312” with a transition to 6.500”
x 3.062” x 0.312”
FUEL TANKS:
There shall be two (2) fuel tanks, one (1)
mounted on each side, shall have a
combined capacity of approx. 100 US
gallons
FRONT BUMPER:
The front bumper is to be full width,
aerodynamic, chrome plated
AIR HORN:
One air horn is to be mounted behind the
front bumper
AIR HORN ACTUATION:
Air horns actuation shall be accomplished
by the
ELECTRONIC SIREN SPEAKER:
A Cast Products SAD3803-09INT-1, 100
watt siren speaker will be installed on the
outer left hand side of the front bumper.
2.
3.
4.
5.
6.
7.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 25 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
8.
FRONT GRILLE:
Front grill to be chrome
FRONT AXLE:
The front axle shall be a Meritor MFS-08153B with a 3.74" I-beam type. It shall
have a capacity of 8,000 pounds GAWR.
Front suspension to be parabolic spring,
taper leaf, 8,000 lb capacity c/w shock
absorbers. Spring pins to be maintenance
rubber bushings.
Steering gear to be power TRW – THP45
CHASSIS ALIGNMENT:
The chassis frame rails shall be crosschecked for length and squareness. Front
and rear axles shall be laser aligned. Tires
and wheels shall be aligned and toe-in set
on the front tires at the chassis
manufacturer's facility.
The completed vehicle should be
rechecked for proper alignment after the
chassis has been fully loaded.
FRONT TIRES:
The front tires shall be 245/70R19.5,
16PR, highway tread with. The tires and
wheels shall be rated at 8,000 pounds
min.
FRONT WHEELS STEEL:
The front wheels shall be hub piloted, 8
stud, white in color, 6.75" x 19.5" steel
wheels
FRONT
WHEEL
BEARINGS
OIL
LUBRICATED:
The front axle wheel bearings shall be oil
lubricated and come equipped with an oil
level visual inspection window.
STEERING COLUMN AND WHEEL:
The steering column shall be a tilt and
telescopic type with an 18" steering
wheel. The steering wheel shall be
covered with black absorbite padding.
The steering column shall contain a horn
button, self-cancelling turn signal switch,
four-way hazard switch
ABS & ATC SYSTEM
A full power hydraulic, Meritor "WABCO",
split system c/w automatic adjustment
and four channel ABS.
Automatic traction control for hydraulic
brakes shall be installed on the single rear
axle.
9.
10.
11.
12.
13.
14.
15.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 26 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
16.
PARKING BRAKE:
A Bosch, DSSA 12” x 3” drum type, spring
actuated for hydraulic brakes shall be
mounted on the rear differential. This
brake is to be activated by a Parking Brake
knob mounted on the instrument panel
c/w a key switch interlock so that the Park
Brake cannot be released until the ignition
switch is in the ON position
FRONT BRAKES:
Front brakes shall be hydraulic disc.
REAR AXLE:
The rear axle shall be a single Meritor MS17-14X-3DCL single reduction c/w driver
controlled locking differential. The rear
axle shall have a rated capacity of 17,500
pounds GAWR.
TOP SPEED:
The top speed of the vehicle shall be
approximately 65 MPH +/-2 MPH at
governed engine RPM.
REAR BRAKES:
Rear brakes shall be hydraulic disc
REAR TIRES:
The rear tires shall be 245/70R19.5, 16PR,
mud and snow tread. Tires and wheels
shall be rated at 17,500 pounds min.
REAR WHEELS:
The single rear axle wheels shall be hub
piloted, 8 stud, white in color, 6.75" x
19.5" steel wheels.
POWDER COATED WHEELS:
Wheels are to be Powder Coated WHITE
to match the paint of the cab. The Hubs
to remain Black.
OIL LUBRICATED REAR WHEEL BEARINGS:
The rear axle shall have oil lubricated
wheel bearings.
REAR SUSPENSION:
The rear suspension shall be an Air Ride
system with 18,500 lb capacity, 5.3” ride
height c/w shock absorbers.
TRAILER BRAKE CONTROLLER:
The most current up to date, electronic
brake control is to be installed and
mounted that is easily accessible to the
driver
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 27 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
27.
AUTOMATIC SNOW CHAINS:
On Spot chains are to be mounted to the
rear axle. The chains are to be air
operated and controlled by a dash
mounted rocker switch.
AIR DRYER:
A Bendix AD-IP desiccant air dryer with a
12-volt, automatic heated moisture
ejector shall be installed in the air system.
AIR COMPRESSOR AND RESERVOIR:
An air compressor is required. Bendix Truflo 550, 13.2 CFM capacity c/w an air tank
large enough to operate all the air
operated equipment.
ENGINE – NON SCR:
Prefer; International MaxxForce DT, NON
SCR, turbocharged, charge air cooled
engine to be provided.
28.
29.
30.
31.
32.
33.
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
TYPE: In-Line six (6) cylinder, 4 cycle
HORSEPOWER: 300 HP at 1900 to 2200
rpm / Governed at 2400 rpm
TORQUE: 860 lb. Ft. @ 1300 rpm
DISPLACEMENT: 466 cu. in.
GOVERNOR: Electronic
FUEL FILTER:
Fuel filters shall be provided.
A
combination primary fuel/water separator
shall be mounted in an easily accessible
location for servicing complete with a
water-in-fuel (WIF) sensor. If water is
present in the fuel the sensor shall
activate the WIF light and alarm in the
instrument panel
EXHAUST SYSTEM:
The exhaust system shall be installed
under the frame with the discharge 90
degrees to the right side forward of the
rear tires.
Stainless steel flex tubing is to be installed
between exhaust pipe and muffler.
System joints shall be connected with
lapping band clamps.
MANUAL REGENERATION:
There shall be a switch to manually force a
regeneration should there not be
sufficient duty cycles for passive
regeneration
RFQ 1220-040-2011-002
Page 28 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
34.
REGENERATION DISABLE SWITCH:
There shall be a regeneration disable
switch to temporarily disable regeneration
should regeneration start in a dangerous
situation.
AIR CLEANER:
The air cleaner shall be a dry type with a
replaceable element, it shall have an
outside air intake c/w air cleaner
restriction gauge to show when the air
cleaner element requires replacement.
COOLING SYSTEM:
The cooling system shall have sufficient
capacity to keep the engine properly
cooled under all conditions of road and
towing operations. The cooling system
shall be designed and tested to meet or
exceed the engine and transmission
manufacturer and EPA requirements. The
complete cooling system shall be
mounted in a manner to isolate the
system from vibration and stress.
Radiator
The radiator shall be a cross-flow design
constructed of aluminum. The radiator
shall have a minimum of a 1045 sq. in.
core. The radiator shall also be equipped
with a drain cock to drain the coolant for
serviceability.
Surge Tank
The cooling system shall be equipped with
a surge tank that is capable of being filled
and removing entrained air from the
system. The surge tank shall be equipped
with a low coolant probe or sight glass to
monitor the level of the coolant. The
surge tank shall have a cap that meets the
engine
manufactures
pressure
requirements as well as the system design
requirements.
Coolant
The cooling package shall have Extended
Life Coolant (ELC) installed. The use of
supplemental coolant additives (SCA) will
not be allowed, as this is part of the
extended life coolant makeup.
35.
36.
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
The coolant shall contain ethylene glycol
and deionized water to keep the coolant
from freezing to a temperature of -34
degrees F.
RFQ 1220-040-2011-002
Page 29 of 62
LINE ITEM
NO.
37.
38.
39.
40.
41.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Hoses/Clamps - Radiator
All radiator tubes shall be formed from
aluminized steel tubing and installed with
heavy duty rubber hoses with stainless
steel constant torque clamps.
Recirculation Shields
Recirculation shields shall be installed
where required to prevent heated air
from reentering the cooling package and
affecting the performance
Hoses/Clamps - Charge Air Cooler:
All charge air cooler tubes shall be formed
from aluminized steel tubing and installed
with silicone hump hoses and stainless
steel "T" style clamps meeting the engine
manufactures Requirements
COOLING SYSTEM FAN:
The engine cooling system shall
incorporate a heavy-duty composite fan,
belt driven on the engine. A shroud and
recirculation shield system shall be used
to ensure air that has passed through the
radiator is not drawn through it again.
TRANSMISSION:
The transmission shall be an Allison 3000
EVSP automatic with 4th generation
electronic controls, close ratio 6 speed
with double overdrive, provision for PTO,
oil level sensor, rated at 80,000 lb GVW &
GCW
The transmission shall be equipped with a
heavy duty transmission cooler capable of
keeping the transmission within operating
temperatures under all rated load
conditions. The transmission shall have
two (2) internal oil filters.
SYNTHETIC TRANSMISSION FLUID:
Castrol "Transynd" or an equivalent
synthetic TES 295 transmission fluid shall
be utilized to fill the EVS transmission.
TRANSMISSION TOUCH PAD:
An Allison pressure sensitive range
selector touch pad shall be provided and
located to the right of the driver within
clear view and reach
DRIVELINES:
All drivelines shall be Spicer 1710 heavy
duty series with "glide coat" splines on all
slip shafts.
RFQ 1220-040-2011-002
Page 30 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
42.
CHASSIS STOP, TAIL, TURN AND BACK-UP
LIGHT WIRING:
A body builder wiring package to the rear
cab frame area for the stoplight, turn
signal, taillight, back-up lights, and
power/ground is required.
TRAILER BRAKES/LIGHTS WIRING:
A wiring package to the rear frame area is
required for separate trailer Stop, Tail,
Turn, Marker Lights, and Electric Trailer
Brake wiring with cab connections to
electronic brake controller.
7-WAY TRAILER CONNECTOR:
A 7-way trailer connector is required to be
mounted at the rear deck area. Exact
location to be determined at preconstruction meeting. NOTE: A second
trailer connector may be required to
operate emergency lighting on the trailer.
INSTRUMENTATION - ENGLISH WITH
METRIC SPEEDOMETER:
The instrument panel shall contain the
following gauges:
Tachometer, Engine Oil Pressure, Water
Temperature, Fuel Level, Voltmeter,
Transmission Oil Temperature
Odometer Display: kilometers, engine
hours, fault code readout
Warning System: (Visual & Audio) low
fuel, low oil pressure, high engine coolant
temperature, low battery voltage
EXTERIOR LIGHT TEST:
By activating a single switch, all exterior
DOT lights (except back up lights) will
cycle for pre-trip inspection
HIGH IDLE CONTROL:
There shall be a switch conveniently
mounted to activate a High Idle only when
in neutral and parking brake set.
DASH ROCKER SWITCH CONSOLE:
A centre dash switch console shall be
provided with easy switch access to both
the driver and officer. These switches to
operate the following options:
Light Bar, Rear Caution Lights, Rear Deck
Light, Onspot Chains, Pre-trip Light
Inspection
43.
44.
45.
46.
47.
48.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 31 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
49.
REAR VISION VIDEO SYSTEM:
A Zone Defense model ZD.323.1.4.SH
camera system shall be installed c/w 7”
LCD colour monitor and pedestal mount
to centre console and two (2)
CAM.313.SH.4P cameras. This system is to
have a 2 camera control device, the rear
of the trailer being the Primary view, the
truck gooseneck hitch area being the
Secondary view. A trailer kit will be
required for this system.
CAB RADIO:
Require an AM/FM radio c/w speakers
BATTERY DISCONNECT SWITCH:
There shall be a cab mounted battery
disconnect switch to disconnect power to
the PDC but does not disconnect charging
circuits.
ALTERNATOR:
A 270 amp Leece Neville 12 volt alternator
with integral regulator and #10 screw AC
terminals shall be installed.
BATTERY JUMPER STUDS:
Battery jumper studs shall be provided in
the driver's step area. The studs allow the
vehicle to be jump-started or cab to be
raised in an emergency due to battery
failure.
BACKUP ALARM:
A backup alarm shall be installed at the
rear of the chassis with an auto-adjusting
output level of not less than 87 dB and up
to 107 dB. The alarm will automatically
activate when the transmission is placed
in reverse.
EXTERIOR ROAD LIGHTING:
All exterior road lighting must comply with
all D.O.T. and British Columbia Motor
Vehicle Act regulations.
FOUR DOOR CREW CAB:
The cab shall be a four door crew cab
capable of seating five (5) people. The rear
of the cab shall have air suspension.
There shall be two (2) steps per door for
occupants to easily entering and exiting
the cab.
Grab handles shall be provided for all
occupants entering and
All glass used in the cab shall be
automotive tint.
50.
51.
52.
53.
54.
55.
56.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 32 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
57.
FRONT AND REAR ROLL DOWN DOOR
WINDOWS:
The front and rear doors shall have a full
roll down window.
REAR CAB WINDOW:
The cab shall have a full width rear cab
window
INTERIOR LIGHTING:
The cab shall have dome lights that are
activated when the doors are open and
have sufficient reading lights for the driver
and passenger.
INTERIOR COLOUR:
The interior shall be grey in colour.
DRIVER SEAT:
The driver's seat shall be a high back seat
and shall include a tapered and padded
seat cushion and back with air ride
suspension.
The seat shall have red three-point
shoulder harness with lap belt and an
automatic retractor
PASSENGER SEAT:
The officer's seat shall be a high back seat
and shall include a tapered and padded
seat cushion and back with air ride
suspension.
The seat shall have red three-point
shoulder harness with lap belt and an
automatic retractor
REAR PASSENGER SEAT:
The rear passenger seat shall be a full
width bench with fixed back and two (2)
integral outboard headrests. There shall
be seat belts for three (3).
HVAC SYSTEM:
The cab shall be equipped with an HVAC
system. The system shall consist of a
heater/defroster/air-conditioning
unit
mounted in a central location with dash
mounted controls.
The air-conditioning compressor will be an
engine driven and utilize R-134A
refrigerant.
DELUXE INSULATION PACKAGE:
Additional insulation in the cab shall be
installed to improve air-conditioning
and/or heating in extreme weather
climates as well as reducing road noise.
58.
59.
60.
61.
62.
63.
64.
65.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 33 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
66.
CAB MIRRORS:
Two (2) rectangular 7” x 16” with integral
convex, breakaway type c/w bright finish
heads and brackets. The mirrors shall be
motorized, heated and lighted by amber
clearance lights, or Surrey approved equal
CAB EXTERIOR SUNSHADE:
There shall be an aerodynamic sunshade
mounted on the top of the cab c/w
integral clearance lights. The sunshade is
to be painted the same colour as the cab.
PAINT:
The cab and utility deck shall be painted
Bright White. The chassis frame shall be
painted black.
OPERATORS MANUAL AND PARTS LIST:
A chassis operator's manual and parts list
with wiring and air plumbing diagrams
shall be provided. The wiring and
plumbing diagrams shall be of the chassis
model.
ENGINE AND TRANSMISSION OPERATION
MANUAL:
One
(1)
engine
operation
and
maintenance manual and one (1)
transmission operation manual shall be
included in the Spartan operator's
manual.
AS BUILT DIAGRAMS:
"As built" wiring diagrams shall be
supplied for the chassis model provided.
ALL ALUMINUM UTILITY DECK:
Required one (1) 8’L x 8’W custom utility
deck designed to tow a 34’ gooseneck
trailer Command Post.
SUBFRAME AND FLOORING
5” aluminum perimeter channel frame.
3” channel or I beam aluminum crossmembers on 12” centres
Longsills as required.
Textured aluminum checker plate flooring.
The degree of slip resistance will be in
compliance with the intent of NFPA 1901
newest version.
REMOVABLE FENCE SIDES
Three (3) removable stake side aluminum
fences for sides and rear of deck, approx
16” high. Fences are to be left unpainted.
Exact dimensions to be determined at preconstruction meeting.
67.
68.
69.
70.
71.
72.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 34 of 62
LINE ITEM
NO.
73.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
BULKHEAD
Aluminum bulkhead and frame, 4” x 3” x
¼” angle, to cab height with tapered
corners to match cab c/w heavy duty
aluminum 2” x 2” welded wire mesh for
upper portion window area.
COMPARTMENTS
There shall be one (1) all aluminum saddle
compartment; 8’W x 36”L x 40”H, with a
24”D x 22”H lower section on each side.
There is also a vertical divider 24” in from
the right side to separate the saddle
compartment into two sections, and a
shelf on the left side to support a slideout
tray. This top portion that’s above the
frame rails is to be transverse to the back
of the right side compartment. This
transverse compartment is to house a
large aluminum slide out drawer on a
SlideMaster M3 slide rated for 1000 lb at
100% extension, exact dimensions to be
determined at pre-construction meeting.
The bottoms of the compartments are to
be sweep out style. The right side bottom
shall have a slide out tray rated at 500 lb
for a portable generator. The doors for
these compartments will be 1/8”
aluminum and punch louvered for
ventilation and have the inside faces
skinned in aluminum. The doors are to
have s/s hinges and s/s 2-point D-handle
latches. The interior of the compartments
are to be Line-X coated or Surrey
approved equal.
DECK LIGHTS
Two (2) Grote 63611 LED Mini Trilliant
Flood Lights mounted on the bulkhead,
one (1) each side, to light up the deck
area. It is to be switched from the dash
console. Exact location to be determined
at the pre-construction meeting.
PORTABLE GENERATOR:
Supply and install one (1) YAMAHA model
YG-4000D portable generator c/w
generator engine meter EM. This
generator to be mounted in the right side
compartment on slide out tray.
RFQ 1220-040-2011-002
Page 35 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
74.
TRAILER HITCH / REAR BUMPER:
Through the deck there will be a Holland
2” drop-pin hitch reinforced to the frame
rails capable to pull a 21,000 lb trailer.
There shall be a stainless skidplate from
the hitch to the rear of the deck.
There shall be a 14000 lb class V hitch
with 2” receiver attached to the rear
frame rails. The receiver to extend just
below the rear bumper.
There shall be a heavy duty rear bumper
installed. This bumper to incorporate
taillights, brake lights, backup lights,
running lights and license plate. All lights
to be LED, 4” round, mounted in rubber
grommets. Exact design to be determined
at pre-construction meeting.
EMERGENCY LIGHTING:
One (1) Whelen Ultra Freedom Super LED
60” light bar to be mounted on the roof of
the cab. This light bar to have both RED
and BLUE split light heads. The light bar is
to be switched through a three position
switch clearly marked with one position
POLICE, one position FIRE, one position
OFF. In the Police position, all Red and
Blue lights flash, in Fire position only Red
lights flash. The rear of the light bar is to
have four (4) amber alternating caution
lights. These lights are to be switched at
the centre dash console. Exact layout and
operation of light bar to be determined at
pre-construction meeting.
Eight (8), Whelen M4J Split Linear-LED are
required. Two (2) to be mounted on the
front grill, two (2) mounted on the front
fenders, two (2) mounted on the deck
sides, and two (2) mounted on the rear
bumper. These lights are to flash Red/Blue
or just Red, depending on which position
the switch is in. Exact location to be
determined at pre-construction meeting
Two (2) emergency radio antennas
(customer supplied) are to be mounted on
the cab roof.
75.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 36 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
76.
CAB CONSOLE:
There shall be a Havis-Shields C-D2300 IN1
console mounted between the driver and
passenger. This console is to house the
backup camera video screen, one (1)
Federal Signal PA300 series, 200W, model
690010 siren control, one (1) RCMP
supplied 2-way radio, one (1) Fire Dept.
supplied 2-way radio. This console and
accessories are to be easily accessible to
both driver and passenger. Exact layout to
be determined at pre-construction
meeting.
RFQ 1220-040-2011-002
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS COLUMN.
Page 37 of 62
SCHEDULE B – QUOTATION
ATTACHMENT #2
RFQ TITLE: ONE ONLY NEW (LATEST MODEL) 5TH WHEEL ALUMINUM COMMAND POST TRAILER
RFQ No.
1220-040-2011-002
CONTRACTOR
Legal Name: ______________________________________
_________________________________________________
Address: _________________________________________
Phone: ___________________ Fax: __________________
Email: ____________________________________________
CITY OF SURREY
City’s Representative: Acting Purchasing & AP Manager
Address: 6645 – 148 St., Surrey, BC V3S 3C7 CANADA
Phone: 604-590-7274 Fax: 604-599-0956
1.
If this Quotation is accepted by the City, a contract will be created as described in:
(a)
the Agreement;
(b)
the RFQ; and
(c)
other terms, if any, that are agreed to by the parties in writing.
2.
Capitalized terms used and not defined in this Quotation will have the meanings given to them in the Agreement and
RFQ. Except as specifically modified by this Quotation, all terms, conditions, representations, warranties and
covenants as set out in the Agreement and RFQ will remain in full force and effect.
3.
I/We have reviewed the RFQ Attachment 1 – General Terms and Conditions. If requested by the City, I/we would be
prepared to enter into a Purchase Order Agreement, amended by the following departures (list, if any):
Section
Requested Departure(s) / Alternative(s)
_________
_________
4.
The Contractor acknowledges that the departures it has requested in Section 3 of this Quotation will not form part of
the Purchase Order Agreement unless and until the City agrees to them in writing by initialing or otherwise
specifically consenting in writing to be bound by any of them.
RFQ 1220-040-2011-002
Page 38 of 62
SECTION B-1
Changes and Additions to Specifications and Scope:
5.
In addition to the warranties provided in the Agreement, this Quotation includes the following warranties:
6.
I/We have reviewed the RFQ Attachment 1, Schedule A – Specifications of Goods. If requested by the City,
I/we would be prepared to meet those requirements, amended by the following departures and additions
(list, if any):
Requested Departure(s) / Alternative(s) / Addition(s)
RFQ 1220-040-2011-002
Page 39 of 62
SECTION B-2
Fees and Payments
7.
The Contractor offers to supply to the City of Surrey the Goods for the prices plus applicable taxes as follows:
Number of days from the date of receipt of order to guaranteed delivery date ___________ days.
Year: _________________
Make: __________________
Model: ___________________
All costs to meet the minimum specifications shall be included in the following delivered prices.
PARTICULARS
COST PER UNIT
NUMBER OF
UNITS
AMOUNT
PURCHASE PRICE PER UNIT:
$ ______________
X1
$ ___________________
BATTERY ENVIRONMENTAL LEVY:
$ ______________
X1
$ ___________________
TIRE ENVIRONMENTAL LEVY:
$_______________
X1
$ ___________________
AIR CONDITIONING ENVIRONMENTAL
LEVY:
$ ______________
X1
$ ___________________
OTHER TAXES OR FEES:
$ ______________
X1
$ ___________________
SUB TOTAL:
HST: (12%) on $ __________________
=
TOTAL QUOTATION PRICE
(CANADIAN CURRENCY):
$ ___________________
$ ___________________
$
Payment Terms:
A cash discount of _______% will be allowed if account is paid within _____ days, or the_________ day of the month
following, or net 30 days, on a best effort basis.
Warranty:
Please complete if applicable:
British Columbia Certified

The warranty start date (“Warranty Start Date”) for each vehicle is the date on which the City puts that product into
service. The Contractor will be notified of the service start date.
Will Comply: _____________________
Cannot Comply (explain):
Complete Vehicle: State Warranty (no less than one (1) year)
Warranty Service Location:
Name: ______________________________________________
Address: _____________________________________________
____________________________________________________
Phone: ______________________________________________
Fax: ________________________________________________
RFQ 1220-040-2011-002
Page 40 of 62
SECTION B-3
Time Schedule:
8.
Contractors should provide an estimated schedule, with major item descriptions and time indicating a
commitment to perform the Contract within the time specified (use the spaces provided and/or attach
additional pages, if necessary).
MILESTONE DATES __________________________________
ACTIVITY
SCHEDULE
1
2
3
4
5
6
7
8
9
10
SECTION B-4
Key Personnel & Sub-Contractors:
9.
Contractor should provide information on the background and experience of all key personnel proposed to
provide the Goods and Services (use the spaces provided and/or attach additional pages, if necessary):
Key Personnel
Name:
Experience:
Dates:
Project Name:
Responsibility:
10.
________________________________________________________________
Contractor should provide the following information on the background and experience of all
sub-contractors and material suppliers proposed to undertake a portion of the Goods and Services (use the
spaces provided and/or attach additional pages, if necessary):
DESCRIPTION OF GOODS
AND SERVICES
RFQ 1220-040-2011-002
SUB-CONTRACTORS &
MATERIAL SUPPLIERS NAMES
YEARS OF
WORKING WITH
CONTRACTOR
TELEPHONE NUMBER
AND EMAIL
Page 41 of 62
SECTION B-5
Experience and ReferenceS:
11.
Contractor’s relevant experience and qualifications in delivering Goods and Services similar to those
required by the Purchase Order Agreement (use the spaces provided and/or attach additional pages, if
necessary):
12.
Contractor’s references (name and telephone number) (use the spaces provided and/or attach additional
pages, if necessary). The City’s preference is to have a minimum of three references:
13.
Service Location and location for spare parts:
Service Location:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Location of Spare Parts (Warehouse):
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Parts delivery lead time is:
______________________________________________________________________________________
Telephone: ______________________________ Fax: ________________________________________
Email address: __________________________________________
RFQ 1220-040-2011-002
Page 42 of 62
14.
I/We the undersigned duly authorized representatives of the Contractor, having received and carefully
reviewed the RFQ and the Agreement, submit this Quotation in response to the RFQ.
This Quotation is executed by the Contractor this _______ day of _______________, 2011
CONTRACTOR
I/We have the authority to bind the Contractor.
________________________________________
(Legal Name of Contractor)
_________________________________________
(Signature of Authorized Signatory)
________________________________________
(Signature of Authorized Signatory)
_________________________________________
(Print Name and Position of Authorized Signatory)
________________________________________
(Print Name and Position of Authorized Signatory)
RFQ 1220-040-2011-002
Page 43 of 62
SCHEDULE B - ATTACHMENT #2 TECHNICAL SPECIFICATIONS
TYPE OF VEHICLE
The vehicle detailed in this specification is a 5th-Wheel Aluminum Command Post Trailer. This vehicle must comply
with all CMVSS and British Columbia Motor Vehicle Act regulations.
STATE WARRANTIES
FRAME RAILS:
BODY BASIC:
BODY AND STRUCTURAL INTEGRITY:
BODY PAINT WARRANTY:
BODY CORROSION WARRANTY:
Any deviation from the specifications must be identified and fully described.
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
1.
INSIDE HEIGHT:
7’ 6” Main Section
6”6” Gooseneck Section
OVERALL WIDTH 8’ 6”
OVERALL LENGTH 34’
GVRW:
28,000 lbs.
FRAME:
Gooseneck frame with 33.5” rise, 3” Jr. Ibeam crossmembers over 8” x 2” tube main
trailer subframe, 6” x 2” tube crossmembers
between 6” x 2” tube gooseneck frame
RUNNING GEAR/LANDING GEAR/HITCH:
Three (3) 8000 lb Dexter Torflex axles c/w
12 ¼” x 2 ½” electric brakes.
2.
3.
4.
5.
6.
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
State axle track width:
Seven (7) 3750 lb 16” white painted steel
trailer rims
Seven (7) 3750 lb LT235/85R16G 14-ply tires
NOTE – One (1) of the seven tires and
wheels to be mounted on the tow unit.
HWH Corporation fully automatic hydraulic
computerized leveling system c/w four (4)
12,000 lb jacks, front jacks – two (2) 24”
length, rear jacks - two (2) 16” length. Fully
automatic control panel with manual
control feature.
on front jacks. Control panel installed in
front left lower compartment.
Four (4) heavy-duty 18” x 18” x 2” rubber
outrigger pads.
RFQ 1220-040-2011-002
Page 44 of 62
LINE ITEM
NO.
7.
8.
9.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
One (1) 32,000 lb GTW / 8000 lb TW
double-oscillating mini 5th wheel gooseneck
coupler, bolted to an Extenda-hitch with
four (4) height adjustment positions of
5.25”.
An additional second hitch insert with 2”
kingpin (height adjustable between 46” –
50” from ground to suit standard 48” semitrailer 5th wheel height).
HUBODOMETER:
A hubodometer is to be mounted on the
left rear axle. The hubodometer is to be
calculated in kilometers.
SLIDEOUTS:
One (1) 7’ 9”L x 6’ 6”H x 42”D (approx)
automatic slideout with two (2) HWH
Corporation hydraulically driven dual
cylinder underfloor 6” x 3” arms with
synchronizing cylinder and pivotal head flat
floor option. Carefree Ascent slideout
awning (Colour of acrylic fabric TBD), c/w
weather slat, full aluminum cover and
aluminum wind deflector. Include (2) HWH
Electric Travel Locks (1xLH,1xRH).
One (1) 10’ 4”L x 6’ 6”H x 42”D automatic
slideout with two (2) HWH Corporation
hydraulically driven dual cylinder underfloor
6” x 3” arms with synchronizing cylinder
and pivotal head flat floor option flat floor
option. Carefree Ascent slideout awning
(Colour of acrylic fabric TBD), c/w weather
slat, full aluminum cover and aluminum
wind deflector. Include (2) HWH Electric
Travel Locks (1xLH,1Xrh)
Slideout electrical cabling to be managed
with flexible cable tracking c/w mounting
brackets.
State type of tracking:
Each slideout shall include a manual override feature.
SIDE ENTRY DOORS & FOLDOUT STAIRS:
Two (2) 32”W x 84”H side doors with 2”
insulation, lined same as unit, c/w 18” x 24”
tinted fixed windows, pad-lockable,
stainless steel, freezer type handles with
push release and rubber sweeps.
RFQ 1220-040-2011-002
Page 45 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
There shall be aluminum fold-out stairs c/w
removable handrails for each side door.
These side doors shall be on the left side
(curb side), one (1) entering the Meeting
room, one (1) entering the Planning room.
10.
11.
RIGHT SIDE WHITEBOARD & FOLD DOWN
WORK BENCH:
There shall be a 10’ x 5’ galvanized steel
sheet attached to the right side wall with
3M VHB & aluminum flatbar perimeter
frame with neoprene gasket, painted white
& clearcoated, for exterior waterproof
magnetic.
Whiteboard. This board is to be mounted
between the doors and notched for the
window.
Below the Whiteboard there is to be a 10'L
x 22"D x 3"Thick aluminum exterior folddown work bench, with tubular slideout
support arms attached below frame. Work
surface finished with smooth aluminum on
both sides, with piano hinge that allows
work bench to fold flat down or flat up,
with rubber hood straps to secure in both
positions.
FLOORING, INSULATION, CEILING, &
LINING:
Heavy-duty 1-piece Lonseal Longplate II
gunpowder grey (424TX) over 3/4" marine
grade plywood subfloor.
Molded 2-3" vinyl cove base in dark gray to
match flooring 3” urethane insulation under
floor and covering crossmembers. 2”
urethane insulation walls and ceiling.
Complete interior to be lined in 3/8”
plywood (backer board) and overlaid in
white Kemlite glued to backer. No rivets.
5” drop false ceiling in rear 19' & sloped
section c/w 5 sections;
One (1) centre HVAC section with fixed
panels c/w 18 adjustable vents
Two (2) middle lighting sections with fixed
panels and removable opaque lenses
RFQ 1220-040-2011-002
Page 46 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
Two (2) outer wiring sections with
nutserted removable panels for access to
wiring. Fixed panels over cabinets require
cable pass-through as required. Includes
wiring channel from side to side at rear of
trailer, and just forward of rear A/C unit.
- (2) cross-trailer plenums (one at very rear,
one in middle between A/C units).
NOTE – The false ceiling will be painted
white after plywood is installed and before
glasboard lining and cabinetry.
12.
Require a U-shaped wiring trough along
ceiling in gooseneck, 5"Wx4"H with 1.5"H
lip along edge, attached to sloped wiring
section of dropped ceiling, with removeable
covers over trough from sloped section to
gooseneck cabinets, all painted white with
ceiling.
EXTERIOR COMPARTMENTS:
All compartments are to be fabricated of
1/8” aluminum with sweep-out style floors
(except generator compartment). All doors
to be fabricated of aluminum c/w water
tight seals. All doors to be insulated and the
interior of the doors to be skinned.
STATE how doors will be constructed and
sealed:
One (1) 50”W x 34”H x 30”D (approx.) 3/16”
aluminum front generator compartment
c/w double doors, s/s hinges, and 2-point Dhandle latch.
2” Roxul mineral wool insulation lining with
perforated galvanized steel.
The generator is to be fixed mounted: no
sliding tray required.
This compartment is to be mounted under
the gooseneck through rubber antivibration isolators (no metal to metal direct
contact).
The
mounting
of
this
compartment shall be constructed to easily
handle the weight of an Onan CMQD diesel
1200w generator.
RFQ 1220-040-2011-002
Page 47 of 62
LINE ITEM
NO.
13.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
One (1) 14”W x 22”H x 16”D, Left side rear
storage compartment with side-hinged
access door c/w s/s hinge, 2-point D-handle
and T-style holdback. This compartment to
be through-frame and to be insulated and
lined on the interior of the body. This
compartment is to house the tankless air
compressor and control valve for raising
and
lowering
the
rear
camera/communications mast.
One (1) 14”W x 14”H x 4”D, Right side data
patch
panel
compartment
into
communications equipment rack area. Top
hinged door to include rubber flap and
single-point 2-stage slam latch
48"W x 16"H x 20"D front right side storage
compartment c/w 48"W x 8”H x 8'D underbelly extension below frame rails for
storage of tables and chairs.
One (1) 48”W x 16”H x 20”D mid right side
compartment for storage of two (2) 8D
batteries c/w vertical divider to isolate
batteries from electronic equipment.
Batteries are to be on an aluminum slideout
tray. This compartment to be well
ventilated.
48"W x 16"H x 20"D rear right side storage
compartment c/w 48"W x 8"H x 8'D underbelly extension below frame rails for
storage of tables and chairs.
Belly compartments are to be top-hinged
c/w s/s hinges, s/s 2-point D-handle latches
and s/s T-style Holdbacks.
INTERIOR DIVIDER WALLS:
There shall be two (2) insulated partition
walls c/w 24”W lacquer birch pocket doors
(to match cabinetry) c/w a retention device
to hold the door in the open or closed
position.
The wall width to be the minimum to suit
the pocket doors and to be lined on both
sides the same as the rest of the interior.
These walls are to be between meeting
room & kitchenette and planning room &
kitchenette
RFQ 1220-040-2011-002
Page 48 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
There shall be one (1) insulated partition
wall w/22"W lacquer birch pocket door (to
match cabinetry), w/bungee retention cord.
This separates washroom from kitchenette.
One (1) accordion type retractable partition
wall at gooseneck dispatch room with white
vinyl laminated finish and centre split
hardware.
14.
15.
There shall be an NFPA anti-slip
checkerplate aluminum stair case c/w a
tubular aluminum handrail that extends
onto a handrail along the edge of the
gooseneck.
WINDOWS:
Five (5) 36”W x 24”H light tint T-slider
thermopane side windows.
One (1) in the meeting room slide out, one
(1) in the meeting room right side wall, one
(1) in the planning room slide out, two (2),
one (1) each side in the dispatch room
Two (2) 24”W x 24”H light tint T-slider
thermopane side windows. One (1) each on
the outer ends of both slide outs. To be
clarified at pre-construction meeting.
One (1) 24”W x 24”H light tint fixed opaque
thermopane lavatory window.
ROOF AND ACCESSORIES:
Drop roof construction
Roof capable to walk on aluminum (roof
bows @ 12” o.c. with 12 ga. Aluminum
sheeting) Access ladder to roof with
checkerplate kick plate Hinged security
cover with 2-point SS D-handle
Framing in roof for two (2) A/C units
Reinforce right side roof edge for Apex roofmounted awning
Reinforce roof for future Auto-track VR7B
satellite dish
UHMW reflector touch-down protection
plate bonded to roof
Rooftop brackets for Star Choice HDTV
SC2000 rooftop satellite television dish.
RFQ 1220-040-2011-002
Page 49 of 62
LINE ITEM
NO.
16.
17.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
Reinforce roof for Will-Burt light tower
Traction tape on roof wherever possible
(lower portion only) 1/3 coverage pattern
Twenty four (24) 125 x 80 x 45mm flanged
diecast aluminum weatherproof junction
boxes, installed on roof, for customerinstalled antennae.
One (1) Seal-Tite pass-thru’s from each
junction box down into electrical cabling
plenum are to be included
120V POWER SUPPLY:
Supply one (1) Onan CMQD diesel
120/240V, 12000W Generator installed in
the
front
gooseneck
insulated
compartment. Includes EC30 remote
control panel with 10’ harness features
auto-start to maintain batteries, service &
diagnostic messages, start/stop, hour
meter, battery condition gauge & DC
voltage gauge, and fuel gauge.
Supply and install a 55 gallon polyethylene
remote fuel tank with fuel gauge sending
unit, c/w protective cover for the fuel tank,
installed between the trailer frame rails.
Plumb to a remote fuel fill in a convenient
location c/w locking vented diesel fuel cap.
Plumb generator to this fuel tank.
Exhaust to exit out to left (driver) side.
ELECTRICAL PANELS:
These panels are to be rack mounted and
located in the Planning room on the right
side wall between the door and gooseneck.
One (1) 100 amp 120/240V, 18-breaker rack
mounted primary panel wired to generator
with digital volt and amp meters.
(Paneltronics #6303 & 6404)
Heating and air conditioning and Incinolet,
wired to main panel
Two (2) 50 amp 120V, rack-mounted
subpanels. One (1) 8-breaker and One (1)
16-breaker wired to the transfer switches.
Smoke alarms and one (1) outlet per
workstation are to be powered by the 8breaker subpanel #1
The converter/charger is to be powered by
the same 30A circuit that panel #1 is
powered by.
The other outlets/lights/awning are to be
powered by the 16-breaker subpanel #2.
RFQ 1220-040-2011-002
Page 50 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
The subpanels will be powered by the ITS50R external automatic transfer switches
fed by a 30A shore power plug #3 and 50A
main panel breakers.
Full rear protective enclosures for all panels
are required.
Three (3) 15A “UPS” rack outlets will be
powered by the inverter.
One (1) Rack mounted 7” blank panel
(Paneltronics #6400) required for mounting
the EC30 genset control panel, fuel level
gauge, inverter on/off switch and two (2)
subpanel digital amp meters.
Two (2) ITS-50R automatic transfer switches
wired to 50A 120V
breakers in main panel and to 30A 120V
shore power plugs
Two (2) 30A 120V exterior shore power
receptacles c/w weatherproof covers
Two (2) 50ft 30A 120V weatherproof shore
power cables
Two (2) 30A 120V to 15A 120V adapter
plugs
One (1) Xantrex PROwatt SW 2000W PSW
Inverter c/w optional remote on/off switch
and remote ammeter and to include
TFB300 300A class “T” fuse & holder. These
are
to
be
located
inside
the
communications rack (above the battery
compartment).
The inverter is to provide power to three (3)
“UPS” outlets, one (1) per rack.
Two (2) IOTA DLS/90-IQ4 converter/3-stage
chargers are to be wired to the batteries.
18.
120V ELECTRICAL:
Thirty Six (36) 15A 120V duplex interior
outlets with s/s cover plates Maximum
three (3) per circuit.
RFQ 1220-040-2011-002
Page 51 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
One (1) outlet per workstation to be
powered by Subpanel #1Three (3) 15A 120V
duplex interior outlets (orange) c/w
stainless steel cover plates, these to be the
“UPS” outlets powered by the inverter.
Four 15A 120V duplex exterior GFI outlets
c/w weatherproof covers. Three (3) on right
side, one (1) on left side, max two (2)
outlets per breaker
One (1) 20A 240V outlet in lavatory for
Incinolet.
Six (6) 4’ double tube energy saving
fluorescents c/w translucent lenses. Four
(4) in meeting room, two (2) in planning
room
Six (6) 2’ double tube energy saving
fluorescents c/w translucent lenses. One (1)
in lavatory, one (1) in kitchenette, Two (2)
in gooseneck riser, Two (2) in dispatch
room.
Six (6) 3-way switches for fluorescent lights
mounted at each side door and dividers.
NOTE: All 120V wall switches and outlets
are to be white with stainless steel
faceplates.
Two (2) 8”H low-profile high capacity air
conditioning units, 15000 BTU with ducted
ceiling package wired to two (2) wall
mounted heat/cool thermostats
Four (4) 750W 120V Stelpro forced air wall
mounted heaters wired to two (2) A/C unit
s, controlled by wall mounted A/C unit
thermostats. One thermostat mounted in
the meeting room, one (1) mounted in the
planning room.
One (1) 500W 120V Stelpro forced air wall
mounted heater in Lavatory c/w built-in
thermostsat.
One (1) 120V 3.2 cu ft stainless steel bar
fridge mounted in kitchenette.
One (1) 120V 1.0 cu ft stainless steel
microwave oven mounted in kitchenette.
One (1) Intercon CMM 1000, 10-cup undercabinet mounted coffee maker c/w
stainless steel thermal carafe, mounted in
kitchenette.
RFQ 1220-040-2011-002
Page 52 of 62
LINE ITEM
NO.
19.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
Two (2) Kidde hardwired combination
smoke/CO detectors with 9V battery
backup
One (1) 20’L x 10’W Carefree Apex 120V
roof-mount awning for right side with
Direct Response Electronics control panel
installed near the front side door. Colour of
acrylic fabric TBD, c/w with black case
painted white same as body
240V ELECTRICAL:
One (1) 240V outlet for Incinolet toilet.
One (1) Will-Burt NS4.5-9000 (Appleton)
with 6x 1500W Appleton lights including
RCP 9000 dual-flip positioner, pistol-grip
handheld control, 30’ DC control cable &
30’ AC control cable with connectors.
20.
NOTE: Will-Burt pneumatic light tower to
share the same compressor as rear WillBurt pneumatic camera mast
PNEUMATIC MAST:
One (1) C-275 tankless 3/4hp 120V air
compressor, installed near base of mast,
with optional in-line filter lubricator
(900634).
One (1) Will-burt 8-30 standard-duty
pneumatic telescoping mast, with top
payload capacity of 100 lbs. Mast is nonlocking, rotatable and includes basic top
platform. Mast is 8' retracted & 30'
extended.
21.
One (1) 50'L Nycoil 1"ID flexible conduit,
with 90-degree end connectors.
One (1) Bosch MIC1-400 ALBUP13636N
(black) upright mount camera with wiper,
heater, and 36:1 zoom with NTSC.
- MIC-BP3 bi-phase converter for MIC400
- MIC-25M 25m composite cable with plug
for power, data & video
- MIC-115PSU-UL 115V AC input
- MIC-DCA deep conduit adaptor (black)
- Installation of camera system
12V ELECTRICAL:
DOT/CMVSS compliant LED lighting package
incl 45002/45003 surface mount clearance,
dual
Grote
15"
surface-mounted
stop/tail/turn strip lights (53582) & licence
plate light (60601 w/43962 bkt)
RFQ 1220-040-2011-002
Page 53 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
One (1) 7-pin truck-style trailer receptacle
on trailer (EL30760)
One (1) 15' Techtran STS curly 7-wire trailer
cord (7STS522MG) with 7-pin truck-style
plugs on each end.
One (1) Trailer breakaway switch kit c/w gel
battery & charger
One (1) rack-mounted DC breaker panel
with digital volt & ampmeters & 17
breakers w/full protective rear enclosure.
One (1) 12V master switch with red
indicator light (at side door)
Two (2) EV8DA-A absorbed glass mat (AGM)
290AH 8D batteries wired to recharge from
converter/charger when 120V power is
available and through the trailer plug when
connected to the tow vehicle.
One (1) Blue Sea ML Series #7620
Automatic Charging Relay to be installed
between the batteries (combines batteries
when charging is present and disconnects
batteries when they drop below a preset
voltage to ensure the generator starting
battery is not drained)
One (1) Powerpulse 12V battery
conditioner.
One (1) Mid Atlantic 4" exhaust fan (FAN)
w/95CFM & 39dBA & 2000RPM with metal
interior finger guard (GUARD) and exterior
chrome cowl vent (for washroom).
One (1) Wall-switch for washroom fan.
NOTE: All 12V wall switches to be gray
Decora with SS faceplates
One (1) Shurflow 12V water pump under
sink cabinet
Five (5) 18" LED strip lights with built-in
switches, in storage compartments.
Sixteen (16) 18"L LED strip lights (500
lumens; Grote 61F01) w/built-in switches,
mounted to drop ceiling throughout trailer
for complete low-voltage lighting system.
Three (3) switches for LED lights.
Six (6) 12V Whelen M9 surface-mount LED
scene lights (M9ZC) with chrome bezels
(M9FC); 3 per side.
RFQ 1220-040-2011-002
Page 54 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
Two (2) switches for scene lights at forward
side door, 1 switch for left side, 1 switch for
right side.
Four (4) 12V Whelen Pioneer PFA1 Super
LED Floodlights c/w mounting brackets. 2
on the front, 2 on the rear.
22.
Two (2) switches for flood lights at forward
side door, 1 switch for the front, 1 switch
for the rear.
Sixteen (16) 12V single-plug outlets with
rubber dust covers.
One (1) Whelen L31HGF GREEN LED 360degree Beacon with optional cast aluminum
branch guard kit, on rear PS corner,
switched near front side door.
One (1) Zone Defence Night Vision heated
shutter backup camera with Eighteen (18)
InfraRed LED's, wired to plug at front of
trailer.
One (1) backup camera trailer kit, with
flexible curly cord.
NOTE: backup camera monitor with second
backup camera to be
included with tow vehicle.
A backup alarm shall be installed at the rear
of the trailer with an auto-adjusting output
level of not less than 87 dB and up to 107
dB. The alarm will automatically activate
when the transmission of the tow vehicle is
placed in reverse.
One (1) Automotive car alarm system for
side doors with magnetic switches, shock
sensors, siren & Four (4) keyfobs.
- Three (3) interior motion sensors
- alarm wired to flash clearance, S/T/T &
scene lights (with heavy duty relay) when
triggered.
INTERIOR CABINETRY:
All cabinetry to be lacquer birch plywood
with lexan inserts in all cabinet doors c/w
hidden hinges and non-locking trigger
latches. All counter tops to be a pewter
brush swirl type HD laminate with oak trim.
Twenty (20) 2" plastic cable pass-throughs
(2 per flip-up workstation)
RFQ 1220-040-2011-002
Page 55 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
23.
DISPATCHERS ROOM:
(Workstations 1-5):
One (1) U-shaped desk;
7'9"Lx8'Wx22"D/18"Dx30"H c/w Four (4)
hinged flip-up desk tops with locking trigger
latches
One (1) U-shaped upper cabinet;
7'9"Lx8'Wx18"D/14"Dx20"H w/ Two (2)
pairs of doors on each side & 3 doors on
front will, with one adjustable shelf.
Four (4) 3'x2' magnetic whiteboards
attached to side & front wall
Two (2) 3'x2' magnetic whiteboards with
sliding hardware to cover windows.
PLANNING ROOM
(Workstations 6-9):
Three (3) custom computer equipment
racks; 3/4" lacquered birch plywood sides
(19" clear apart); Two (2) with piano-hinged
doors (forward rack LHS hinged, rear rack
RHS hinged) with max-sized aluminum
perforated mesh inserts for airflow and Two
(2) locking travel-safe trigger latches per
door, and electrical rack with no door, but
including blank filler panels as required.
Each rack includes:
- Two (2) pairs of Mid Atlantic RRF45 rack
rails (front rails 1"
in from doors, rear rails 18" back from
fronts, facing rear)
- Two (2) Mid Atlantic 48" vertical power
strips (PD1415C-NS) with
Fourteen (14) outlets each, surge
protection & EMI filter.
24.
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
- Two (2) Mid Atlantic 120V 4" exhaust fans
(FAN) w/95cfm & 39dBA
@ 2000 RPM and metal finger guard
(GUARD) at top of rack
- One (1) 6"H aluminum mesh covered air
intake near bottom of rack
Custom cutout/insert into rear Two (2)
racks for printer/scanner/fax machine, with
slideout tray & 4"D paper tray below. Exact
dimensions to be determined at preconstruction
meeting
when
printer/scanner/fax model has been
determined.
RFQ 1220-040-2011-002
Page 56 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
One (1) Fixed desk in DS pushout;
7'4"Lx22"Dx30"H c/w Two (2) hinged flip-up
desktops with locking trigger latches
One (1) 16"W bank of Three (3) drawers;
Two (2) small uppers, One (1) larger lower
One (1) Bank of upper cabinets in DS
pushout; 7'2"Lx15"Dx15"H with
Two (2) pairs of doors (note: 2" of clearance
required for vertically sliding whiteboard)
Two (2) 3'x2' magnetic white boards
attached to slideout walls
Two (2) 3'x2' magnetic white boards with
sliding hardware to cover slideout windows
(one horizontal/one vertical)
25.
Two (2) Flip-down desks (stow in lowered
position); piano hinge & swingout brace;
36"Lx18"Dx30"H
KITCHENETTE:
One (1) Fixed desk on PS wall;
3'6"Lx24"Dx34.5"H
- 13"Wx15"Lx5"D SS sink
- lever-style tap (cold water only)
- plumbing from sink & tap into standard
water bottles
One (1) wall-mounted soap dispenser
One (1) SS paper towel dispenser with SS
waste paper basket
One (1) single-door cabinet with bar fridge
enclosure
One (1) Bank of upper cabinets;
2'11"Lx18"Dx20"H with 1 pair of doors and
1 adjustable shelf.
One (1) Microwave enclosure; to suit
microwave & coffee pot
One (1) wall-mounted Purell hand-sanitizer
dispenser
RFQ 1220-040-2011-002
Page 57 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
26.
LAVATORY ROOM:
One (1) Incinolet 240V WB stainless
incinerating toilet with rubber vent
coupling, vented out sidewall with dryer
flap.
One (1) Stainless steel liner dispenser
w/Four (4) boxes of 200 liners
One (1) Stainless steel 2-roll toilet paper
dispenser
One (1) Stainless steel angled washroom
grab bar
One (1) Unbreakable mirror
One (1) wall-mounted Purell hand sanitizer
dispenser with Ten (10) 800ml refill bottles
MEETING/BREIFING ROOM:
(Workstation 10-16):
One (1) 6'6"Lx4'Wx30"H fixed table in DS
pushout, on reinforced legs with wheels
attached, with piano hinge along wall.
Fifteen (15) Safco Soft-Tough Workbench
Chair p/n 6680.
One (1) 11'4"Lx22"Dx30"H fixed desk on PS
wall c/w Three (3) hinged flip-up 3"H
desktops with locking trigger latches
One (1) 11'4"Lx18"Dx24"H bank of upper
cabinets on PS wall with Two (2) double
doors and (1) adjustable shelf each.
27.
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
One (1) 8'Lx18"Dx14"H fixed desk on rear
wall.
Four (4) 19"Wx18"Dx14"H banks of lower
pullout drawers on rear wall; bottom legalsize filing drawer with top pencil/paper
drawer.
One (1) Sliding map-board wall c/w 6'x4'
magnetic white board attached to rear wall
RFQ 1220-040-2011-002
Page 58 of 62
LINE ITEM
NO.
28.
29.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
NOTE: build-out rear wall behind white
board to suit video/SMART monitor
size/location/wall-mount bracket.
Two (2) 6'x4' magnetic white boards
attached to 1/2" lacquer birch plywood
sliding bypass boards trimmed with
1"x1"x1/8" channel & UHMW bottom guide
tracks & extruded aluminum top track with
low-profile roller trolleys & retention pin for
storage.
One (1) 4'x3' magnetic white board
attached to PS wall
One (1) 4'x3' magnetic white board with
sliding hardware to cover window.
Three (3) 3'x2' magnetic white boards
attached to slideout walls
Two (2) 3'x2' magnetic white boards with
sliding hardware to cover slideout window
(one horizontal/one vertical)
PAINTING/UNDERCOATING:
Paint trailer white, acrylic urethane,
including roof/ awning box
Paint interior dropped ceiling & wire
troughs white.
Under body compartment interiors to be
left bare aluminum
NOTE: trailer frame to be sand-blasted and
primered with zinc-rich primer, then topcoated with zinc-rich paint prior to
installation of walls and application of
protective urethane spray-foam for
superior corrosion protection.
Trailer frame to be fully undercoated.
Trailer certification & inspection.
COMMUNICATIONS NETWORK:
Sixteen (16) data junction boxes with 3outlet faceplates, Three (3) snap-in Gigaflex
Cat6 MDVO RJ45 data/RJ11 phone
combination connectors
NOTE: 2 blue connectors & 1 black
connector each.
Four (4) data junction boxes with 6-outlet
faceplates, Six (6) snap-in Gigaflex Cat6
MDVO combination connectors, in patch
panel.
NOTE: 4 blue connectors & 2 black
connectors each.
RFQ 1220-040-2011-002
Page 59 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
Three (3) 24-port rack-mounted distribution
panels, Twenty-four (24) snap-in Gigaflex
Cat6 MDVO RJ45 connectors each, labeled
as outlets.
NOTE: 2 panels with blue connectors (data)
& 1 with black (phone)
Ten (10) 1" PVC conduit runs from the
upper electrical plenums down to junction
boxes for future replacement and addition
of cabling.
Four (4) 1" PVC conduit runs from the DS
upper electrical plenum down to the
flexible cable plenums under the pushouts.
Four (4) 1" PVC conduit runs from the
flexible cable plenums up to the junction
boxes in the pushouts.
One (1) 1" PVC conduit run from the rear
pushout's wall-mounted junction box to the
junction box under the table.
Cat6 network cabling from the Thirty-two
(32) data outlets & Sixteen (16) phone
outlets over to communications equipment
area.
Cat6 network cabling from the Twenty-four
(24) data outlets in patch panel up to rackmounted 24-port distribution panel.
NOTE: each conduit to include a fishing line
for customer's
future wiring requirements.
Omniglobe VR7 1.2m auto-deploy/autotrack rooftop satellite dish for data & voice
(VOIP) connectivity anytime, anywhere.
- installation includes bolting to roof
brackets, running cables
(2x RG6/10wire control/GPS) into nearest rooftop
junction box and down to equipment rack
inside drop ceiling.
- includes Viasat Linkstar IDU satellite
modem, 3 watt BUC & LNB.
- includes SF-7000 4-port voice/fax-overinternet (VOIP/FOIP) box with HP Procurve
8-port switch (allows remote diagnostics of
system) & wireless N router.
Wireless N Router for internet hot spot.
Explorer SC2000 .6m auto-deploy/autotrack rooftop satellite dish for television
(compatible with Starchoice or ExpressVu)
- includes EX5000 antennae controller with
EX5500 Remote Control
RFQ 1220-040-2011-002
Page 60 of 62
LINE ITEM
NO.
30.
31.
PREFERRED SPECIFICATIONS
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS
OF
EQUIPMENT
OFFERED.
CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
AUDIO/VISUAL:
One (1) NEC MultiSync P461-AVT 46” LCD
display with digital TV tuner
One (1) SMART BOARD PX346 46”
interactive display Overlay
One (1) Heavy duty articulating wall mount
(with in-wall reinforcements)
One (1) Sony Bravia 40" LED HDTV for
bulkhead wall in meeting/briefing room
One (1) Sony Bravia 32" LED HDTV for front
wall
Two (2) low-profile wall-mounts (with inwall reinforcements)
One (1) Rack-mounted HDMI switch for
Four (4) outlets from Four (4) sources
All necessary HDMI cabling for Three (3)
TV's from rack
One (1) Rack-mounted CCTV DVR with 1
terabyte memory connected to mast
mounted camera.
Nine (9) 120V 20" LED monitors with flipdown under
cabinet mounts (14-FLIP), below upper
cabinets, each with Grote X-100 LED task
lights.
One (1) Rack-mounted DVI switch for
Twelve (12) outlets from Four (4) sources
All necessary DVI/audio cabling for Nine (9)
monitors from rack including plug-in points
inside flip-up desks (allows monitors to be
unplugged from central system & into
individual laptops)
EMERGENCY WARNING LIGHTS:
There shall be Eight (8) Whelen M9J series
LED emergency warning lights mounted on
the trailer. Three each side, Two (2) on the
rear surface. These lights are to flash
Red/Blue (for Police) or just Red (for Fire),
depending on which position the three
position switch is in. Exact location to be
determined at pre-construction meeting.
These lights are to be switched from the
tow vehicle and from inside the trailer (To
include relays and diodes as necessary).
Additional sockets and flexible curly cord
will be required to connect to the tow
vehicle.
RFQ 1220-040-2011-002
Page 61 of 62
LINE ITEM
NO.
PREFERRED SPECIFICATIONS
32.
AS BUILT DIAGRAMS:
"As built" wiring diagrams shall be supplied
for the trailer provided.
All component owner’s manuals bound in
binder, with digital copy on CD/DVD.
3D DESIGN DRAWINGS:
3D design drawings are required to be
submitted to the City before the preconstruction meeting.
33.
CHECK ( ) IF
EQUIPMENT
COMPLIES TO
SPECIFICATION
SPECIFICATIONS OF EQUIPMENT
OFFERED. CONTRACTOR MUST
COMPLETE ALL SPACES IN THIS
COLUMN.
The drawings will be a five (5)-view drawing
showing
overall
dimensions
and
configuration
of
the
Trailer
and
arrangement
of
components
and
equipment storage. The five views shall be
as follows:
Top view [entire trailer]
Front end view
Rear end view
Left side view
Right side view
34.
The drawings shall clearly indicate to scale,
all exterior and interior portions and lay out
of the proposed Trailer.
TRAINING:
The manufacturer must supply sufficient
training to train the trainer for all
stakeholders of all aspects on the operation
of the trailer manufactured.
RFQ 1220-040-2011-002
Page 62 of 62
Download