545-4267 new landfill heavy equipment bid › 0440 › biddocuments › 545-4267 › ... · web...

170
COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 545-4267 May 4, 2006 ORG/REQUISITION: 9026/ 9266000123/124/125/126 PURCHASING USE PURCHASING USE /home/website/convert/temp/convert_html/ 60bcd89f5eabc653713c1709/document.doc jlg IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, Purchasing 4525 EAST HAMILTON AVENUE FRESNO, CA 93702-4599 CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON JUNE 30, 2006. QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award. Clarification of specifications are to be directed to: Brian D. Tamblin, phone (559) 456-7110, FAX (559) 456-7831. attached. Check County of Fresno Purchasing’s Open Solicitations website at www.co.fresno.ca.us/0440/Bidshome.asp for RFQ/RFP documents and changes. BIDDER TO COMPLETE UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE “COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS (RFP’S) AND REQUESTS FOR QUOTATIONS (RFQ’S)”ATTACHED. Except as noted on individual items, the following will apply to all items in the Quotation Schedule. 1. Complete delivery will be made within calendar days after receipt of Order. 2. A cash discount of % days will apply. COMPANY ADDRESS /home/website/convert/temp/convert_html/60bcd89f5eabc653713c1709/document.doc RFQ (3/05)

Upload: others

Post on 27-Jan-2021

13 views

Category:

Documents


0 download

TRANSCRIPT

545-4267 New Landfill Heavy Equipment Bid

Quotation No. 545-4267

COUNTY OF FRESNO

Request for Quotation

NUMBER: 545-4267

ref quote 545-4267

New Landfill Heavy Equipment

ref subject \*MERGEFORMAT New Landfill Heavy Equipment

May 3, 2006

ORG/Requisition: 9026/ 9266000123/124/125/126

PURCHASING USE

G:\RFQ\545-4267 NEW LANDFILL HEAVY EQUIPMENT.DOC

jlg

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

COUNTY OF FRESNO, Purchasing

4525 EAST HAMILTON AVENUE

FRESNO, CA 93702-4599

Closing date of bid will be at 2:00 p.m., on June 30, 2006

ref date \* MERGEFORMAT June 30, 2006.

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

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

Clarification of specifications are to be directed to: Brian D. Tamblin

ref buyer \* MERGEFORMAT Brian D. Tamblin, phone (559) 456-7110, FAX (559) 456-7831.

GENERAL CONDITIONS: See “County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP’S) and Requests for Quotations (RFQ’S)” attached. Check County of Fresno Purchasing’s Open Solicitations website at www.co.fresno.ca.us/0440/Bidshome.asp for RFQ/RFP documents and changes.

BIDDER TO COMPLETE

UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE “COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS (RFP’S) AND REQUESTS FOR QUOTATIONS (RFQ’S)”ATTACHED.

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

1. Complete delivery will be made within

calendar days after receipt of Order.

2. A cash discount of

%

days will apply.

Company

Address

City

State

Zip Code

( )

( )

Telephone Number

Facsimile Number

E-mail Address

Taxpayer Federal I.D. No.:

Signed By

Print Name

Title

COUNTY OF FRESNO PURCHASING

STANDARD INSTRUCTIONS AND CONDITIONS FORREQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)

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

GENERAL CONDITIONS

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

1. BID PREPARATION:

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

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

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

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

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

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

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

2. SUBMITTING BIDS:

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

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

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

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

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

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

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

3. FAILURE TO BID:

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

4. TAXES, CHARGES AND EXTRAS:

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

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

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

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

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

Upon award of bid, the vendor shall submit to County Purchasing, a completed W-9 - Request for Taxpayer Identification Number and Certification if not already a current vendor with The County of Fresno. This form is available from the IRS to complete on line at http://www.irs.gov/pub/irs-pdf/fw9.pdf.

6. AWARDS:

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

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

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

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

7. LOCAL VENDORS

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

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

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

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

B) Local Vendor Defined

“Local Vendor” shall mean any business which:

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

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

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

8. TIE BIDS:

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

9. PATENT INDEMNITY:

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

10. SAMPLES:

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

11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:

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

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

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

12. DISCOUNTS:

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

13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS.

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

14. SPECIAL REQUIREMENT:

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

15. RECYCLED PRODUCTS/MATERIALS:

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

16. YEAR COMPLIANCE WARRANTY

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

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

17. PARTICIPATION:

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

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

18. CONFIDENTIALITY:

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

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

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

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

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

19. APPEALS

Appeals must be submitted in writing within five (5) working days after the review committee notification of proposed recommendations. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599. Appeals should address only areas regarding RFP contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest in rating process, and inappropriate or unfair competitive procurement grievance regarding the RFP process.

The Purchasing Manager will provide a written response to the complaint within five (5) working days unless the complainant is notified more time is required.

If the protesting bidder is not satisfied with the decision of the Purchasing Manager, he/she shall have the right to appeal to the Purchasing Agent within five (5) business days after notification of the Purchasing Manager’s decision.

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

TABLE OF CONTENTS

PAGE

3OVERVIEW

KEY DATES AND TIMELINE4

BIDDING INSTRUCTIONS5

PARTICIPATION13

Local Vendor Preference14

REFERENCE LIST16

W-9 REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION17

EQUIPMENT GENERAL REQUIREMENTS22

EQUIPMENT SPECIFICATIONS / REQUIREMENTS26

EQUIPMENT SPECIFICATIONS FOR COMPACTOR28

EQUIPMENT SPECIFICATIONS for SCRAPER46

EQUIPMENT SPECIFICATIONS FOR WATER TANKER62

LIFE CYCLE COST – MAINTENANCE COMPACTOR79

Compactor life cycle maintenance cost summary85

LIFE CYCLE COST – MAINTENANCE SCRAPER86

SCRAPER LIFE CYCLE MAINTENANCE COST SUMMARY92

LIFE CYCLE COST – MAINTENANCE WATER TANKER93

WATER TANKER LIFE CYCLE MAINTENANCE COST SUMMARY99

GUARANTEED REPURCHASE INSTRUCTIONS AND SAMPLE OF AGREEMENT100

QUOTATION SCHEDULE107

QUOTATION SCHEDULE “A”109

QUOTATION SCHEDULE “B”116

SUBMITTALS118

OVERVIEW

The County of Fresno is soliciting bids for one (1) Sanitary Landfill Compactor; one (1) Scraper; one (1) Water Wagon; and two (2) Computer Aided Earthmoving Systems (CAES). The County requires that the Computer Aided Earthmoving Systems (CAES) be installed in both the Sanitary Landfill Compactor and Scraper, previous to delivery by the successful bidder(s).

The installation of the Computer Aided Earthmoving System (CAES) on the equipment will provide increased productivity by using real-time planning and surveying information.

The specifications, terms conditions, requirements etc. applicable to the equipment purchases are set forth under this Request for Quotation No. 545-4267.

Bidder(s) shall have the option to bid on one (1), some, all, or “all or none”. The County reserves the right to make the award on the basis of the entire group, a combination of line items, or on a per line item basis. (See Quotation Schedules “A” and “B”.)

The two (2) Computer Aided Earthmoving System (CAES) referenced in the Specification sections for the compactor and scraper, and within the Quotation Schedule, shall be Caterpillar, as this is the system currently in use by the equipment at the landfill and is not compatible with other systems. The individual units communicate with the satellite through equipment housed in the office building.

Requirements of this RFQ include the vendor’s guaranteed offer to repurchase (buy back) the subject equipment at any time over a fifteen thousand (15,000) hour operating period. Each bidder is required to list a guaranteed repurchase amount for each operating hour milestone listed in Exhibit No. One. Additionally, the vendor is required to submit the life cycle maintenance cost for a five (5) year or seven thousand five hundred (7,500) hour period whichever comes first. Failure to provide all required information constitutes sufficient grounds for rejection of bid. The guaranteed repurchase amount and the cost of maintenance will be considered when determining the award of contract, as follows:

For award purposes the bidder’s quotation for the equipment’s initial purchase price will be increased by the seven thousand five hundred (7,500) hour cost of maintenance listed in his/her bid, and decreased by the bidder’s guaranteed repurchase amount. For purposes of the award, the deduction of the guaranteed repurchase amount will be based upon each bidder’s quotation for the same operating hour milestone. The guaranteed repurchase milestone to be used for purposes of award will be announced at the time of the bid opening, immediately after all bids have been submitted, and before any bids have been opened.

It is intended that award will be made to the lowest, responsive, responsible vendor in accord with the above paragraph.

EXISTING EQUIPMENT

Compactor has over 14,000 operating hours clocked on its engine. Due to the high number of hours, this compactor has become unreliable and requires frequent and costly maintenance which results in a significant amount of down time.

Scraper has exceeded its economic life and requires frequent and costly maintenance which results in a significant amount of down time.

Water Wagon is eleven (11) years old and has become unreliable and requires frequent and costly maintenance which results in a significant amount of down time. The new one is required to comply with regulations relating to dust control, potential landfill fires and leachate, created by the landfill.

The American Avenue Disposal Site is open Monday – Friday from 6:00 a.m. to 5:00 p.m.; Saturday from 7:00 a.m. to 4:00 p.m.; and Sunday from 8:00 a.m. to 4:00 p.m. The Disposal Site is only closed on New Year’s Day, Thanksgiving Day, and Christmas Day.

The Disposal Site receives approximately 1,500 tons of refuse per day. The sanitary landfill compactor is expected to operate an average of 10 hours per day, seven days a week; the scraper is expected to operate an average of 3 ½ hours per day, seven days a week; the water wagon is expected to operate an average of 7 hours per day, seven days a week. All equipment at the Disposal Site is operated in extreme weather conditions indicative of the San Joaquin Valley (fog, hot, cold, windy, rainy). The presence of excessive dust is typical of the site conditions.

KEY DATES AND TIMELINE

Pre-Bid Vendor Conference:

Thursday, May 18, 2006 at 3:00 P.M.

County of Fresno Purchasing

4525 E. Hamilton Avenue, 2nd Floor

Fresno, CA 93702

Submit: Lubricant & OEM Filter Schedule, FLUID SAMPLING, FUEL, & ENGINE OIL & FILTER

June 6, 2006 by 5:00 P.M.

County of Fresno Purchasing

4525 E. Hamilton Avenue, 2nd Floor

Fresno, CA 93702

Cut-off Date for all questions and clarifications of the requirements of this RFQ

June 19, 2006 at 5:00 P.M.

Fax No. (559) 456-7831

County of Fresno Purchasing

4525 E. Hamilton Avenue, 2nd Floor

Fresno, CA 93702

e-Mail: [email protected]

Closing Date of RFQ:

June 30, 2006 at 2:00 P.M.

County of Fresno Purchasing

4525 E. Hamilton Avenue, 2nd Floor

Fresno, CA 93702

BIDDING INSTRUCTIONS

VEHICLES OR HEAVY EQUIPMENT

The County of Fresno is soliciting bids for its requirement of new landfill equipment for the American Avenue Disposal Site. Equipment shall consist of the following:. one (1) Scraper; one (1) Sanitary Landfill Compactor, one (1) Water Tanker; and two (2) Computer Aided Earthmoving Systems (CAES) fully installed in the scraper and compactor. All as specified within this Request for Quotation.

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

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

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

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

VENDOR CONFERENCE: On Thursday, May 18, 2006 at 3:00 p.m., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. The meeting will be held at the office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), Fresno, California. Minutes will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference.

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

INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of equipment and services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing a minimum of ten (10) County business days prior to the bid closing date.

Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, CA 93702 or faxed to (559) 456-7831. If faxing the bidder must confirm receipt by phone ((559) 456-7110) within one-half (1/2) hour of transmission.

NOTE: Time constraints will prevent County from responding to questions submitted after the cutoff date.

CUTOFF DATE: Shall be at 5:00 P.M. on June 19, 2006.

Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations.

NUMBER OF COPIES: Submit one (1) original and three (3) copies of your quotation no later than the quotation closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy is to be identical to the original, including all supporting documentation (i.e. literature, brochures, reports, schedules, specifications, drawings etc.). The cover page of each quotation is to be appropriately marked “Original” or “Copy”.

AWARD: Award will be made to the Vendor(s) offering equipment, price, service, delivery and support deemed to be to the best advantage of the County of Fresno. Included in the Award Criteria may be all or part of the following factors:

1. Energy (Life Cycle Cost [LCC])

2. Mechanical Evaluation

3. Communication Evaluation (compatible with radio equipment)

4. Test Driver's Subjective Evaluation

5. Re‑Sale

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

FIRM QUOTATION: All quotations shall remain firm for at least one hundred eighty (180) days.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

INSURANCE:

Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect the following insurance policies throughout the term of the Agreement:

A. Commercial General Liability

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

B. Automobile Liability

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

C. Professional Liability

If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.

D. Worker's Compensation

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

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

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

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

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

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

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

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

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

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

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

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

American Avenue Disposal Site18950 W. American AvenueKerman, CA 93630

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

SPECIFICATIONS & EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding.

BRAND NAMES: Whenever in the specifications, any material or process is indicated or specified by patent of proprietary name and/or by name of manufacturer, such specifications shall be deemed to be used for the purpose of facilitating descriptions of the material and/or process. The bidder may offer his/her alternate equivalents if identified and accompanied by specifications. The County shall have the sole authority in determining if an alternate is acceptable.

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

TRAINING: The successful bidder will arrange training. Training shall include vehicle orientation, operator and mechanic training. This training shall be conducted at numerous sites. All cost of instruction to be borne by the bidder.

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

MECHANIC TRAINING: The successful bidder(s) may be required to make available maintenance mechanic training classes. The County of Fresno will assume responsibility for travel and lodging expenses.

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

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

EQUPMENT MANUALS: The successful bidder shall provide the following at or before the time of delivery of equipment:

Two (2) Sets of the following manuals for each unit.

A. Operators Manual

B. Complete service and Repair manual, including engine per Group.

C. Complete parts manual, including engine per group

The two (2) sets shall consist of one (1) hard copy set and one (1) electronic set.

If electronic copies are not available, on (1) set of hard copies shall be sufficient.

Manuals to be supplied at time of delivery. Delivery will not be considered complete and formal acceptance of equipment will not be issued until all manuals are received by the appropriate County representative.

Microfiche documents including engine are acceptable as parts manual.

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

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

TRIAL PERIOD: The vendor agrees to furnish any item of equipment he is offering in this Request for Quotation, at no cost to the County of Fresno, for a trial period to demonstrate its compatibility with County needs. Trial period not to exceed thirty (30) days.

PARTICIPATION

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

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

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

Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group.

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

(Authorized Signature)

Title

Local Vendor Preference

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

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

LOCAL VENDOR CERTIFICATION:

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

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

STATEMENT OF LOCAL VENDOR CERTIFICATIONCOUNTY OF FRESNO

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

I

,

(individual submitting bid)

(title)

Of/for

Certify that

(Company Name)

(Company Name)

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

Signature

Title

Date

NOTIFICATION OF RE-BID

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

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

LOCAL VENDOR TO COMPLETE:

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

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

Vendor must complete and return with Request for Quotation.

Firm:

REFERENCE LIST

Submit a list of at least three (3) customer references. Such references shall be customers for whom the bidder has recently provided services that are similar to those requested herein.

Reference Name:

City:

Contact:

Phone No.:

Date and Service Provided:

Reference Name:

City:

Contact:

Phone No.:

Date and Service Provided:

Reference Name:

City:

Contact:

Phone No.:

Date and Service Provided:

Reference Name:

City:

Contact:

Phone No.:

Date and Service Provided:

Reference Name:

City:

Contact:

Phone No.:

Date and Service Provided:

FAILURE TO PROVIDE A LIST OF AT LEAST THREE (3) CUSTOMERS MAY BE CAUSE FOR REJECTION OF THIS RFQ.

W-9 REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION

EQUIPMENT GENERAL REQUIREMENTS

EQUIPMENT GENERAL REQUIREMENTS

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

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

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

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

California Vehicle Code

Federal Motor Vehicle Safety Regulations and Standards

California Division of Industrial Safety

OSHA Standards

Title 19 State Fire Marshall Code Book

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

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

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

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

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

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

MANUFACTURER’S SPECIFICATIONS:

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

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

MANUFACTURER’S STANDARD EQUIPMENT:

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

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

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

APPLICABLE DOCUMENTS AND CERTIFICATIONS:

· Federal Motor Vehicle Safety Standard, Department of Transportation

· State of California Motor Vehicle Code

· State of California General Industrial Safety Orders

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

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

· Society of Automotive Engineering Standards

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

· E.P.A.

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

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

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

GUARANTEE:

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

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

EQUIPMENT SPECIFICATIONS / REQUIREMENTS

SPECIFICATIONS/REQUIREMENTS

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

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

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

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

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

EQUIPMENT SPECIFICATIONS FOR COMPACTOR

The specifications for the purchase of one (1) Sanitary Landfill Compactor, shall not be less than the following specifications, but may exceed them.

Bidder to Respond "Comply" or "Not Comply"

1. THE COMPACTOR:

1.1. The Compactor and all components shall be new and of the latest model and shall not have been used in demonstration(s) or other service.

1.2. The Compactor shall be equipped with an articulated all wheel drive, designed for use in a Sanitary Landfill.

1.3. The Compactor shall have a minimum of eighteen inches (18”) of ground clearance without blade penetration.

1.4. The Compactor shall be equipped with the following indicators and/or instrumentation: hydraulic tank sight gauge*, an air cleaner restriction gauge to be mounted inside the cab, a manual engine oil pressure gauge, a manual cooling-system temperature gauge, an ammeter and/or a volt meter, a fuel level gauge, a fuel filter service gauge and/or indicator, a hydraulic oil temperature gauge or indicator, a hydraulic filter service gauge and/or indicator, a parking brake applied indicator, a transmission oil temperature gauge, a transmission filter service gauge and/or indicator, and a main warning light and buzzer for the Diagnostic Warning System.

*Underlined gauges will be "manual" gauges and may be in combination with an EMS type system and will be the same brand made by the compactor manufacturer. Oil pressure and cooling system gauges will be of manual type (no electronics). No substitutes acceptable.

1.5. Minimum weight, including attachments: 120,000 lbs. without the use of add on weights or liquid wheel ballast to achieve the minimum. The Compactor shall be properly balanced, through the use of counterweights, if necessary, to permit its operation on the relatively steep slopes encountered in handling solid waste at a landfill disposal site.

1.6. It is desirable the entire Compactor power train including the engine, clutch, transmission, and final drives, but excluding the compactor wheels, shall be designed and built by the machine manufacturer. (Any major component not designed and built by the machine manufacturer shall be identified and supplemental information provided.)

1.7. The Compactor shall be capable of compacting an average of 1,600 tons per day to densities of not less than 1,500 pounds per cubic yard. The densities shall be achievable by compacting a two foot (2') layer of municipal refuse on an approximate 3:1 slope with an average not to exceed four passes over each two foot layer of waste placement. Bidder may be required to submit independent and verifiable test results.

1.8. The Compactor shall be equipped with a sy-klone air precleaner with screen kit.

2. ENGINE:

2.1. The engine shall be a 4-stroke, turbo charged six (6) cylinder engine with a minimum of 480 SAE net horsepower at 1,800 RPM and 1,100 cu. inches of displacement, or equivalent.

2.2. The engine shall be compliant with the United States EPA, California EPA, California Air Resources Board (CARB), and/or the San Joaquin Valley Air Pollution Control District Tier III emissions regulations, whichever are more stringent.

2.3. The oil filter(s) and fuel filter(s) shall be the manufacturer's standard full‑flow spin‑on filters.

2.4. The air intake system shall be protected by a heavy duty, low restriction, two stage dry type air cleaner with a replaceable element. It shall have an automatic dust ejector and a restriction gauge mounted inside the cab. The air intake shall extend to approximately the same height as the exhaust pipe.

2.5. The Compactor shall have a manual engine tachometer and an hour meter. These shall be the same brand as used in other gauges in the compactor. (No after market will be allowed).

2.6. The cooling system shall be fully guaranteed to provide adequate cooling in all weather conditions.

2.7. It is desired that the radiator be an AMOCS type and have six (6) fins per inch. Engine cooling capacity shall have a demonstrated capability to maintain the operating range in temperature given ambient temperature extremes at 110oF. When a liquid system is proposed, the cooling system shall be heavy duty, pressurized, and thermostatically controlled. The cooling system shall be equipped with a de-aeration system. The cooling system shall have a minimum capacity of twenty-four (24) gallons (U.S.). The coolant shall be a permanent type antifreeze. The Compactor shall be equipped with a Flexxaire fan system with thermostatically controlled fan with auto-purge timer-control console mounted inside the cab. The fan shall have reversible pitch blades. The Flexxaire fan system will be an add-on piece of equipment and will be guaranteed under portion 14.6 of this quotation. The Compactor shall be equipped with a spin‑on water filter. Any non‑liquid cooling system proposed shall be supported with technical literature supporting the ability to maintain normal operating temperatures in the above‑mentioned conditions.

2.8. The exhaust system shall extend above the cab, and shall be fitted with a rain cap, or shall be of a design to prevent rain infiltration.

2.9. The fuel tank shall have a desired capacity of two hundred (200) gallons (U.S.) and a minimum draw of one hundred ninety-five (195) gallons (U.S.). The bidder shall specify the capacities of the tank(s) to be provided:

TANK CAPACITY:

2.10. The engine shall be equipped with a soot filter the purpose of which is to remove soot from the engine oil. The soot filter shall be located for easy access and maintenance. Spinner II Model 996 will meet this requirement.

2.11. The Compactor shall be equipped with a quick oil change system.

2.12. The Compactor shall be equipped with a standard fuel fill tube and a fast fill attachment.

3. ELECTRICAL:

3.1. The vehicle shall have a 24‑volt direct electric starting system.

3.2. The alternator shall be a 75 ampere or larger. The bidder shall specify make, model, and amperage of the alternator.

MAKE OF ALTERNATOR:

MODEL OF ALTERNATOR:

MAX. AMPERAGE OUTPUT:

3.3. The Compactor shall have a minimum of two (2) heavy-duty industrial batteries. The Bidder shall specify the number of batteries, their group size, as well as their individual and combined ampere-hour rating and CCA rating(s) in the spaces provided.

SIZE OF BATTERY(S):

NO. OF BATTERY(S):

TOTAL CCA RATING OF BATTERY(S):

4. TRANSMISSION:

4.1. The transmission shall be a planetary-type powershift transmission capable of making repeated speed and directional changes at full throttle, with two (2) speeds forward and two (2) speeds reverse. Both speed and directional shall be actuated by a control requiring one-hand operation or equivalent.

4.2. The torque converter, if so equipped, shall be of the heavy-duty single stage type sized to power source.

4.3. The manufacturer shall submit complete information and specifications for the transmission.

5. STEERING:

5.1. The Compactor shall have a pilot operated hydraulic valve mechanical feedback steering system and two steering cylinders for frame articulation. Steering will be actuated by a joystick control in the operator’s station.

5.2. The Compactor shall have a maximum turning radius over blades of thirty feet (30’).

5.3. The Compactor shall articulate a minimum of 41o in each direction.

6. WHEELS:

6.1. Wheels shall be four (4) Caron wheels equipped with 47.25” high-density wheels with minimum 8” extended wear “Maximizer” pin-on teeth or equivalent. Wheels and all components will be warranted for 10,000-hour tip wear life guarantee, along with a 20,000-hour wheel assembly guarantee. If Caron equipped, wheels shall consist of 50 teeth per wheel (30 wedge-shaped for traction and 20 contour) and 10 contour teeth per row. The innermost row of teeth on each wheel shall consist of 10 contour teeth placed in an intermittent Wire Safeguard Group (WSG) pattern as patented by Caron Compactor Co. Wear caps shall be cast of high manganese, chromium, and carbon content, heat-treated for consistent hardness throughout. Wheels must feature a design capable of self-cleaning not requiring the use of cleaner bars. Outer drums must be 1” in thickness. Each tooth on the wheels shall be a two-piece design with field replaceable wear tips attached to a fixed base by a double pin and stainless steel coil spring-type retainer system. The teeth bases shall be welded to the drum surface and shall be suitable for reuse with a set of replaceable caps. Tips or cleats of a one-piece design welded directly to the drum or wheel surface without the capability of field service replaceable wear caps will not be accepted. Wheels shall have hardfacing, 1” multiple pass wide bead, on inner and outer edge of drum for extended service life. The Bidder shall specify make, model, and design of wheels to be used:

MAKE:

MODEL:

DESIGN:

6.2. All wheels shall be equipped with the Caron Seal Protection Group (SPG) part number 8486-HMI with inner drum extensions and wear bars compatible to the standard axle guards. Only guards that have been proven will be accepted. The County of Fresno will determine accepted guards. All damage and repairs to the compactor caused by wire wrap will be the sole responsibility of the successful Bidder for the warranty period stated in 14.6.

6.3. Wheels shall have five (5) wear bars per wheel with minimum dimensions of 2” x 1” x 11.5” welded on the inside of each wheel for added protection of the cone surface.

7. AXLES:

7.1. The axles shall incorporate planetary reduction at each wheel. Both axles shall be equipped with locking no-spin differential.

7.2. The front axle shall be fixed. The rear axle shall oscillate up or down. One wheel shall be capable of dropping or rising a total of 14o minimum while the other wheels remain on the ground for maximum compaction and traction.

7.3. The axle shaft(s) shall be capable of being removed independently of the wheels and/or planetaries.

7.4. The final drive shall be all-wheel drive with planetary reduction in each wheel. It is desirable that the planetary units on each wheel shall be capable of being removed without necessitating the removal of the wheel and/or brakes.

7.5. The inner most wheel drum edge shall not exceed 8” of clearance from the main frame.

7.6. The compactor shall be equipped with standard front and rear axle guards.

8. COMPACTOR HYDRAULIC SYSTEM:

8.1. The hydraulic system shall be the closed type. Single lever activated of size and capacity to operate all systems simultaneously without loss of engine horsepower.

8.2. The hydraulic system shall allow the operator to have the use of the blade if the steering system fails or have the use of the steering system if the blade system fails.

8.3. The hydraulic pump(s) (combined for blade and steering systems) shall be capable of displacing a minimum of sixty-five (65) gallons per minute.

8.4. The hydraulic system shall have a minimum capacity of thirty-five (35) gallons.

8.5. The hydraulic system shall have a replaceable full flow ten (10) micron filter (minimum) to accommodate the flows indicated above.

8.6. The hydraulic lines shall be routed to protect against normal work environments.

8.7. The relief valve setting shall not exceed 2500 PSI.

8.8. The hydraulic cooler shall be heavy-duty.

8.9. All cylinders to be double acting type sized to match job assigned.

9. BRAKES:

9.1. The brakes shall be four (4) wheel fully enclosed, oil immersed multiple-disc type. The brakes shall be self-adjusting with modulated engagement.

9.2. The entire braking system shall be completely sealed from dirt and protected from damage by refuse and other debris.

9.3. The parking brake(s) shall be actuated by a single pedal mounted on the floor with an audible alarm and an indicator light that shall be activated if the transmission is engaged while the parking brake is set, or equivalent.

9.4. The entire braking system shall comply with any and all OSHA and/or Cal OSHA requirements, whichever are more restrictive.

10. CAB:

10.1. The Compactor shall be furnished with a fully enclosed cab incorporating a Roll‑Over Protection Structure (ROPS) and Falling Object Protection Structure (FOPS) conforming to all OSHA and CAL‑OSHA regulations.

10.2. The cab shall be either a single entry or a walk through design, with key lock doors and access steps on both sides.

10.3. The cab shall have an adjustable air ride or suspension type operator’s seat, and shall be fitted with a CAL‑OSHA approved seat belt. The seat shall have multiple seat adjustments fore, aft, vertically and angles of the seat cushion and backrest. The seat upholstery will be cloth only.

10.4. Tinted safety glass shall be used throughout.

10.5. The cab shall be fitted with a sound suppression kit. The inside noise level shall not exceed 85 decibels (the weighted average) under any normal operating conditions encountered in a continuous ten (10) hour period.

10.6. The front and rear windshields shall be equipped with washer/wipers.

10.7. The cab shall be equipped with a dome light.

10.8. The cab shall have a positive pressure air system with a three (3) speed fan, such that dust infiltration is kept to a minimum.

10.9. The cab shall be equipped with two (2) western type concave rearview mirrors, one mounted on each side of the cab. Dimensions shall be approximately 6" wide by 15" high. The cab shall also have an interior mounted rearview mirror.

10.10. The cab shall be equipped with a heater and two defroster fans of a capacity to handle local winter temperatures.

10.11. The cab shall be equipped with refrigeration type air conditioning of a capacity to handle local summer temperatures. The cab shall be maintainable to 78oF when ambient summer extremes exist. Air conditioning will have the newest environmentally safe freon used. The air conditioning must be mounted on the roof of the Compactor to eliminate condenser plugging. Bidders shall state exactly where air condenser will be mounted:

CONDENSOR LOCATION:

10.12. The Compactor cab shall provide the operator with unobstructed visibility. The County of Fresno shall make any and all determinations concerning the acceptability of the cab's visibility.

10.13. All the walking surfaces on the exterior of the Compactor shall have CAL‑OSHA approved guardrails, grasp handles, safety treadplates or tape for the operator's and/or the mechanic's safety.

10.14. Compactor design shall provide for easy inspection of rear axle components and access to engine compartments.

10.15. The Compactor cab shall be equipped with Caterpillar Computer Aided Earthmoving System (CAES) Global Positioning System equipment, to include the following:

A. TC900B – 900 MHz communications radio

B. L1/L2 GPS Antenna with built in ground plane

C. GPS Receiver

D. CAES daylight visible display and computer system with Caterpillar application software

11. SAFETY/SECURITY:

11.1. The Compactor shall be equipped with a backup alarm that meets all applicable OSHA standards.

11.2. The Compactor shall be equipped with a vandalism guard group including a double-lock ignition system, door locks, locking caps or compartments for hydraulic tank, radiator, crankcase, transmission filler spout, transmission dipstick and fuel tank.

11.3. Lighting will include at least four (4) halogen floodlights over the working loading area, and two halogen floodlights to the rear.

11.4. The Compactor shall be equipped with an air horn.

11.5. The cab shall be equipped with a fire extinguisher of not less than 20‑pound capacity and of the type A, B, C.

11.6. The cab shall be equipped with a citizens band 40 channel radio and associated antenna, and an external loudspeaker mounted outside the cab. Antenna will not be in combination with the AM/FM radio antenna described in 11.7.

11.7. The cab shall be equipped with an AM/FM radio and associated speakers with antenna. Antenna will not be in combination with the citizens band radio antenna described in 11.6.

11.8. The Compactor shall be equipped with an Underside Protection Kit to prevent damage to the unit's engine, transmission, hydraulics, and brake system hydraulics. It shall also have hydraulically actuated power train guards to raise and lower.

11.9. The Compactor shall be adequately protected with the latest up to date (AMEREX two-bottle system) fire suppression system installed to protect the engine and transmission compartments. No other brands shall be allowed. The fire suppression system will be covered under the 14.6 warranty.

11.10. The machine center hinge pin shall be protected from wear by use of a Caron Stapp Rings (center hinge protection ring).

11.11. The Compactor shall be equipped with a rear vision system. The desired system is the Safety Vision rear vision system, which includes the SV-620 color camera, the SV-LCD68 color monitor, and the SV-LCDCB control box, or equivalent. Please see attached brochure.

11.12. The Compactor shall be equipped with a yellow US6 UltraStar strobe beacon. The strobe beacon shall be mounted to the highest point of the cab of the Compactor to ensure its visual effect 360 degrees of its position. The strobe beacon shall conform to the following specifications:

· High profile, die-cast aluminum base strobe beacon with attached dust cover

· Potted, fully-encapsulated power supply producing 75 double flashes per minute

· Built-in photocell providing automatic adjustment to ambient light for day or night operation (may be converted to a manual [switch able] adjustment

· 17 joules, high intensity mode; 12 joules, low intensity mode

· Automatic adjustment to function at any voltages from 12 – 24 VDC

· SAE j1318 Class 1

12. BLADE:

12.1. The compactor shall be equipped with a Caron Double Semi-U (DSU) waste disposal trashblade, or equivalent. The blade shall feature a center (prow) section formed by the moldboard, trash-screen, and cutting edges that directs refuse away from the center of the machine and towards two (2) separate straight sections of the blade for distribution of the waste directly under the wheels to provide maximum compaction effort. A minimum of 18.5” of the outside sections of the trashblade shall be angled at 30.4 degrees to form the two (2) Semi-U sections of the blade. The blade shall incorporate a center “splitter” designed to break up large compacted loads delivered by transfer trucks. Blade shall be a minimum of 213” wide and a minimum moldboard height of 40” and an overall height of 90”. Blade shall have replaceable and reversible cutting edges. Blade must be capable of cutting at least 5” below ground level and rise to a height of at least 40” above ground level. Blade must be made of such strength to handle all waste disposal needs. The Bidder shall specify make, model, and design of blade to be used:

MAKE:

MODEL:

DESIGN:

12.2. The center “splitter” of the blade shall include a reinforced push plate 16” in width designed for use when assisting a disabled vehicle.

12.3. The see-through portion of the blade shall be of plate steel construction and not be a latticework of bar or rod stock.

13. INSTRUCTION CLASSES:

13.1. Beginning with the first operating day after the delivery of the Compactor to the County, the successful Bidder shall provide training for County employees at a County‑designated location, in the use and safe operation of the Compactor. This training shall be coordinated with the Principal Engineer of the Resources Division of the County of Fresno Department of Public Works and Planning at least two (2) weeks prior to the actual date of instruction. There shall be no additional charge(s) to the County of Fresno for this instruction.

13.2. Within three (3) months from the expiration of the warranty period, the successful bidder shall provide training for maintenance personnel pertaining to the maintenance and repair of the Compactor. These classes shall be presented at a site to be designated by the County of Fresno. This training shall be coordinated with the Principal Engineer of the Resources Division of the County of Fresno Department of Public Works and Planning at least two (2) weeks prior to the actual date of instruction. There shall be no additional charge(s) to the County of Fresno for this instruction.

14. BIDDER AND MANUFACTURER RESPONSIBILITIES:

14.1. Only new models, in current production, modified to comply with these Specifications and for which the Manufacturer has printed literature and specifications will be considered. The literature and specifications shall be enclosed with the bid.

14.2. Detailed parts lists, hydraulic circuitry, with various unit location, and operations manuals shall be provided by the successful Bidder in hard copy and computer disk at the time that the Compactor is delivered to the County.

14.3. The Bidder of the Compactor shall be capable of responding on-site for repairs within three hours of receiving notification by County. The three hours shall be considered during operating hours of the Disposal Site (6:00 a.m. to 6:00 p.m., excluding New Years Day, Thanksgiving Day and Christmas Day). A facility with extensive repair experience in Compactor equipment shall be identified. A minimum of two (2) employees of this facility shall be certified by the manufacturer as qualified to trouble shoot and repair the specific Compactor to be supplied.

(Identify this Facility):

14.4. The Bidder shall guarantee to maintain an adequate stock of all regular and special parts within the State of California to meet the continuing service and repair needs of the unit furnished. Delivery of any replacement part(s) shall be within twenty-four (24) hours of request. All parts shall be the same or equal to the original.

14.5. During the bid evaluation process, upon request by the County, the Bidder shall make available to the County, within ten days, the same model of the Compactor that the Vendor is bidding, for evaluation verification of compliance through field performance tests. These tests may be for one or two days and will be at the American Avenue Landfill site at 18950 West American Avenue, Kerman, California. Equipment operators will be provided by the County and all costs for transport and operation shall be borne by the Bidder. The County will provide fuel and lubricants.

14.6. The Compactor shall be unconditionally guaranteed by the manufacturer against defects in materials and workmanship for a period of not less than five years or 7,500 hours, whichever comes first. This unconditional guarantee shall include wire damage as experienced in solid waste landfill operations, and shall warranty any and all parts and labor costs due to said damage.

14.7. If the Bidder fails to abide with the warranty provisions after the award of the contract, the Bidder may be required to settle any and all of the County's warranty claims against him/her as a condition of future bidding.

14.8. Bidder shall warrant and guarantee to County that Bidder shall, in a good and workmanlike manner, make and complete all necessary repairs (excluding routine maintenance) of the Compactor within a period of three (3) calendar days (excluding New Years Day, Thanksgiving Day, and Christmas Day) following receipt of notification by the County’s Director of the Department of the Public Works and Planning, or his/her designee (the “County’s Director”) that the Compactor is in need of repair. All such repairs shall be made so that the Compactor properly functions and may be used in accordance with all manufacturer’s specifications, instructions, and warranty requirements and all governmental laws and regulations; THE BIDDER SHALL USE ITS BEST EFFORTS TO TIMELY COMPLETE REPAIRS TO THE EQUIPMENT (the “Repair Warranty”).

All cost and expenses incurred by the Bidder in connection with performing the Repair Warranty, including, but not limited to, labor, labor overtime, parts, taxes, fees and charges, travel time, mileage, environmental fees, and transportation of the Compactor to and from the landfill site, shall be the sole responsibility of the Bidder.

If the Compactor needs to be taken to Bidder’s facility for problems mutually deemed by the Bidder and County’s Director such that the Compactor cannot be properly repaired at the County’s landfill site, a deadline for completion of such repair will be negotiated and agreed upon by and between the County’s Director and the Bidder, provided however, that such deadline shall not alter the Repair Warranty. For such repairs to the Compactor made at Bidder’s facility, at no time shall the Compactor be out of service at the County landfill site for more than five (5) County working days, or for more than ten (10) working days for the most severe problems, as reasonably determined by County’s Director (if Bidder’s facility is outside Fresno County, the Bidder shall be allowed one (1) additional day for compliance with such deadline).

Notwithstanding anything else stated to the contrary in this Request for Quotation, the Bidder’s failure to successfully complete the repairs to the Compactor within the three (3) calendar day deadline under the Repair Warranty (the “Three (3) Day Deadline”) shall not reduce, alter or eliminate Bidder’s obligation under the Repair Warranty to successfully complete such repairs according to said Repair Warranty.

The Bidder shall agree that delays in the Bidder’s performance of the Repair Warranty will adversely affect both parties and will cause unrecoverable damage to County. County proposes that the Bidder pay liquidated damages in the event of delays due to the Bidder’s failure to timely complete repairs under the Three (3) Day Deadlines. Bidder shall agree that the payment of such liquidated damages is useful. The Bidder shall acknowledge and agree that Bidder has carefully examined the nature of the Compactor and Repair Warranty. The Bidder shall agree that the Three (3) Day Deadline provides adequate time for completion of repairs required to be performed under the Repair Warranty and represents the outer limit of time for performance, and tha